Loading...
Old Highway Road Water Main Installation Project: Initiate Public Bidding and Set the Public Hearing Date_InitiateCity of Dubuque City Council Meeting Copyrighted May 15, 2023 Items to be set for Public Hearing # 02. ITEM TITLE: Old Highway Road Water Main Installation Project: Initiate Public Bidding and Set the Public Hearing Date SUMMARY: City Manager recommending City Council adopt the resolution granting preliminary approval of the plans, specifications, form of contract, and estimated cost of $748,810 for the Old Highway Road Water Main Installation project; and establish June 5, 2023, as the date of the public hearing. RESOLUTION The Old Highway Road Water Main Installation Project 2023: preliminary approval of plans, specifications, form of contract, and estimated cost; setting date of public hearing on plans, specifications, form of contract, and estimated cost; and ordering the advertisement for bids SUGGESTED Receive and File; Adopt Resolution(s), Set Public Hearing for June 5, DISPOSITION: 2023Suggested Disposition: ATTACHMENTS: Description MVM Memo Old Highway Rd WM Installation Project 2023 MVM Memo Old Highway Rd W M Installation Project 2023 Resolution Notice of Public Hearing Old Highway Rd W M Installation Project 2023 Type City Manager Memo Supporting Documentation Resolutions Supporting Documentation THE C DUj!BQTE Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Old Highway Road Water Main Installation Project Initiate Public Bidding and Set the Public Hearing Date DATE: May 9, 2023 Dubuque WAWca 914 ii 2007-2012.2013 2017*2019 Water Department Manager Christopher Lester is recommending City Council adopt the resolution granting preliminary approval of the plans, specifications, form of contract, and estimated cost of $748,810 for the Old Highway Road Water Main Installation project; and establish June 5, 2023, as the date of the public hearing. I concur with the recommendation and respectfully request Mayor and City Council approval. v Mic ael C. Van Milligen MCVM:sv Attachment cc: Crenna Brumwell, City Attorney Cori Burbach, Assistant City Manager Christopher Lester, Water Department Manager THE CITY OF DiUB E Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Christopher Lester, Water Department Manager SUBJECT: Old Highway Road Water Main Installation Project Initiate Public Bidding and Set the Public Hearing Date DATE: May 9, 2023 Dubuque Ali -America City 1 I., zoo? - 2012 - 2013 - 2017 INTRODUCTION The purpose of this memorandum is to establish the date for the public hearing and to authorize the public bidding procedure for the Old Highway Road Water Main Installation Project. BACKGROUND The FY23 CIP (#4281000014) Budget included funding for Old Highway Road water main installation. The Old Highway Road water main was planned in three phases. The first phase, completed in 2022, extended water from Radford Road west approximately 1550 lineal feet to a location near 5520 Old Highway Road. The second phase, completed in 2003, extended water main from Seippel Road east approximately 2450 lineal feet to a location immediately past the Dubuque County Fairgrounds entrance. The third and final phase provides for the installation of approximately 4,650 feet of 12- inch water main and will complete the connection loop between the two previously phased projects in the 4th pressure zone. DISCUSSION The third phase of the project will be installed in the southern ditch line along Old Highway Road starting near the entrance to the Dubuque County Fairgrounds heading west where it will cross the road to north side of ditch line to make final connection and complete a 4t" pressure zone loop. Additionally, a water main will be stubbed to Cousins Road and Pine View Drive for future expansion. PROJECT SCHEDULE The proposed schedule is as follows: Initiate Public Bidding & Set Public Hearing Date May 15, 2023 Publish Public Hearing Notice on Plans & Specs May 19, 2023 Distribute and Post Notice to Bidders, Advertise for Bids May 17, 2023 Public Hearing on Plans & Specifications June 5, 2023 Receipt of Bid Proposals (Bid Letting) June 13, 2023 2 PM Bid Tab and Award Recommendation June 14, 2023 Award Construction Contract June 20,2023 Issue Notice to Proceed Construction Commencing Project Completion Date August 1, 2023 August 1, 2023 October 31, 2023 BUDGETIMPACT Funding for the project will be from CIP #4281000014 Old Highway Road water main installation project with a balance of $853,750.00. The estimate of probable cost for the Old Highway Road water main project: Description Cost Estimate Construction Cost Estimate $748,810 Contingency $32,640 Engineering Design(Preliminary and Final $72,300 Total Estimate Project Cost $853,750 REQUEST I respectfully request that the City Council adopt the resolution granting preliminary approval of the plans, specifications, form of contract, and estimated cost for the Old Highway Road Water Main Installation project; and establish June 5, 2023, as the date of the public hearing. cc: Jenny Larson, Director of Finance and Budget Gus Psihoyos, City Engineer Brant Schueller, Water Distribution Supervisor Prepared by Chris Lester, City of Dubuque Water Departrnent.1902 Hawhorne St. Dubuque IA 52001 (563)589-4291 Return to Adrienne N Breitfelder City Clerk City of Dubuque, 50 W. 13th St. Dubuque, IA 52001 (563)589-4100 RESOLUTION NO. 155-23 THE OLD HIGHWAY ROAD WATER MAIN INSTALLATION PROJECT 2023 PRELIMINARY APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; SETTING DATE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; AND ORDERING THE ADVERTISEMENT FOR BIDS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: The proposed plans, specifications, form of contract and estimated cost for the Old Highway Road Water Main Installation Project 2023 in the amount of $748,810, are hereby preliminarily approved and ordered filed in the office of the City Clerk for public inspection. A public hearing will be held on the 5th day of June, 2023, at 6:30 p.m. in the Historic Federal Building Council Chambers (second floor) 350 W. 6th Street, Dubuque, Iowa, at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and estimated cost of said Project, and the City Clerk be and is hereby directed to cause the attached notice of the time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four days nor more than twenty days prior to the date of such hearing. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, form of contract, or estimated cost of the Project. The Old Highway Road Water Main Installation Project 2023 is hereby ordered to be advertised for bids for construction. The amount of the security to accompany each bid shall be in an amount which shall conform to the provisions of the Notice to Bidders hereby approved. The Water Department Manager is hereby directed to advertise for sealed bids for the construction of the improvements herein provided, by publishing the Notice to Bidders to be published on the City of Dubuque website and a contractor plan room service with statewide circulation, which notice shall be published not less than thirteen but not more than forty-five days before the date for filing bids before 2:00 p.m. on the 13th day of June, 2023. Bids shall be opened and read by the City Clerk at said time and will be submitted to the City Council for final action at 6.30 p.m. on the 20th day of June, 2023, in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Passed, adopted and approved this 15th day of May, 2023. Brad avanEgh, Mayor Attest: Adrienne N. Breitfelder, City Clerk CITY OF DUBUQUE, IOWA OFFICIAL NOTICE NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE OLD HIGHWAY ROAD WATER MAIN INSTALLATION PROJECT 2023 NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the Old Highway Road Water Main Installation Project 2023, in accordance with the provisions of Chapter 26, Code of Iowa, at 6:30p.m., on the 5th day of June 2023, in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk, 50 W. 13th Street, Dubuque. Written comments regarding the above public hearings may be submitted to the City Clerk's Office, 50 W. 13th St., Dubuque, Iowa 52001, on or before said time of public hearing. At said hearing any interested person may appear and file objections thereto. The scope of the Project is as follows: Installation of approximately 4,650 lineal feet of 12-inch water main water main along the southern ditch line of Old Highway Road starting near the entrance to the Dubuque County Fairgrounds heading west where it will cross the road to north side of ditch line to make a final connection and complete a 4t" pressure zone loop. Additionally, the water main will be stubbed to Cousins Road and Pine View Drive for future expansion. Individuals with limited English proficiency, vision, hearing, or speech impairments requiring special assistance should contact the City Clerk's Office at (563) 589-4100, TDD (563) 690-6678, ctyclerk@cityofdubuque.org as soon as feasible. Deaf or hard -of -hearing individuals can use Relay Iowa by dialing 711 or (800) 735-2942. Published by order of the City Council given on the day of 2023. Adrienne N. Breitfelder, City Clerk LETTER OF TRANSMITTAL To: City, State, Zip: Project: Adrienne Breitfelder, City Clerk City of Dubuque 50 W.13th St. Dubuque, IA 52001 origindesigno Date: 5/11/2023 City of Dubuque Old Highway Road Water Main Connection Loop Project No.: 23059 COPIES DATE NO. DESCRIPTION 1 set Plans and Contract Document Book THESE ARE TRANSMITTED as indicated below: ❑ For approval ❑X For your records ❑ For your review and comment REMARKS: Attached is a set of Plans and the Contract Document Book for the Water Department's Old Highway Road Water Main Connection Loop project. The plans and contract documents are being provided so your office has them available for the public hearing (as noted in the Notice of Public Hearing). If you have any questions please contact Marc Ruden at our office at marc.ruden@origindesign.com or phone at 556-2464_ Thank youl Marc Ruden COPY TO: SIGNED: Water Resources Team Leader DUBUQUE OFFICE 137 Main Street, Ste. 100 Dubuque, Iowa 52001 origindesign.com 800 556-4491 Masterpiece on the Mississippi OLD HIGHWAY ROAD WATER MAIN CONNECTION LOOP CONTRACT DOCUMENTS MANUAL THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) 2020 EDITION, SHALL APPLY TO THIS PROJECT. THEY ARE AVAILABLE ONLINE AT: http:!/www.iowasudas.o archived-desiqn/ CITY OF DUBUQUE SUPPLEMENTAL SPECIFICATIONS 2020 EDITION, SHALL APPLY TO THIS PROJECT. THEY ARE AVAILABLE ONLINE AT: https://www.cityofdubuque.orq/DocumentCenter/View/44872/SUDAS CITY OF DUBUQUE 2011 WATER DISTRIBUTION DIVISION STANDARDS & SPECIFICATIONS FOR WATER MAINS AND APPURTENANCES, SHALL APPLY TO THIS PROJECT. THEY ARE AVAILABLE ONLINE AT: http://www.cityofdubuque.orq/DocumentCenter/View/15529 AliimeNea City 2007.2012.2013 2017*2019 CITY OF DUBUQUE WATER DEPARTMENT DUBUQUE, IA Adopted Date: April 17, 2018 STAINA LE DUBUQUE uiu Llc . liimbk equ lai fe Date Issued: 4/14/2023 SECTION 00101 Page 1 of 2 PROJECT DIRECTORY PAGE SECTION 00101 CITY OF DUBUQUE, IOWA OLD HIGHWAY ROAD WATER MAIN CONNECTION LOOP 101.1 Authorized Parties: The following contacts are the authorizing representatives for each of the parties, if a change is to be made to the Contract the following representatives must be contacted and approve of the change. JURISDICTION/GOVERNMENT ENTITY REPRESENTATIVE City of Dubuque City Hall, 50 West 13th Street Dubuque, Iowa 52001 Project Contact: Name: Christopher Lester Title: Manager Department: Water Department Email: clester@cityofdubuque.org Phone: (563) 589-4290 ENGINEER'S REPRESENTATIVE Origin Design Co. 137 Main Street, Suite 100 Dubuque, Iowa 52001 Project Contact: Name: Chris Becklin, P.E. Title: Civil Engineer Email: chris.becklin@origindesign.com Phone: (563) 556-2464 CONTRACTOR'S REPRESENTATIVE Contractor Name Contractor Address City, State, Zip Code Project Contact: Name: Name Title: Title Email: Email Phone: Phone SECTION 00101 Page 2of2 101.2 OTHER CONTACT INFORMATION: Not Applicable ___= END OF SECTION 00101 =___ SECTION 00102 Page 1 of 1 PROJECT CERTIFICATION PAGE SECTION 00102 CITY OF DUBUQUE, IOWA OLD HIGHWAY ROAD WATER MAIN CONNECTION LOOP Technical specification information has been included in the plan set and not within this Contract Document Manual therefore no certification required by Origin Design Co. City of Dubuque SUDAS Supplemental Specifications along with Water Distribution Division Standards & Specifications Water Mains and Appurtenances are included for reference. ___= END OF SECTION 00102 =___ [Page Intentionally Left Blank] SECTION 00110 Page 1 of 2 TABLE OF CONTENTS SECTION 00110 DIVISION 0 - BIDDING AND CONTRACTING REQUIREMENTS PROJECT TITLE PAGE 00100 PROJECT DIRECTORY PAGE 00101 PROJECT CERTIFICATION PAGE 00102 TABLE OF CONTENTS 00110 NOTICE TO BIDDERS 00120 INSTRUCTIONS TO BIDDERS 00200 SUBSTITUTION REQUEST FORM 00270 BID PROPOSAL SUBMITTAL CHECKLIST 00300 UNIT PRICE BID PROPOSAL FORM 00400 BID BOND 00450 BIDDER STATUS FORM 00460 CONTRACTOR BACKGROUND INFORMATION — Small Contracts. 00471 PUBLIC IMPROVEMENT CONTRACT 00500 PERFORMANCE, PAYMENT AND MAINTENANCE BOND 00600 OUT-OF-STATE CONTRACTOR BOND 00610 INSURANCE PROVISIONS AND REQUIREMENTS 00700 SALES TAX EXEMPTION CERTIFICATE 00750 SITE CONDITION INFORMATION 00775 CONSTRUCTION SCHEDULE AND AGREED COST OF DELAY00800 NOTICE TO PROCEED 00850 EROSION CONTROL CERTIFICATE 00900 CONSENT DECREE 01000 (continued) SECTION 00110 Page 2 of 2 CITY OF DUBUQUE SUDAS SUPPLEMENTAL SPECIFICATIONS DIVISION 1 - GENERAL CONDITIONS AND COVENANTS DIVISION 2 - EARTHWORK DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION DIVISION 4 - SEWERS AND DRAINS DIVISION 5 - WATER MAIN AND APPURTENANCES DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWER DIVISION 7 - STREETS AND RELATED WORK DIVISION 8 - TRAFFIC DIVISION 9 - SITEWORK AND LANDSCAPE DIVISION 10 - DEMOLITION DIVISION 12 LIFT STATIONS CITY OF DUBUQUE WATER DISTRIBUTION DIVISION STANDARDS & SPECIFICATIONS WATER MAINS AND APPURTENANCES ___= END OF SECTION 00110 =___ SECTION 00120 Page 1 of 2 NOTICE TO BIDDERS SECTION 00120 CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT OLD HIGHWAY ROAD WATER MAIN CONNECTION LOOP 120.1 Time and Place for Filing Sealed Proposals Sealed Bids for the work comprising each improvement as stated below must be filed before 2:00 p.m. on June 13, 2023, in the Office of the City Clerk, City Hall - First Floor, 50 West 13th Street, Dubuque, Iowa. 120.2 Time and Placed Sealed Proposals Will be Opened and Considered Sealed proposals will be opened and Bids tabulated at 2:00 p.m. on June 13, 2023, at City Hall - Conference Room B, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council at its meeting on June 20, 2023. The City of Dubuque, Iowa, reserves the right to reject any and all Bids. 120.3 Time for Commencement and Completion of Work Work on the Project cannot commence until August 1, 2023, and shall be fully completed by October 31, 2023. 120.4 Bid Security Each Bidder must accompany its Bid with a Bid security as security that the successful Bidder will enter into a contract for the work Bid upon and will furnish after the award of contract a corporate surety Bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The Bid security must be in the amount of ten percent (10%) of the amount of the contract and must be in the form of a cashier's check or certified check drawn on a state -chartered or federally chartered bank, or a certified share draft drawn on a state - chartered or federally chartered credit union, or the Bidder may provide a Bid Bond with corporate surety satisfactory to the governmental entity. The Bid Bond must contain no conditions except as provided in this section. 120.5 Contract Documents Contract Documents and Drawings prepared by Origin Design Co. may be obtained at no cost to interested parties. To obtain electronic copies click on the `Bids" tab on the Origin website at https://oriqindesiqn.com/. For paper copies, contact Tri-State Blueprint/Rapids Reproductions at https://www.origindesignplanroom.com/ or phone 563-556-3030. SECTION 00120 Page 2 of 2 120.6 Preference for Iowa Products and Labor By virtue of statutory authority, preference will 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. 120.7 Sales Tax The Bidder should not include State of Iowa sales tax in its Bid. A sales tax exemption certificate will be available for all material purchased in Iowa for incorporation into the Project. 120.8 General Nature of Public Improvement Project Old Highway Road Water Main Connection Loop CIP # 740-2349 The extent of work involved consists of the installation of approximately 4,700 lineal feet of 12-inch water main and water main appurtenances along Old Highway Road from the Dubuque. County Fairgrounds east to approximately 2,200 feet west of the Highway 20 and Old Highway Road intersection. The project also includes minor culvert replacement along with various surface restoration including erosion control, seeding, HMA and PCC pavement and granular surfacing. Construction Cost Estimate: $750,000 120.9 Pre -Bid Construction Conference No Pre -Bid Conference will be held. 120.10 Title VI — Non -Discrimination Clause The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued' pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. 120.11 Notice to Bidders Distribution On the following date, May 17, 2023, this Notice to be posted at the following locations: 1. Iowa League of Cities website. 2. Master Builders/Construction Update Network website. 3. City of Dubuque website. ___= END OF SECTION 00120 =___ SECTION 00200 Page 1 of 5 INSTRUCTIONS TO BIDDERS SECTION 00200 200.1 CONTRACT DOCUMENTS Contract Documents and Drawings prepared by Origin Design Co. may be obtained at no cost to interested parties. To obtain electronic copies click on the "Bids" tab on the Origin website at https://origindesigp.com/. For paper copies, contact Tri-State Blueprint/Rapids Reproductions at https://www.origindesignplanroom.com/ or phone 563-556-3030. 200.2 EXAMINATION Bidders must use complete sets of Contract Documents in preparing Bids. Bidders must examine the Contract Documents and the construction site to obtain first-hand knowledge of existing conditions. Extra compensation will not be given for conditions that can be determined by examining the Contract Documents and site. 200.3 QUESTIONS AND INTERPRETATIONS Bidders must submit questions about the Contract Documents to the Engineer in writing or by email only. Replies will be issued to Contract Document holders of record as Addenda to the Drawings and Specifications and will become part of the Contract Documents. Neither City nor a Bidder may rely on oral clarification. Failure to request clarification will not waive the responsibility of comprehension of the Contract Documents and performance of the work in accordance with the intent of the documents. Signing of the Bid Proposal constitutes an acknowledgement of understanding of the Contract Documents. 200.4 PRODUCT OPTIONS To obtain approval to use an unspecified product, a Bidder must deliver written requests to the Engineer at least seven (7) working days before the sealed Bid is due. Late requests will not be considered. The Bidder must submit request using the Substitution Request Form in specification 00270. Be sure to clearly describe and indicate the product for which approval is requested, and include any data as necessary to demonstrate acceptability of the substitute product. The written request must indicate the section number, page number and line number of the Specification for the product. If the product is acceptable, the Engineer will approve it in an Addendum. 200.5 INSPECTION OF THE PROJECT SITE Each Bidder must visit the project site(s) of the proposed work to fully acquaint itself with the existing conditions relating to the project and must inform itself as to the facilities involved, the difficulties and the restrictions related to the performance of the Contract. Each Bidder must thoroughly examine and familiarize itself with the specifications and all other Contract Documents. The Contractor by the execution of the Contract shall in no way be relieved of any obligation under the contract due to Contractor's failure to receive or examine any contract document or to visit the site and acquaint itself with the conditions there existing. City will be justified in rejecting any claim based on facts regarding which the Contractor should have been aware of as a result of its inspection. SECTION 00200 Page 2 of 5 200.6 RELEASE OF SITE: SEQUENCE OF WORK Bidders are referred to the Contract Documents for information regarding the manner in which the project site(s) will be released and made available for construction purposes, and the sequence in which the construction work will be performed. 200.7 PREPARATION OF BIDS 1. All Bids must be submitted on the Bid Proposal Form, (SECTION 00400) supplied by the City and bound in this Contract Documents Manual. All Bids are subject to all requirements of the Contract Documents including these INSTRUCTIONS TO BIDDERS. All Bids must be regular in every respect and no modifications, exclusions, or special conditions shall be made or included in the Bid Proposal Form by the Bidder. 2. The Bid Proposal Form (SECTION 00400) and Bid Bond (SECTION 00450) must be enclosed in separate sealed envelopes and clearly labeled. a. THE ENVELOPE CONTAINING THE BID PROPOSAL FORM MUST BE LABELED AS FOLLOWS. Old Highway Road Water Main Connection Loop Sealed Bicl (Contractor Name) And addressed to Location for Filing Bid: City of Dubuque City Clerk City Hall, 50 W 13th Street Dubuque, Iowa, 52001 b. THE ENVELOPE CONTAINING THE BID BOND MUST BE LABELED AS FOLLOWS: Old Highway, Road Water Main Connection Loop Bid Bond (Contractor Name) And addressed to Location for Filing Bid: City of Dubuque City Clerk City Hall, 50 W 13th Street Dubuque, Iowa, 52001 3. The Bidder Status Form (Section 00460) must be included in the envelope with the Bid. 4. Bids submitted after the date and time for filing sealed proposals as listed in the Notice to Bidders (SECTION 00120) shall not be considered and will be returned to the Bidder unopened. The City may reject any irregular or non -responsive Bid. SECTION 00200 Page 3 of 5 6. If the Contract is awarded, it will be awarded by the City as required by law to the lowest responsive, responsible Bidder. The Contract will require the completion of work according to the Contract Documents. 7. Each Bidder must include in the Bid, in the appropriate spaces therefore, the proposed cost of performing said work in compliance with the Contract Documents including all items of labor, equipment, materials and overhead costs. 200.8 BID BOND Each Bid must be accompanied by a satisfactory Bid Bond (SECTION 00450), in a separate envelope and clearly labeled in the same manner as the Bid proposal forms, executed by the Bidder and an acceptable surety; or a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10%) of the Bid submitted as security that the Bidder will enter into a contract for doing the work and will give Bond with proper securities for the faithful performance of the contract in the form attached to the specifications. Bidders shall use the provided City of Dubuque Bid Bond (SECTION 00450). If an alternative Bid Bond form is submitted by the Bidder and determined by the City to not be an equivalent bond form then the City may determine the Bid as non -responsive. 200.9 BIDDER STATUS FORM The Bidder Status Form (Section 00460) is required by the Iowa Labor Commissioner, pursuant to the Iowa Administrative Code rule 875-156.2(1). The Bidder must complete and submit the Bidder Status Form, signed by an authorized representative of the Bidder, with their Bid proposal. Under Iowa Administrative Code rule 875-156.2(1), failure to provide the Bidder Status Form with the Bid may result in the Bid being deemed non -responsive and may result in the Bid being rejected. 200.10 CORRECTIONS Erasures or other changes in the Bid must be explained or noted and initialed by the Bidder. 200.11 TIME FOR RECEIVING BIDS Bids received prior to the time of opening will be securely kept unopened. The officer whose duty it is to open them will decide when the specified time has arrived, and no Bid received thereafter will be considered. 200.12 OPENING OF BIDS At the time and place fixed for the opening of Bids, the City will cause to be opened and publicly read aloud every qualifying Bid received within the time set for receiving Bids, irrespective of any irregularities therein. Bidders and other persons interested may be present in person or by representative. SECTION 00200 Page 4 of 5 200.13 WITHDRAWAL OF BIDS Bids (received prior to the time fixed for opening) may be withdrawn on written request by the Bidder. The Bid Bond of any Bidder withdrawing its Bid in accordance with the foregoing conditions will be returned with the Bid. 200.14 CONTRACTOR BACKGROUND INFORMATION FORM The Contractor Background Information Form (Section 00471) must be submitted by the apparent low bidder within 72 hours after the bid opening. The Form may be submitted to the City by either delivering a hardcopy or by email to the Jurisdiction Representative. 200.15 AWARD OF CONTRACTS AND REJECTION OF BIDS The Public Improvement Contract (SECTION 00500) shall be awarded as required by law. The Bidder to whom the award is made shall be notified at the earliest possible date by a Notice of Award. Failure by the apparent low bidder to provide the Contractor Background Information Form within the period specified in Section 200.14 or_ within such extended period as the City may grant, based upon reasons determined sufficient by the City, shall be grounds for determining the apparent low bidder as not responsible, and the City may either award the Contract to another Bidder or re -advertise for Bids, and`may charge against the defaulting Bidder the difference between the defaulting Bidder's Bid and the successful Bid, irrespective of whether the amount thus due exceeds the amount of the Bid Bond. 200.16 EXECUTION OF CONTRACT 1. Within ten (10) calendar days after the date of the City's Notice of Award, the successful Bidder shall execute and deliver to the City a Contract (SECTION 00500) in the form included in the Contract Documents in such number of copies as the City may require. 2. Insurance documents shall be submitted in accordance with SECTION 00700 and must be properly completed prior to execution of the contract by the City. 3. Iowa Sales Tax Exemption Certificate documents shall be submitted in accordance with SECTION 00750 and must be properly completed prior to execution of the contract by the City. 4. The successful Bidder shall, within the period specified in Section 00200.16 Paragraph 1 above, also furnish a Contractor's Performance, Payment and Maintenance Bond in the form included in the Contract Documents and shall bear the same date as, or a date subsequent to, the date of the Contract. The power of attorney for the person who signs for any surety company shall be attached to such Bond. 5. The failure of the successful Bidder to execute such Contract and to supply the required Bond(s), Insurance, and Iowa Sales Tax Exemption Certificate information within ten (10) calendar days after the date of City's Notice of Award, or within such extended period as the City may grant, based upon reasons determined sufficient by the City, shall constitute a default, and the City may either award the Contract to another Bidder or re -advertise for Bids, and may charge against the defaulting Bidder the difference between the defaulting SECTION 00200 Page 5 of 5 Bidder's Bid and the successful Bid, irrespective of whether the amount thus due exceeds the amount of the Bid Bond. If a more favorable Bid is received by re -advertising, the defaulting Bidder shall have no claim against the City for a refund. 6. After the Contract, Bonds, Insurance Documents, Sales Tax Exemption Certificate Form and Contractor Background Information Form have been properly provided, the City will execute the contract and issue the Notice to Proceed. ___= END OF SECTION 00200 =___ [Page Intentionally Left Blank] SECTION 00270 Page 1 of 2 SUBSTITUTION REQUEST FORM SECTION 00270 270.1 PROJECT INFORMATION Project: Old Highway Road Water Main Connection Loop SUBMIT REQUESTS FOR SUBSTITUTIONS DURING THE BIDDING PHASE TO: Chris Becklin, P.E. Origin Design Co. 137 Main Street, Suite 100 Dubuque, IA 52001 Chris.becklin(c origindesign.com SUBMISSION DATE: REQUEST FROM: 1) SPECIFICATION SECTION SPEC. SEC. NO: SPEC. SEC. TITLE: DESCRIPTION: ARTICLE: PARAGRAPH: 2) PROPOSED SUBSTITUTION MANUFACTURER: TRADE NAME: MODEL: SECTION 00270 Page 2of2 270.2 ACKNOWLEDGEMENTS AND ATTACHMENTS In submitting this Request, the undersigned acknowledges and represents that: • Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. • Same warranty will be furnished for proposed substitution as for specified product. • Same maintenance service and source of replacement parts, as applicable, is available. • Proposed substitution will have no adverse effect on other trades and will not affect or delay the project schedule. • Proposed substitution does not affect dimensions and functional clearances. Attachments: The following attachments are required as part of this submittal request. 1) Product Data, descriptions and specifications necessary for evaluation. 2) Drawings necessary to indicate proper installation in the Work. 3) Tests and Reports consistent with specified performance 4) Material Samples (if applicable): SUBMITTED BY: TITLE: COMPANY NAME: TELEPHONE: EMAIL: 270.3 ENGINEER'S REVIEW AND ACTION Substitution approved — Make submittals in accordance with Specification Section for this item. Substitution rejected — Revise and Resubmit. Substitution rejected — Use specified materials. REVIEWED BY: DATE: / / ___= END OF SECTION 00270 =___ SECTION 00300 Page 1 of 2 BID PROPOSAL SUBMITTAL CHECKLIST SECTION 00300 Old Highway Road Water Main Connection Loop 300.1 Bid Submittal Check List Checking your Bid submittal, before filing, against the following checklist will help prevent minor errors or omissions, which could result in rejection of the Bid because it is non- responsive. (1) Bid Proposal Form: ✓ Bid proposal must be submitted on the form listed below and provided by the City: • UNIT PRICE BID PROPOSAL FORM (SECTION 00400) ✓ Acknowledge receipt of all addenda on the Bid Proposal Form (SECTION 00400). ✓ Bid Proposal Form (SECTION 00400) must be signed by an authorized agent. ✓ The Bid Proposal Form must not be qualified in any way or contain any disclaimers or special conditions, or the Bid may be found nonresponsive. (2) Bid Bond: ✓ The Bid Proposal Form (SECTION 00400) must be accompanied in a separate envelope by a Bid Bond (SECTION 00450) or a certified check made payable to the "City of Dubuque" in an amount equal to ten percent (10%) of the Bid amount. ✓ The Bid Bond (SECTION 00450), if used, must be signed by both the Bidder and the Surety or surety's agent. Signature of surety's agent must be supported by accompanying power of attorney. Be sure to write in the bid amount on the Bid Bond ✓ Bidders shall use the provided City of Dubuque Bid Bond (SECTION 00450). If an alternative Bid Bond form is submitted by the Bidder and determined by the City to not be an equivalent bond form then the City may determine the Bid as non -responsive. (3) Bidder Status Form: ✓ The Bidder Status Form (Section 00460) must be included in the envelope with the Bid. SECTION 00300 Page 2of2 (4) Submittal of Bid: ✓ The Bid Proposal Form and Bid Bond must be submitted in a separate sealed envelope labeled as follows: Old Highway Road Water Main Connection Loop "Sealed Bid" or "Bid Bond" (Contractor Name) And addressed to Location for Filing the Bid: City of Dubuque City Clerk City Hall, 50 W 13th Street Dubuque, Iowa, 52001 Sufficient time should be allowed for Bids to be delivered. Late Bids will not be considered and will be returned unopened. == == END OF SECTION 00300 =___ SECTION 00400 Page 1 of 6 UNIT PRICE BID PROPOSAL FORM SECTION 00400 PROJECT: Old Highway Road Water Main Connection Loop BID TO: Office of City Clerk City Hall Dubuque, Iowa 52001 BID FROM: (Company) (Street Address) (City, State, Zip) (Email Address) (Telephone) 400.1 General The undersigned Bidder agrees, if the Bid is accepted, to enter into an Contract with the City, in the form included in the Contract Documents, to perform and furnish the Work as specified or indicated in the Contract Documents for the Total Bid Amount and within the Bid time indicated in the Contract Documents and in accordance with other terms and conditions of the Contract Documents. 400.2 Recitals In submitting this Bid, Bidder represents, as more fully set forth in the Public Improvement Contract, that: a. This Bid will remain subject to acceptance for forty-five (45) calendar days after the day of Bid opening; b. The City has the right to reject this Bid and to waive any informalities in the Bidding; c. Bidder accepts the provisions to the Instructions to Bidders regarding dispositions of Bid Security; d. Bidder will sign and submit the Public Improvement Contract with the Bond and other documents required by the Contract Documents within ten (10) calendar days after the date of City's Notice of Award; SECTION 00400 Page 2 of 6 The Bidder hereby certifies that the Bidder is the only person or persons interested in this proposal as principals; that an examination has been made of the plans, specifications, contract form, including the special provision contained herein, and the work site, and the Bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease. The measured unit quantity of any item stated in the plans, specification, or on the bid proposal form are approximate only and the final payment must be made by the work covered in the contract (Public Improvement Contract - Section 500). The Contractor further understands that all quantities of work, whether increased or decreased, are to be performed at the Unit Prices as stipulated herein; the Bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. 400.3 Bidder's Acknowledgment In submitting this Bid this Bidder acknowledges and represents that: 1) Bidder has examined copies of all the Contract Documents; 2) Bidder has visited the Project Area and become familiar with the general, local, and site conditions; 3) Bidder is familiar with Federal, State, and local laws, ordinances and regulations that govern the work specified by the Contract Documents; 4) Bidder has correlated the information known to the Bidder, observations obtained from the examination of the site, reports and drawings identified in the Contract Documents and additional investigations, explorations, tests, studies and data within the Contract Documents; 5) This Bid is genuine and not made in the interest of or on behalf of an undisclosed person, firm or corporation; Bidder has not directly or indirectly induced or solicited another Bidder to submit a false or sham Bid; Bidder has not solicited or induced a person, firm or corporation to refrain from Bidding; and Bidder has not sought by collusion to obtain for itself an advantage over another Bidder or over City; 6) Local and State sales and use taxes are not included in the Bid Amount. 400.4 Unit Prices and Bid Amount See next 2 pages for Bid Schedule LINE NO. Masterpiece on the Mississippi REFERENCE NUMBER BIDDER NAME: City of Dubuque, Iowa Project Name: OLD HIGHWAY ROAD WATER MAIN CONNECTION LOOP BID ITEM DESCRIPTION Division 2010 - Earthwork, Subgrade, and Subbase 1 2010-108-C-0 Clearing and Grubbing C 2 2010-108-D-1 Topsoil, On -site 3 2010-108-J-2-c Removal of Known Pipe Culvert Division 3010 - Trench Excavation and Backfill 4 3010-108-A-0 Bedding Material, Gradation 30 5 3010-108-A-0 Bedding Material, 1" Commercial Clean Stone 6 3010-108-D-0 Replacement of Unsuitable Backfill Material Gradation 30 Division 4030 - Pipe Culverts 7 4030-108-A-1 Pipe Culvert, Trenched, 24" CMP 8 4030-108-A-1 Pipe Culvert, Trenched, 18" CMP 8 4030-108-A-1 Pipe Culvert, Trenched, 15" CMP 10 4030-108-A-1 Plpe Culvert, Trenched, 24" RCP 11 4030-108-B-0 Plpe Apron, 24" CMP 12 4030-108-B-0 Pipe Apron, 18" CMP 13 4030-108-B-0 Pipe Apron, 15" CMP 14 4030-108-B-0 Pipe Apron, 24" RCP Division 5010 - Pipe and Fittings 15 5010-108-A-1 Water Main, Trenched, DIP, 6" 16 5010-108-A-1 Water Main, Trenched, DIP, 8" 17 5010-108-A-1 Water Main, Trenched, DIP, 12" 18 5010-108-C-2 Fittings by Weight, DI 19 5010-108-C-3 Joint Restraint, Mega lug, 6" 20 5010-108-C-3 Joint Restraint, Mega lug, 8" 21 5010-108-C-3 Joint Restraint, Mega lug, 12" 22 5010-108-C-1 Fittings, DI Sleeve, 12" 23 5010-108-1-0 Removal and Salvage - Water Main Fittings and Appurtenances Division 5020 - Valves, Fire Hydrants, and Appurtenances 24 5020-108-A-0 Valve, Gate,6" 25 5020-108-A-0 Valve, Gate, 8" 26 5020-108-A-0 Valve, Gate, 12" 27 5020-108-C-0 Fire Hydrant Division 7010 - Portland Cement Concrete Pavement PLAN QUANTITY UNIT 1.00 LS 1170.00 CY 180.00 LF 2560.00 TON 150.00 TON 1400.00 TON 22.00 LF 80.00 LF 36.00 LF 18.00 LF 2.00 EA 4.00 EA 2.00 EA 2.00 EA 30.00 LF 25.00 LF 4670.00 LF 1800.00 LBS 12.00 EA 4.00 EA 36.00 EA 2.00 EA 1.00 LS 6.00 EA 2.00 EA 8.00 EA 6.00 EA 28 PCC Collar Around Water Valve Box 3.00 EA Addendum No.: DATE: BID UNIT PRICE Sub Total Sub Total Sub Total Sub Total TOTAL PRICE Sub Total Sub Total LINE NO. REFERENCE NUMBER BID ITEM DESCRIPTION PLAN QUANTITY UNIT BID UNIT PRICE TOTAL PRICE Division 7030 - Sidewalks, Shared Use Paths, and Driveways 29 7030-108-A-0 Removal of Driveway 30 7030-108-H-1 Driveway, Paved, PDC, 6" (Thickness) 31 7030-108-H-1 Driveway, Paved, HMA, 4" (Thickness) 32 7030-108-H-2 Driveway, Granular Division 7040 - Pavement Rehabilitation 33 7040-108-A-0 Full Depth Patches HMA IDOT Division 2528 -Traffic Control 34 IDOT 2528.04-A Traffic Control Division 9010 - Seeding 35 9010-108-A-1 Conventional- Seeding, Type 1 36 9010-108-A-1 Conventional - Seeding,: Type 2 Division 9040 - Erosion and Sediment Control 37 9040-108-A-2 Stormwater Pollution Prevention Plan (SWPPP) Management 38 9040-108-T-1 Inlet Protection Device, Installation 39 9040-108-T-2 40 9040-108-N-1 Inlet Protection Device, Maintenance Silt Fence or Silt Fence Ditch Check, Installation" 41 9040-108-N-2 Silt Fence or Silt Fence Ditch Check, Removal of Sediment 42 9040-108-N-3 43. 11020-108-A-0. Silt Fence or Silt Fence Ditch Check, Removal of Device Division 11,020 - Mobilization Mobilization: Division 11,050- Concrete Washout 050-108-A-0. Concrete Washout 400.5 Base Bid Amount 165.00 SY;. 25.00 SY 140.00 SY 100,00 TON 150.00 SY 1.00 LS .00.. ;.,.',LS 1.00 LS 4.00 LS 8.00 EA 8.00 EA 700.00 LF 700.00 LF 700.00 LF .00 LS 1.00 LS Sub Total Sub Total Sub Tota6. Sub Total Sub Total Sub Total Sub Total Bid Amount (Use Words) SECTION 00400 Page 5 of 6 400.7 Timeliness Bidder agrees that the work shall be Substantially Complete and made ready for final payment in accordance with Contract Documents no later than the date(s) indicated in Section 00800 — Construction Schedule and Agreed Cost of Delay. 400.8 Additional Documents To Be Submitted With Bid The following additional documents are included and made a condition of this Bid: A. Bid Bond (Section 00450)—or other approved Bid Security. Accompanying this Bid in a separate sealed envelope is a Bid Bond, cashier's check, or certified check in the penal sum of ten percent(10%) of the submitted Bid. it is understood that the Bid security will be retained in the event a contract is not executed by the Contractor if award is made to the undersigned. If a Bid Bond is submitted it must be executed by the Bidder and acceptable corporate surety. If a Cashier's check or certified check is submitted it must be made payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States. B. Bidder Status Form (Section 00460) 400.9 Document Submittal Requirements by Apparent Low Bidder The apparent low bidder must submit the Contractor Background Information Form (Section 00471) to the Jurisdiction Representative within 72 hours after the bid opening. Failure to submit the Contractor Background Information Form by the required deadline may be considered justification for the City to determine the Bidder as not responsible. 400.10 Contract Execution The Bidder further agrees to execute a formal contract and Bond, within ten (10) calendar days after the date of the City's Notice of Award. The Bidder also agrees it will commence work on or before ten (10) calendar days after the date of City's Notice to Proceed, and it will complete the work within the specified contract period or pay the Agreed Cost of Delay stipulated in the Contract Documents. 400.11 Questions and Interpretations Failure by the Bidder to request clarification of the Contract Documents during the bidding process does not waive the responsibility for comprehension of the documents and performance of the work in accordance with the Contract Documents. Signing of the Bid Proposal Form constitutes the Contractor's certification as implicitly denoting thorough comprehension of intent of the Contract Documents. SECTION 00400 Page 6 of 6 400.12 Addenda The Bidder acknowledges receipt of the following addenda:: Dated: Dated: Dated: Dated: 400.13 Signatures Contractor: Dated: Contractor Name Street (Business Location) City Title The Bidder's State of does ( ) / does not ( ) utilize a percentage preference for in -state Bidders: The amount of preference is percent. ___= END OF SECTION 00400 =__ SECTION 00450 Page 1 of 1 BID BOND SECTION 00450 We as Principal (Contractor), and , as Surety, are held and firmly bound unto the City of Dubuque, Iowa (City), in the sum the Bid amount), for the payment of which sum well and heirs, executors, administrators, and successors, jointly The condition of this obligation is such that whereas the accompanying Bid, dated day of Old Highway Road Water Main Connection Loop (Project). NOW, THEREFORE, if the Principal shall not withdraw said Bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and must within the period specified therefore, if no period be specified, within ten (10) days after date of City's Notice of Award, enter into a the Public Improvement Contract with the City, in accordance with the Bid as accepted, and give Bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such Contract, then the above obligation shall be void and of no effect, otherwise to remain in full force. The full amount of this Bid Bond will be forfeited to the City as an Agreed Cost of Delay in the event that the Principal fails to execute the contract and provide the Bond as provided in the Contract Documents or by law. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this day of , 2023, the name and corporate seal of each corporate party being hereto affixed and duly signed by its undersigned representative pursuant to authority of its governing body. of$ (10%of (use numbers) truly to be made, we bind ourselves, our and severally, firmly by these presents. Principal has submitted the , 2023 for PRINCIPAL: SURETY: Contractor Name Surety Name By: By: Signature Signature Title Title Date Date ___= END OF SECTION 00450 =___ [Page Intentionally Left Blank] SECTION 00460 Page 1 of 2 Bidder Status Form SECTION 00460 To be completed by all Bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑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 all resident Bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: to (mm/dd/yyyy) Dates: to Address: City, State, Zip: Address: (mm/dd/yyyy) City, State, Zip: Dates: to Address: (mm/dd/yyyy) City, State, Zip: You may attach additional sheet(s) if needed. To be completed by all non- resident Bidders Part C Name of your home state or foreign country reported to the Iowa Secretary of State. Does your company's home state or foreign country offer preferences to Bidders who are residents? ❑ Yes ❑ No 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. You may 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: Signature: Date: You must submit the complete form to the government body requesting Bids per 875 Iowa Administrative Code Chapter 156 This Form has been approved by the Labor Commissioner 309-6001 02-14 SECTION; 00460 Page 2 of 2 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 ❑ 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. ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. CA 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. 0 Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification In this state and statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in 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 Iowa and the certificate has not been revoked or canceled. ___= END OF SECTION 00460 =___ SECTION 00471 Page 1 of 12 SECTION 00471 CONTRACTOR BACKGROUND INFORMATION FOR SMALL CONTRACTS (Between $25,000 and $3,000,000) The apparent low bidder must submit the Contractor Background Information Form to the Jurisdiction Representative within 72 hours after the bid opening. Failure to submit the Contractor Background Information Form by the required deadline may be considered justification for the City to determine the Bidder as not responsible. All questions must be answered clearly and comprehensively. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information that it deems necessary. 1. SUBMITTED BY: Official Name of Firm: Address: 2. CONTRACTOR'S CONTACT INFORMATION: Contact Person: Title: Phone: Email: 3. TYPE OF ORGANIZATION: ❑ SOLE PROPRIETORSHIP Name of Owner: Doing Business As: Date of Organization: ❑ PARTNERSHIP Date of Organization: Type of Partnership: Name of General Partner(s): SECTION 00471 Page 2 of 2 CORPORATION State of Organization: Date of Organization: Executive Officers: President: Vice President(s): Treasurer: Secretary: ❑ LIMITED LIABILITY COMPANY State of Organization: Date of Organization: Members: ❑ JOINT VENTURE State of Organization: Date of Organization: Form of Organization: Joint Venture Managing Partner(s) Name: Address: Name: Address: Name: Address: ❑ OTHER State of Organization. Name of Organization: Form of Organization: Date of Organization: Principal Name: Title: Address: SECTION 00471 Page 3 of 12 A. How many years has your organization been in business as a contractor? years. B. How many years have you been engaged in the contracting business under your present firm or trade name? years. C. Under what other or former names does or has your organization operated? 4. CERTIFICATIONS: CERTIFIED BY: Disadvantage Business Enterprise: Minority Business Enterprise: Woman Owned Enterprise: Small Business Enterprise: Other: SECTION 00471 Page 4 of 2 5. BONDING INFORMATION: Bonding Company: Address: Bonding Agent: Address: Contact Name: Phone: Aggregate Bonding Capacity: Available Bonding Capacity as of date of this submittal: 6. CONSTRUCTION EXPERIENCE: A. Current Experience: List on Schedule A all uncompleted projects currently under contract. B. Previous Experience: List on Schedule B at least three (3) projects completed within the last three (3) years that had a similar scope of work. Do you have direct related project experience? If no direct related project experience, add an Attachment that explain how you intend to complete the contract. n NO AYES In the past eight (8) years has the firm listed in Section 1 ever failed to complete a construction contract awarded to it? If YES, add an Attachmentthat provides details of the circumstances and include Project Owner's contact information. II NO DYES Have you ever been found not to be a responsible Bidder under Iowa Code Chapter 26? If YES, add an Attachment that provides details of the circumstances and include Project Owner's contact information. -1 NO AYES SECTION 00471 Page 5 of 12 In the past eight (8) years has any Corporate Officer, Partner, Joint Venture participant or Proprietor ever failed to complete a construction contract awarded to them in their name or when acting as a principal of another entity? If YES, add an Attachment that provides details of the circumstances and include Project Owner's contact information. -I NO YES Are there any judgments, claims, disputes or litigation pending or outstanding with an individual value greater than $200,000 involving the firm listed in Section 1 or any of its officers (or any of its partners if a partnership or any of the individual entities if a joint venture)? If YES, add an Attachment that provides details of the circumstances and include Project Owner's contact information. ❑ NO I IYES Have you ever been declared in default under a performance Bond in the last five (5) years? If YES, add an Attachment that provides details of the circumstances and include the name and contact person of the owner(s) of the project and the contact person at the surety/Bonding company. El NO DYES Are you currently being investigated for or have previously violated in the last five years any of the following state or federal laws: Iowa Minimum Wage Act, Iowa Non -English Speaking Employees Act, Iowa Child Labor Act, Iowa Labor Commissioner's Right to Inspect Premises, Iowa Compensation Insurance Act, Employment Security Act, Iowa Competition Act, Iowa Income, Corporate and Sales Tax Code, Iowa Employee Registration Requirements, Iowa Hazardous Chemical Risks Act, Iowa Wage Payment Collection Act, Federal Income and Corporate Tax Code, The National Labor Relations Act, The Drug -Free Workplace Act, the Employee Retirement Insurance Security Act, Title VI of the Civil Rights Act of 1964, The Fair Labor Standards Act: If YES, add an Attachment that provides details of the circumstances and explain. ❑ NO YES SECTION 00471 Page 6 of 2 7. SAFETY. PROGRAM: Name of Contractor's Lead Safety Officer: Name of Contractor's Safety Officer assigned to the project: Include the following as attachments:, A. Provide as an Attachment Contractor's OSHA No. 300- Log & Summary of Occupational Injuries & Illnesses for the past 2 years. Contractor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total bid amount. B. Provide as an Attachment Contractor's list of all OSHA Citations & Notifications of Penalty (monetary or other) received within the last 2 years (indicate disposition as applicable) - IF NONE SO STATE. Contractor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total bid amount. C. Provide as an Attachment Contractor's list of all safety citations or violations under any state all received within the last 2 years (indicate disposition as applicable) - IF NONE SO STATE. Contractor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total bid amount. D. Provide the following for the firm listed in Section 3 (attach additional sheets as necessary) the following (Contractor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total bid amount: Workers' compensation Experience Modification Rate (EMR) for the last 2 years: Total Recordable Frequency Rate (TRFR) for the last 2 years: YEAR YEAR TRFR TRFR Total number of man-hours worked for the last 2 Years: YEAR YEAR TOTAL NUMBER OF MAN-HOURS TOTAL NUMBER OF MAN-HOURS SECTION 00471 Page 7 of 12 8. EQUIPMENT: Provide a statement that explains the contractual relationship between the Company listed in Section 3 and the owners of major pieces of equipment that will be utilized on this project. MAJOR EQUIPMENT: List on Schedule C all pieces of major equipment available for use on this Project. I HEREBY CERTIFY THAT THE INFORMATION SUBMITTED HEREWITH, INCLUDING ANY ATTACHMENTS, IS TRUE TO THE BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE CITY OF DUBUQUE MAY RELY ON THE INFORMATION PROVIDED. NAME OF ORGANIZATION: SIGNATURE: NAME: TITLE: DATED: NOTARY ATTEST: SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF , 20 NOTARY PUBLIC - STATE OF MY COMMISSION EXPIRES: REQUIRED ATTACHMENTS: 1. Schedule A (Current Experience). 2. Schedule B (Previous Experience). 3. Evidence of authority for individuals listed in Section 3 to bind organization to a Contract. 4. Resumes of officers and key individuals (including Safety Officer) of Company named in Section 1. 5. Required safety program submittals listed in Section 7. 6. Schedule C (Major Equipment) 7. Additional items as needed to complete background information request. SECTION 00471 Page 8 of 2 SCHEDULE A PROJECTS CURRENTLY UNDER CONTRACT Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com i lete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com sle . Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Corn•lete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com.Iete: Project Name: Contract Aniount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Corn •lete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: SECTION 00471 Page 9 of 12 SCHEDULE A PROJECTS CURRENTLY UNDER CONTRACT Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com • lete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com • lete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: SECTION 00471 Page 10 of 2 SCHEDULE B PREVIOUS EXPERIENCE (List projects that fulfill the requi ments o Section 68) Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Project Name: Contract Amount: Project Information Project Type: Contract End Date: Contract Start Date: Percent Complete: Project Name: Contract Amount:_ Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: SECTION 00471 Page 11 of 12 SCHEDULE B PREVIOUS EXPERIENCE (List projects that fulfill the requirements of Section 6B Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com•lete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com•lete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com • Iete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com.Iete: Project Name: Contract Amount: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: ti O O Z 0 U w 0 F- w w JD 0 -� ❑ r4 z as U —co 0 W N J 1 W IYi0 w 1L C5 w O 4 LL 0 F. OWNER RUN HOURS z 0 5 z 0 0 MODEL YEAR 1 w I-- 0, Z w SECTION 00500 Page 1 of 6 PUBLIC IMPROVEMENT CONTRACT SECTION 00500 OLD HIGHWAY ROAD WATER MAIN CONNECTION LOOP THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for references purposes the day of , 20 between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City), and Contractor Name (Contractor). For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for the Old Highway Road Water Main Connection Loop (Project). 2. CONTRACT DOCUMENTS A. The Contract Documents consist of the following: 1. Project Title Page (Section 00100). 2. Project Directory Page (Section 00101). 3. This Public Improvement Contract (Section 00500). 4. Performance, Payment, and Maintenance Bond (Section 00600). 5. Out -of -State Contractor Bond (Section 00610). 6. Other Bonds: N/A 7. The Iowa Statewide Urban Design And Specifications (SUDAS) 2020 Edition. 8. CITY OF DUBUQUE Supplemental Specifications 2020 Edition. 9. Other Standard and Supplementary Specifications as listed on the Title Page of the Contract Document Manual. 10.Special Provisions included in the project Contract Document Manual. 11. Drawings consisting of sheets bearing the following general title: Old Highway Road Water Main Connection Loop 12.Addenda (numbers to , inclusive). 13.Insurance Provisions and Requirements (Section 00700). 14.Sales Tax Exemption Certificate (Section 00750). 15.Site Condition Information (Section 00775). 16.Construction Schedule and Agreed Cost of Delay (Section 00800). 17.Erosion Control Certificate (Section 00900). 18.Consent Decree (Section 01000). SECTION 00500 Page 2of6 19. Exhibits to this Contract (enumerated as follows): a. Contractor's Bid (pages inclusive). b. Bidder Status Form (Section 00460). c. The following documentation that must be submitted by Contractor prior to Notice of Award. i. Contractor Background Information Form (Section 00471) 20. The following which may be delivered or issued on or after the Effective Date of the Agreement: a. Notice to Proceed (Section 00850). b. Project Certification Page (Section 00102). c. Change Orders (Not attached to this agreement). There are no other Contract Documents. The Contract Documents may only be amended, modified, or supplemented as provided in General Conditions.' 3. All materials used by the Contractor in the Project must be of the quality required by the Contract Documents and must be installed in accordance with the Contract Documents. 4. The Contractor must remove any materials rejected by the City as defective or improper, or any of said work condemned as unsuitable or defective, and the same must be replaced or redone to the satisfaction of the City at the sole cost and expense of the Contractor. 5. Five percent (5%) of the Contract price will be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim by any party that may be filed for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that thirty (30) day period, as provided in Iowa Code Chapter 573 or Iowa Code Chapter 26. The City will also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums will be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the Contract Documents herein referred to and agrees not to plead misunderstanding or deception related to estimates of quantity, character, location or other conditions for the Project. 7. In addition to any warranty provided for in the specifications, the Contractor must also fix any other defect in any part of the Project, even if the Project has been accepted and fully paid for by the City. The Contractor's maintenance bond will be security for a period of two years after the issuance of the Certificate of Substantial Completion. 8. The Contractor must fully complete the Project under this Contract on or before the date indicated in the Construction Schedule and Agreed Cost of Delay Section of the Contract Documents. 9. INDEMNIFICATION FROM THIRD PARTY CLAIMS. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold harmless City, its officers and employees, from and against all claims, damages, losses and expenses claimed by third parties, but not SECTION 00500 Page 3 of 6 including any claims, damages, losses or expenses of the parties to this Contract, including but not limited to attorneys' fees, arising out of or resulting from performance of this Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property, including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of Contractor, or anyone directly or indirectly employed by Contractor or anyone for whose acts Contractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 10. The Contractor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or Contract with any other Bidder, or with any public officer, whereby it has paid or is to pay any other Bidder or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any Contractor arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the award of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10%) of the Contract price but in no event less than $2,000.00 (Two Thousand Dollars) to the City. 11. The surety on the Bond furnished for this Contract must, in addition to all other provisions, be obligated to the extent provided for by Iowa Code 573.6 relating to this Contract, which provisions apply to said Bond. 12. The Contractor agrees, and its Bond is surety therefore, that after the Certificate of Substantial Completion has been issued by the City, it will keep and maintain the Project in good repair for a period of two (2) years. 13. The Project must be constructed in strict accordance with the requirements of the laws of the State of Iowa, and the United States, and ordinances of the City of Dubuque, and in accordance with the Contract Documents. A. All applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970 (42 U. S. C. 1958 (H) et. seq.) and the Federal Water Pollution Act (33 U. S. C. 1368 et. seq.) as amended, Executive Order 11738, and Environmental Protection Agency regulations (40 CFR, Part 15). Contractor must comply with Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) and Department of Labor Regulations (29 CFR, Part 5). B. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. SECTION 00500 Page 4 of 6 CONSENT DECREE RELATING TO THE PROJECT 14. x THIS CONTRACTOR IS PERFORMING WORK FOR THE CITY OF DUBUQUE RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY SEWER COLLECTION SYSTEM. THEREFORE, THE CONSENT DECREE AND THIS SECTION ARE APPLICABLE. CITY CONTRACTOR THIS CONTRACTOR IS NOT PERFORMING WORK FOR THE CITY OF DUBUQUE RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY SEWER COLLECTION SYSTEM. THEREFORE THE CONSENT DECREE AND THIS SECTION ARE NOT APPLICABLE. The City has entered into a Consent Decree in the case of The United States of America; and the State of Iowa v. The City of Dubuque, Iowa, Civil Action Number Case 2:11-cv-01011-EMJ,:Civil Action Number 2008V00041, DOJ Case Number 90-5-1-1-09339, United States District Court for the Northern District of Iowa. The provisions of the Consent Decree apply to and are binding upon the City and its officers, directors, employees, agents, servants, successors, assigns, and all persons, firms and corporations under contract with the City to perform the obligations of the Consent Decree: The City is required to provide a copy of the Consent Decree to any contractor or consultant retained to perform work required by the Consent Decree. A copy of the Consent Decree is included in the Contract Documents and can be viewed at http://www.cityofdubuque.orq/DocumentCenter/HomeNiew/3173. A hard copy is available upon request at the City's Engineering Department Office. The City must condition any contract to perform work required under the Consent Decree upon performance of the work in conformity with the provisions of the Consent Decree. The Consent Decree also provides that until five (5) years after the termination of the Consent Decree, the City must retain, and must instruct its contractors and agents to preserve, all non -identical copies of all documents, reports, data, records, or other information (including documents, records, or other information in electronic form) in its or its contractors' or agents' possession or control, or that come into its or its contractors' or agents' possession or control, and that relate in any manner to the City's performance of its obligations under this Consent Decree, including any underlying research and analytical data. This information -retention period, upon request by the United States or. the State, the City must provide, copies of any documents, reports, analytical data, or other information required to be maintained under. the Consent Decree. At the conclusion of the information -retention period, the City must notify the United States and the State at least ninety (90) Days prior to the destruction of any documents, records, or other information subject to such requirements and, upon request by the United States or the State, the City must deliver any such documents, records, or other information to the EPA or IDNR. SECTION 00500 Page 5 of 6 CERTIFICATION BY CONTRACTOR The undersigned, on behalf of the Contractor, with full authority to act on behalf of the Contractor, certifies to the City of Dubuque as follows: 1. I have received a copy of the Consent Decree in the case of The United States of America, and the State of Iowa v. The City of Dubuque, Iowa, Civil Action Number Case 2:11-cv-01011-EMJ, Civil Action Number 2008V00041, DOJ Case Number 90- 5-1-1-09339, United States District Court for the Northern District of Iowa. 2 All work performed will be in conformity with the provisions of the Consent Decree. 3. All documents reports, data, records, or other information (including documents, records, or other information in electronic form) that relate in any manner to the performance of obligations under the Consent Decree, including any underlying research and analytical data, will be retained as required by the Consent Decree. 4. The Contractor agrees to defend, indemnify, and hold harmless the City, its officers, agents, or employees from and against any claims, including penalties, costs and fees as provided in the Consent Decree, relating to or arising out of the Contractor's failure to comply with the Consent Decree. CONTRACTOR: Contractor By: Signature Printed Name Title Date SECTION 00500 Page 6 of 6 THE CITY AGREES: 15. Upon the completion of the Contract, and the acceptance of the Project by the City Council, and subject to the requirements of law, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total work completed at the price(s) stated in the Contractor's Bid Proposal and less any Agreed Cost of Delay provided for in the Contract Documents. CONTRACT AMOUNT $ CITY OF DUBUQUE, IOWA:.; Department By: Signature Printed Name Title Date CONTRACTOR: Contractor By: Signature Printed Name Title Date ___= END OF SECTION 00500 =___ SECTION 00600 Page 1 of 4 PERFORMANCE, PAYMENT AND MAINTENANCE BOND SECTION 00600 KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal") and , as Surety are held and firmly bound unto the City of Dubuque, Iowa, as Obligee (hereinafter referred to as "Owner"), 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 Owner, bearing date the day of , 2023, (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following project in accordance with the Contract Documents, and 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. The Contract Documents for Old Highway Road Water Main Connection Loop project detail the following described improvements: The extent of work involved consists of the installation of approximately 4,700 lineal feet of 12-inch water main and water main appurtenances along Old Highway Road from the Dubuque County Fairgrounds east to approximately 2,200 feet west of the Highway 20 and Old Highway Road intersection. The project also includes minor culvert replacement along with various surface restoration including erosion control, seeding, HMA and PCC pavement and granular surfacing. 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: 1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract and Contract Documents, by reference made a part hereof, for the project, and shall indemnify and save harmless the Owner from all outlay and expense incurred by the Owner 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, SECTION 00600 Page 2 of 4 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 Owner is required to retain until completion of the improvement, but the 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. 3. 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 Documents within the period of two (2) year(s) from the date of acceptance of the work under the Contract, by reason of defects in workmanship, equipment installed, or materials used in construction of said work; To keep all work in continuous good repair; and< To pay the Owner's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Owner all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. Contractor's and Surety's Contract herein made extends to defects in workmanship or materials not discovered or known to the Owner at the time such work was accepted. 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 authorized in approved change orders to the Contractor in which to perform the Contract; B. To consent without notice to, any change in the Contract or Contract Documents, authorized in approved change orders 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 twenty percent (20%) of the total contract price, and that this Bond shall then be released as to such excess increase; 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. SECTION 00600 Page 3 of 4 The Contractor and every Surety on the Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: D. That no provision of this Bond or of any other contract shall be valid that limits to less than five (5) years 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 Owner 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, attorney's fees (including overhead expenses of the Owner's staff attorneys), and all costs and expenses of litigation as they are incurred by the Owner. It is intended the Contractor and Surety will defend and indemnify the Owner on all claims made against the Owner 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 Owner 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 Owner 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 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 Owner whole for all such outlay and expense, provided that the Surety's obligation under this Bond shall not exceed one hundred twenty-five percent (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 Dubuque County, State of Iowa. If legal action is required by the Owner to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Owner, the Contractor and the Surety agree, jointly, and severally, to pay the Owner all outlay and expense incurred therefor by the Owner. All rights, powers, and remedies of the Owner hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Owner, by law. The Owner 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, in the Contract Documents, 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, the Contract, or the Contract Documents; second, if not defined in the Bond, Contract, or Contract Documents, it shall be interpreted or construed as defined in applicable SECTION 00600 Page 4 of 4 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 and Contract Documents are hereby made a part of this Bond. Witness our hands, in triplicate, this SURETY COUNTERSIGNED BY: Signature of Agent Printed Name of Agent Company Address City, State, Zip Code Company Telephone Number`` PRINCIPAL: Contractor By: Signature Printed Name Title NOTE: Representative for Owner Surety Company By: Signature Attorney -in -Fact Officer Printed Name of Attomey-in-Fact Officer Company Name Company Address Company Telephone Number 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 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. —_= END OF SECTION 00600 =___ SECTION 00610 Page 1 of 1 OUT-OF-STATE CONTRACTOR BOND SECTION 00610 An out-of-state Contractor must either file a surety Bond, as provided in Iowa Code section 91C.7, with the Iowa Division of Labor Services in the amount of twenty-five thousand dollars ($25,000) for a one (1) year period or must provide a statement to the Iowa Division of Labor Services that the contractor is prequalified to Bid on projects for the Iowa Department of Transportation pursuant to Iowa Code Section 314.1 An out-of-state Contractor, before commencing a contract in excess of five thousand dollars ($5,000) in value of Iowa, must file a Bond with the Iowa Division of Labor Services of the Iowa Department of Workforce Development. A Surety Bond filed pursuant to Iowa Code section 91 C.2 must be executed by a surety company authorized to do business in this state, and the Bond must be continuous in nature until canceled by the Surety with not less than thirty (30) days; written notice to the contractor and to the Division of Labor Services of the Iowa Department of Workforce Development in dictating the surety's desire to cancel the Bond. The Surety company is liable under the Bond for any contract commenced after the cancellation of the Bond. The Bond must be in the sum of the greater of the following: (1) One thousand dollars ($1,000.00); or (2) Five percent (5%) of the contract price An out-of-state Contractor may file a blanket Bond in an amount at least equal to fifty thousand dollars ($50,000) for a two (2) year period in lieu of filing an individual Bond for each Contract. The Division of Labor Services of the Iowa Department of Workforce Development may increase the Bond amount after a hearing. More information about how to file an out-of-state contractor bond can be found at the Iowa Workforce Development website at https://www.iowacontractor.gov/contractor-registration ___= END OF SECTION 00610 ==== [Page Intentionally Left Blank] SECTION 00700 Page 1 of 6 INSURANCE PROVISIONS SECTION 00700 City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub -Subcontractors Class A: Class B: Class C: Insurance Schedule F Asbestos Removal Fiber Optics Sanitary Sewers Asphalt Paving Fire Protection Sheet Metal Concrete Fireproofing Site Utilities Construction Managers General Contractors Shoring Cranes HVAC Special Construction Culverts Mechanical Steel Decking Paving & Surfacing Storm Sewers Demolition Piles & Caissons Structural Steel Deconstruction Plumbing Trails Earthwork Retaining Walls Tunneling Electrical Reinforcement Water Main Elevators Roofing Chemical Spraying Landscaping Rough Carpentry Doors, Window & Masonry Stump Grinding Glazing Vehicular Snow Removal Tank Coating Drywall Systems Painting & Wall Covering Tree Removal Fertilizer Application Pest Control Tree Trimming Geotech Boring Scaffolding Tuckpointing Insulation Sidewalks Waterproofing Finish Carpentry Plastering Well Drilling Carpet Cleaning General Cleaning Power Washing Carpet & Resilient Grass Cutting Tile & Terrazzo Flooring Flooring Janitorial Window Washing Caulking & Sealants Non Vehicular Snow & Acoustical Ceiling Ice Removal Filter Cleaning Office Furnishings Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors January 2023 SECTION 00700 Page 2 of 6 INSURANCE SCHEDULE F (continued) 1. Contractor shall furnish a signed certificate of insurance to the department responsible for the contract for the coverage required in Exhibit I prior to commencing work and at the end of the project if the term of work is longer than 60 days. Contractors presenting annual certificates shall present a certificate at the end of each project with the final billing. Each certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent approved by the Director of Finance and Budget or Designee. The certificate must clearly indicate the project number, project name, or project description for which it is being provided. Project name: Old Highway Road Water Main Connection Loop 2. All policies of insurance required hereunder shall be with an insurer authorized to do business In Iowa and all insurers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate required shall be furnished to the Water Department of the City of Dubuque. 4. Failure to provide the coverages described in this Insurance Schedule shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this contract. 5. Contractor shall require all subcontractors and sub -subcontractors to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurance from all such subcontractors and sub -subcontractors. Contractor agrees that it shall be liable for the failure of a subcontractor and sub -subcontractor to obtain and maintain such coverage. The City may request a copy of such certificates from the Contractor. 6. All required endorsements shall be attached to the certificate. The certificate is due before the contract/agreement can be approved. 7. Whenever an ISO form is referenced the current edition must be provided. 8. Contractor shall be required to carry the minimum coverage/limit, or greater if required by law or other legal agreement, in Exhibit I - Insurance Schedule F. If the contractor's limits of liability are higher than the required minimum limit, then the contractor's limits shall be this agreement's required limits. 9. Contractor shall be responsible for deductibles and self -insured retention for payment of all policy premiums and other cost associated with the insurance policies required below. 10. All certificates of insurance must include agents name, phone number, and email address. 11. The City of Dubuque reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by this Schedule at any time. 12. The City of Dubuque reserves the right to modify these requirements, including limits, based on changes in the risk or other special circumstances during the term of the contract, subject to mutual agreement of the parties. Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors January 2023 SECTION 00700 Page 3 of 6 INSURANCE SCHEDULE F (continued) EXHIBIT I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments -- $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01 or business owners form BP 00 02 shall be clearly identified. 2) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 25 03 "Designated Construction Project(s) General Aggregate Limit" as appropriate. 3) Include endorsement indicating that coverage is primary and non-contributory. 4) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 5) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10 (Ongoing operations). Origin Design Co. shall also be named as additional insured. 6) The additional insured endorsement shall include completed operations under ISO form CG 20 37 during the project term and for a period of two years after the completion of the project. 7) Policy shall include Waiver of Right to Recover from Others endorsement. 8) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 520019) Contractor and subcontractor shall not use any drone without the prior written approval of the city of Dubuque. Any drone usage must comply with above liability limits and the additional insured endorsement must name the City of Dubuque with respect to aircraft liability coverage. B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Coverage B Statutory —State of Iowa Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors January 2023 SECTION 00700 Page 4of6 Coverage B limits shall be greater if required by the umbrella/excess insurer. OR If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers' Compensation Insurance, the Contractor shall have a copy of the State's Nonelection of Workers'; Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. AUTOMOBILE LIABILITY Combined Single Limit: $1,000,000 Coverage shall include all owned, non -owned, and hired vehicles. If the Contractor's business does not own any vehicles, coverage is required on non -owned and hired vehicles. 1) Policy shall include Waiver of Right to Recover from Others endorsement. UMBRELLA/EXCESS LIABILITY The General Liability, Automobile Liability and Workers Compensation Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, It shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Noncontributory in favor of the City. All Class A contractors with contract values in excess of $10,000,000 must have umbrella/excess liability coverage of $10,000,000. All Class A and Class B contractors with contract values between $500,000 and $10,000,000 must have umbrella/excess liability coverage of $3,000,000. All Class A and B contractors with contract values less than $500,000 must have umbrella/excess liability coverage of $1,000,000. All Class C contractors are not required to have umbrella/excess liability coverage. All contractors performing earth work must have a minimum of $3,000,000 umbrella regardless of the contract value. E) POLLUTION LIABILITY Coverage required: Yes Pollution liability coverage shall be required if project involves any pollution exposure for hazardous or contaminated materials including, but not limited to, the removal of lead, asbestos, or PCB's. Pollution product and complete operations coverage shall also be covered. Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors January 2023 SECTION 00700 Page 5 of 6 Each Occurrence $2,000,000 Policy Aggregate $4,000,000 1) Policy to include job site and transportation coverage. 2) Include additional insured for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10. (Ongoing operations) or its equivalent and CG 20 37 (completed operations) or its equivalent. 3) Include Preservation of Governmental Immunities Endorsement. 4) Provide evidence of coverage for 5 years after completion of project. 5) Include endorsement indicating that coverage is primary and noncontributory. 6) Policy shall include waiver of right to recovery from others endorsement. 7) Pollution liability shall include ISP endorsement CA 99 48. Pollution Liability - Broadened Coverage for Covered Autos, or equivalent endorsement if the contractor has vehicles that transport fuel onto the Owner's property. F) RAILROAD PROTECTIVE LIABILITY Coverage required: Yes No Any contract for construction or demolition work on or within fifty feet (50') from the edge of the tracks of a railroad and affecting any railroad bridge, trestle, tracks, roadbeds, tunnel, underpass, or crossing, for which an easement, license or indemnification of the railroad is required, shall require evidence of the following additional coverages. Railroad Protective Liability: $ each occurrence (per limits required by Railroad) OR policy aggregate (per limits required by Railroad) An endorsement to the Commercial General Liability policy equal to ISO CG 24 17 (Contractual Liability - Railroads). A copy of this endorsement shall be attached to the certificate of insurance. Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors January 2023 SECTION 00700 Page 6 of 6 Please be aware that naming the City of Dubuque as an additional insured as is required by this Insurance Schedule may result in the waiver of the City's governmental immunities provided in Iowa Code sec. 670.4. If you would like to preserve those immunities, please use this endorsement or an equivalent form. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the Including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental Immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance' shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity, The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any and shall do so upon the timely written request of the Insurer. 4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change In Policy. The above preservation of governmental Immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN __= END OF SECTION 00700 =___ Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors January 2023 SECTION 00750 Page 1 of 5 SALES AND USE TAX EXEMPTION CERTIFICATE SECTION 00750 The City of Dubuque, as a designated exempt entity awarding construction contracts, will issue special exemption certificates to contractors and subcontractors, allowing them to purchase, or withdraw from inventory, materials for the Contract free from sales tax pursuant to Iowa Code Sections: 422.42 (15) & (16), and 422.47 (5). The special exemption certificate will also allow a manufacturer of building materials to consume materials in the performance of a construction contract without owing tax on the fabricated cost of those materials. 1. These tax exemption certificates and authorization letters are applicable only for the work under the contract. The Contractor and each subcontractor shall comply with said Iowa Code Sales Tax requirements, shall keep records identifying the materials and supplies purchased and verify that they were used on the contract, and shall pay tax on any materials purchased tax-free and not used on the contract. 2. Upon award of Contract the City will register the Contract, Contractor, and each subcontractor with the Iowa Department of Revenue and Finance; and distribute tax exemption certificates and authorization letters to the Contractor and each subcontractor. SECTION 00750 Page 2 of 5 PROJECT INFORMATION. REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS & SUBCONTRACTORS Submitting, Department: Water Department Department Contact: Christopher Lester, Water Department Manager Project CIP Number(s): 740-2349 Please complete this form in its entirety and submit along with the executed Contract, Bonds and Certificate of Insurance.' Upon receipt, the City Finance 'Department will work with the Iowa Department of Revenue to issue Sales Tax Exemption Certificates to the approved contractor(s) to allow for the purchase or inventory withdrawal of materials for the specified Project free from State of lowa Sales Tax. Sales tax exemption certificates are not provided to material suppliers. The Contractor and subcontractors can provide copies of the sales tax exemption certificates issued by the City to individual material suppliers. Project Name: Old Highway Road Water Main Connection Loop Project Description: Installation of 12" water main and appurtenances along Old Highway Road Start Date (Bid Opening Date): June , 2023 Final Completion Date: October 31, 2023 1. General Prime Contractor: Contact Name: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: SECTION 00750 Page 3 of 5 2. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 3. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 4. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 5. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: SECTION 00750 Page of 5 6. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 7. Subcontractor:' Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 8. Subcontractors Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 9. Subcontractor:, Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: SECTION 00750 Page 5 of 5 10. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 11. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 12. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 13. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: ___= END OF SECTION 00750 =___ [Page Intentionally Left Blank] SECTION 00775 Page 1 of 2 SITE CONDITION INFORMATION SECTION 00775 250.1 SUBSURFACE CONDITIONS In the preparation of the Contract Documents, the Engineer relied upon the following report(s) and drawing(s) of explorations and tests of subsurface conditions at the Site: NOT APPLICABLE 250.2 PHYSICAL CONDITIONS In the preparation of the Contract Documents, the Engineer relied upon the following drawing(s) of physical conditions in or relating to existing surface and subsurface structures (except underground facilities) which are at or contiguous to the Site: 1) Drawings NOT APPLICABLE 2) Sanborn Fire Insurance Map: NOT APPLICABLE NONE OF THE CONTENT OF SUCH DRAWINGS INCLUDE TECHNICAL DATA ON WHICH THE CONTRACTOR MAY RELY. 250.3 HAZARDOUS ENVIRONMENTAL CONDITIONS NOT APPLICABLE In the preparation of the Contract Documents, the Engineer relied upon the following reports(s) known to the owner of hazardous environmental conditions at the Site: 1) Phase I Environmental Site Assessment Study prepared by Title: Date: 2) Phase II Environmental Site Assessment Study prepared by Title: Date: 3) Soil and Groundwater Management Plan prepared by Title: Date: SECTION 00775 Page 2 of 2 The technical data in the above report(s) upon which the Contractor may rely, consists of test results all as of the date made. Contractor must not remove, disturb or remediate any Hazardous Environmental Conditions encountered, uncovered or revealed at the Project Area, unless such removal or remediation is expressly identified in the Contract Documents to be within the scope of work. ___= END OF SECTION 00775 =___ SECTION 00800 Page 1 of 2 CONSTRUCTION SCHEDULE AND AGREED COSTS OF DELAY SECTION 00800 800.1 SCHEDULE: CALENDAR DAY SCHEDULE: Work required by the Contract Documents cannot commence until August 1, 2023 and shall be Complete by October 31, 2023. WORKING DAY SCHEDULE: NOT APPLICABLE Work required by the Contract Documents shall commence within ten (10) calendar days after Notice to Proceed has been issued and shall be Substantially Complete within working days and Finally Complete within working days. MILESTONE DATES: NOT APPLICABLE In addition to the required Substantial and Final Completion Dates, there are milestones by which certain items of work must be completed. See General Requirements for milestone requirements. 800.2 AGREED COSTS OF DELAY: Time is of the essence of the Contract. As delay in the diligent prosecution of the work may inconvenience the public, obstruct traffic, interfere with business, and/or increase costs to the City such as engineering, administration, and inspection, it is important that the work be prosecuted vigorously to final completion. An extension of the contract period may be granted by the City for any of the following reasons: 1. Additional work resulting from a modification of the Contract Documents by approved change order. 2. Delays caused by the City. 3. Other reasons beyond the control of the Contractor, which in the City's opinion, would justify such. Should the Contractor, or in case of default the Surety, fail to complete the work within the specified Milestone(s), Substantial and Final Completion Dates, a deduction at the daily rate for agreed costs of delay will be made for each and every calendar day or working day, whichever is specified, such that the work remains uncompleted. The Contractor or the Contractor's Surety shall be responsible for all costs incidental to the completion of the work, and shall be required to pay the City the following daily costs: A. For each calendar day that any work remains uncompleted beyond the Completion date of October 31, 2023, the contractor will be assessed and shall pay $1,000.00 per calendar day, not as a penalty but as predetermined and Agreed Cost of Delay until Substantial Completion requirements are met. SECTION 00800 Page 2 of 2 B. NOT APPLICABLE For each calendar day that any work remains uncompleted beyond the Final Completiondate the contractor will be assessed and shall pay, $ per calendar, not as a penalty but as predetermined and Agreed Cost of Delay until Final Completion requirements are met. C. NOT APPLICABLE For each calendar day that any work remains uncompleted beyond the` Milestone date(s) the contractor' will be' assessed and shall pay, $ per calendar day, not as a penalty but as predetermined and Agreed Cost of Delay until the Milestone requirements are met. Permitting the Contractor to continue and finish the Work, or any part of it, after the expiration of the Substantial and Final Completion dates or Milestone Dates or extension thereof shall in no way operate as a waiver on the part of the City of any of its rights or remedies under the contract, including its right to Agreed Cost of Delay pursuant to this provision. Furthermore, the assessment of Agreed Cost of Delay shall not constitute a waiver of the City's right to collect any additional damages which the City may sustain by failure of the Contractor to carry out the terms of the Contract. The Agreed Cost of Delay rates specified in the Contract Documents is hereby agreed upon as the true and actual damages due the City for loss to the City and to the public due to obstruction of traffic, interference with business, and/or increased costs to the City such as engineering, administration, construction, and inspection after the expiration of the contract times, or extension thereof. Such Agreed Cost of Delay will be separately invoiced to the Contractor, and final payment will be withheld' from the Contractor until payment has been made of this invoice for the agreed cost of delay. The Contractor and its surety shall be liable for any agreed cost of delay in excess of the amount due the Contractor. ___= END OF SECTION 00800 ===_ Masterpiece on. the Mississippi TO: CONTRACTOR NAME ADDRESS CITY, STATE ZIP NOTICE TO PROCEED SECTION 00850 SECTION 00800 Page 1 of 1 City of Dubuque Department 50. W. 13th Street Dubuque, IA 52001 (563) 589-4270 ISSUE DATE: COMMENCEMENT DATE: August 1, 2023 PROJECT: Old Highway Road Water Main Connection Loop Dear You are hereby notified to commence the work on the Project, on or before the commencement date, in accordance with the Contract Documents. The Contract Time shall begin to run on the commencement date. You are required to return an acknowledged copy of this Notice to Proceed to the City. CITY OF DUBUQUE, IOWA By: THE CITY HAS RECEIVED A COPY OF THE CONTRACTOR'S WRITTEN SAFETY PROGRAM (Signature) n YES (Name) (Title) ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of , 2023. PRINCIPAL: (Contractor) By: (Signature) (Name) (Title) [Page Intentionally Left Blank] EROSION CONTROL CERTIFICATION SECTION 00900 Dated: City: City of Dubuque Address: 59 W. 13th Street Dubuque, IA 52001 SECTION 00900 Page 1 of 1 Project: Old Highway Road Water Main Connection Loop Contract No. 740-2349 Description: Installation of 12" water main and water main appurtenances along Old Highway Road from Dubuque County Fairgrounds east to approximately 2,200 feet west of the Highway 20 and Old Highway Road intersection. Project also includes minor culvert replacement along with various surface restoration including erosion control, seeding, HMA and PCC pavement and granular surfacing. I certify under penalty of law that I understand the terms and conditions of the National Pollutant Discharge Elimination System (NPDES) Permit that authorizes the storm water discharges associated with industrial activities from the construction site and as detailed in the Contract Documents. Further, by my signature, I understand that I am becoming a co-permittee, along with the owner(s) and other contractors and subcontractors signing such certifications, to the Iowa Department of Natural Resources NPDES General Permit No. 2 for "Storm Water Discharge Associated with Industrial Activity for Construction Activities" at the project site. As a co-permittee, I understand that I, and my company, are legally required under the Clean Water Act and the Code of Iowa, to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit. I agree to indemnify and hold the City harmless from any claims, demands, suits, causes of action, settlements, fines, or judgments and costs of litigation, including, but not limited to, reasonable attorney's fees and costs of investigation and arising from a condition, obligation, or requirement assumed or to be performed by the Contractor for storm water pollution and erosion control. Fines and other costs incurred against the City for the Contractor's failure to provide the required erosion control practices will be paid by the Contractor. Contractor: By: (Authorized Signature) (Title) ___= END OF SECTION 00900 =___ [Page Intentionally Left Blank] CONSENT DECREE SECTION 01000 [Page Intentionally Left Blank] Rev 06/2017 CONSENT DECREE RELATING TO THE CITY OF DUBUQUE, IOWA WATER & RESOURCE RECOVERY CENTER AND SANITARY SEWER COLLECTION SYSTEM NO CONTRACTOR OR CONSULTANT MAY PERFORM ANY WORK FOR THE CITY OF DUBUQUE RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SEWER COLLECTION SYSTEM UNLESS COPY OF THIS DOCUMENT IS RETURNED TO THE CITY OF DUBUQUE ENGINEERING DEPARTMENT The City of Dubuque, Iowa has entered into a Consent Decree in the case of The United States of America, and the State of Iowa v. The City of Dubuque, Iowa, Civil Action No. Case 2:11-cv-01011-EMJ, Civil Action Number 2008V00041, DOJ Case Number 90-5-1-1-09339, United States District Court for the Northern District of Iowa. The provisions of the Consent Decree apply to and are binding upon the City and its officers, directors, employees, agents, servants, successors, assigns, and all persons, firms and corporations under contract with the City to perform the obligations of the Consent Decree. The City is required to provide a copy of the Consent Decree to any contractor or consultant retained to perform work required by the Consent Decree. A copy of the Consent Decree can be found at http://www.cityofdubuque.orq/DocumentCenter/Home/View/3173. A paper copy is available upon request from the City of Dubuque Engineering Department. The City must condition any contract to perform work required under the Consent Decree upon performance of the work in conformity with the provisions of the Consent Decree. The Consent Decree also provides that until five years after the termination of the Consent Decree, the City shall retain, and shall instruct its contractors and agents to preserve, all non -identical copies of all documents, reports, data, records, or other information (including documents, records, or other information in electronic form) in its or its contractors' or agents' possession or control, or that come into its or its contractors' or agents' possession or control, and that relate in any manner to the City's performance of its obligations under this Consent Decree, including any underlying research and analytical data. This information -retention requirement shall apply regardless of any contrary City, corporate or institutional policies or procedures. At any time during this information -retention period, upon request by the United States or the State, the City shall provide copies of any documents, reports, analytical data, or other information required to be maintained under the Consent Decree. At the conclusion of Page 1 of 2 the information -retention period, the City shall notify the United States and the State at least ninety (90) Days prior to the destruction of any documents, records, or other information subject to such requirements and, upon request by the United States or the State, the City shall deliver any such documents, records, or other information to the EPA or IDNR. CERTIFICATION BY CONTRACTOR OR CONSULTANT The undersigned, on behalf of the Contractor or Consultant, with full authority to act on behalf of the Contractor or Consultant, certifies to the City of Dubuque as follows: 1. 1 have received a copy of the Consent Decree in the case of The United States of America, and the State of Iowa v. The City of Dubuque, Iowa, Civil Action No. Case 2:11-cv-01011-EMJ,,'Civil Action Number 2008V00041, DOJ Case Number 90-5-1-1- 09339, United States District Court for the Northern District of Iowa. 2. All work performed will be in conformity with the provisions of the Consent Decree. 3. All documents, reports, data, records, or other information (including documents, records, or other information in electronic form) that relate in any manner to the performance of obligations under the Consent Decree, including any underlying research and analytical data, will be retained as required by the Consent Decree. The Contractor or Consultant agrees to defend, indemnify, and hold harmless the City, its officers, agents, or employees from and against any claims, including penalties, costs and fees as provided in the Consent Decree relating to or arising out of the Contractor's or Consultant's, failure to comply with the Consent Decree. Contractor or Consultant: By: Its; Date: Return signed copy to: Deron Muerhing Civil Engineer City Hall -Engineering Department 50 W. 13th' Street Dubuque, IA 52001 Page 2of2 THE CITY OF Masterpiece an the Mississippi CITY OF DUBUOUE TATE IDE U BAN DESI N AN SPE IFICATI N ( UDAS) ISTAINABLE DUBUQUE February 2020 SUPPLEMENTAL SPECIFICATIONS I hereby cer Ty-t at this engineering document was under y irect p rs_onal sup vision and that I am Pro Tonal 0 igi eer and the laws of the State c Date 5 f �dn W. Diensl, P.E. (, License Number 14288 My license renewal date is 31 December 2021 Pages or sheets covered by this seal: All sheets CITY OF DUBUQUE ENGINEERING DEPARTMENT 50 WEST 13TH STREET DUBUQUE, IOWA 52001 ENGINEERING DIVISION: (563) 589-4270 Dubuque All -America City '1II1' 2007,2012,2013 2017*2019 General Supplemental Specifications City of Dubuque The City of Dubuque's project will be constructed in accordance with the SUDAS Standard Specifications, 2020 Edition, and further revised by these General Supplemental Specifications. Use Forms provided by the Jurisdiction only. The SUDAS Standard Specification may be viewed at the Iowa SUDAS website https:lliowasudas.org/manuals/specificatIons-manual/ or can be purchased only from: Iowa State University, Institute for Transportation (InTrans) SUDAS Program, Beth Richards - ISU Research Park 2711 S. Loop Drive, Suite 4700, Ames, Iowa 50010-8664 Phone: 515-294-2869, Fax: 515-294-0467, E-mail: brich(c�iastate.edu Said SUDAS Standard Specifications as adopted for City of Dubuque protects, are hereby amended as follows: ji1 Page 2 of 310 1 11 1 11 1 1 Table of Contents DIVISION 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1010 - DEFINITIONS SECTION 1020 - PROPOSAL REQUIREMENTS AND CONDITIONS SECTION 1030 - APPROVAL FOR AWARD AND AWARD OF CONTRACT SECTION 1040 - SCOPE OF WORK SECTION 1050 - CONTROL OF WORK SECTION 1060 - CONTROL OF MATERIALS SECTION 1070- LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC SECTION 1080- PROSECUTION AND PROGRESS SECTION 1090 - MEASUREMENT AND PAYMENT DIVISION 2 - EARTHWORK SECTION 2010 - EARTHWORK, SUBGRADE, AND SUBBASE SECTION 2020 - CONTAMINATED SOIL AND GROUNDWATER HANDLING DIVISION 3 -TRENCH AND TRENCHLESS CONSTRUCTION SECTION 3010-TRENCH EXCAVATION AND BACKFILL SECTION 3020 - TRENCHLESS CONSTRUCTION DIVISION 4 - SEWERS AND DRAINS SECTION 4010 - SANITARY SEWERS SECTION 4020 - STORM SEWERS SECTION 4030 - PIPE CULVERTS SECTION 4040-SUBDRAINS AND FOOTING DRAIN COLLECTORS SECTION 4050 - PIPE REHABILITATION DIVISION 5 - WATER MAIN AND APPURTENANCES SECTION 5010 - PIPE AND FITTINGS SECTION 5020-VALVES, FIRE HYDRANTS, AND APPURTENANCES SECTION 5030 -TESTING AND DISINFECTION DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS SECTION 6010 - STRUCTURES FOR SANITARY AND STORM SEWER SECTION 6020 - REHABILITATION OF EXISTING MANHOLES DIVISION 7 - STREETS AND RELATED WORK SECTION 7010- PORTLAND CEMENT CONCRETE PAVING SECTION 7020 - HOT MIX ASPHALT PAVEMENT SECTION 7030-SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS SECTION 7040 - PAVEMENT REHABILITATION SECTION 7080 - PERMEABLE CONCRETE BLOCK PAVERS SECTION 7092 SPECIAL PROVISION -TEMPORARY PAVEMENT SECTION 7100 - GUARDRAIL CONSTRUCTION AND REMOVAL DIVISION 8 - TRAFFIC SECTION 8010- EQUIPMENT, LIGHTING, AND SIGNALS SECTION 8020 - PAVEMENT MARKINGS SECTION 8030 -TRAFFIC CONTROL DIVISION 9 - SITE WORK AND LANDSCAPE SECTION 9010 - SEEDING DIVISION 10 - DEMOLITION SEcTIoN 10010- BUILDING DECONSTRUCTION SECTION 10020 - WASTE MANAGEMENT SECTION 10030 - HAZARDOUS MATERIAL REMOVAL FROM BUILDING STRUCTURES 12 - LIFT STATIONS SECTION 120 WASTEWATER LIFT STATION 237 SECTION 12011 -SUBMERSIBLE"`.'-+-; ' UMP AND MOTOR 267 SECTION 12012 - CONTROL PANEL --`-'`�- 271 SECTION 12013 - SCADA INTEG REMENTS 287 SECTION 1202Q ENei+NrG NERATOR - 291 30 - AUTOMATIC TRANSFER SWITCH '03- 5 7 15 21 23 31 37 41 57 69 73 75 77 81 83 87 89 91 99 101 103 105 111 113 115 117 119 121 125 127 129 131 133 135 137 141 143 145 147 211 213 215 217 219 221 227 231 Page 3 of 310 [Page Intentionally Left Blank] IF Page 4of310 1l .jl Division 1 - GENERAL CONDITIONS AND COVENANTS DIVISION 1 of SUDAS IS REPLACED IN IT'S ENTIRETY WITH THE DIVISION 1 IN THIS SUPPLEMENTAL SPECIFICATION 1 I I I 1 11 1 Page 5 of 310 Page 6of310 11 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1010 — DEFINITIONS SECTION 1010 - DEFINITIONS 1.01 DESCRIPTION A. Wherever the following definitions, terms, and abbreviations, or pronouns in place of them, are used in the plans, specifications, or other Contract Documents, the intent and meaning shall be interpreted as specified in this Section. 1.02 ABBREVIATIONS A. Wherever in these specifications and Contract Documents the following abbreviations are used, they shall be understood to mean as follows: The serial designation of each reference shall be the latest year of adoption or revision, unless otherwise specified. AAN - American Association of Nurserymen AAR - Association of American Railroads AASHTO (or AASHO) - American Association of State Highway and Transportation Officials ACI - American Concrete Institute AIA - American Institute of Architects ANSI - American National Standards Institute APWA - American Public Works Association ARA - American Railway Association AREA - American Railway Engineering Association ASA - America Standards Association ASCE - American Society of Civil Engineers ASLA - American Society of Landscape Architects ASTM - American Society for Testing and Materials AWPA - American Wood Preservers Association AWS - American Welding Society AWWA - American Water Works Association BSC - Bituminous Seal Coat CFR - Code of Federal Regulations CLSM - Controlled Low Strength Material CPM - Critical Path Method CRSI - Concrete Reinforcing Steel Institute DNR - Department of Natural Resources DOT - Department of Transportation EEI - Edison Electric Institute EPA - Environmental Protection Agency FHWA - Federal Highway Administration FSS - Federal Specification and Standards ESAL - Equivalent Single Axle Load GGBFS - Ground Granulated Blast Furnace Slag GRI - Geosynthetic Research Institute HMA - Hot Mix Asphalt IAC - Iowa Administrative Code IEEE - Institute of Electrical and Electronics Engineers IES - Illuminating Engineering Society ICEA (or IPCEA) - Insulated Cable Engineers Association IMSA - International Municipal Signal Association, Inc. ISO -Insurance Services Office ITE - Institute of Transportation Engineers MUTCD - Manual on Uniform Traffic Control Devices NEC - National Electrical Code NEMA - National Electrical Manufacturers Association NFPA - National Fire Protection Association NSF - National Sanitation Foundation OSHA - Occupational Safety of Health Administration PCC - Portland Cement Concrete PLS - Pure Live Seed RAP - Recycled Asphalt Pavement SAE - Society of Automotive Engineers SDR - Standard Dimension Ratio SSPC - Steel Structures Painting Council SODAS - Statewide Urban Design and Specifications UL - Underwriters' Laboratories, Inc. US - United States USC - United States Code Page 7 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1010 — DEFINITIONS 1.03 DEFINITIONS AND TERMS ADDENDUM. A revision to the Contract Documents written and issued after the notice to bidders, and prior to the time for receipt of proposals. Changes reflected in the Addendum shall govern over all other Contract Documents. AGREED COSTS OF DELAY. Agreed Costs of Delay are a Contract agreed upon amount of damages that will be paid by the Contractor should they not be able to complete the Contract within the time frame designated in the Contract Documents. AGREEMENT. Public Improvement Contract. ALLEY. See Street. APPROVED EQUAL (EQUIVALENT). A product, process, equipment, or material that, upon approval of the Engineer, is determined to meet or exceed the requirements called for by the specifications. Upon approval, the item will be allowed in lieu of the specified material, process, equipment, or product. ARCHITECT. For publicly owned projects, the Architect is a Professional Architect licensed in the State of Iowa and is the authorized representative of the Contracting Authority, unless otherwise designated by the Contracting Authority. For privately contracted projects, with improvements that are to become publicly owned, the Architect is the Professional Architect licensed in the State of Iowa and is the authorized representative of the Jurisdiction ultimately accepting ownership of the improvement unless otherwise designated by the Jurisdiction. For all other projects, the Architect is the Professional Architect licensed in the State of Iowa and is the owner's authorized representative, The Architect, may act directly or through duly authorized representatives. II ARCHITECT'S REPRESENTATIVE. The person chosen by the Architect to represent its interests or the person designated in the Contract Documents as the party representing the Architect's` interest and having the authority to make decisions regarding the administration and oversight of the project. AWARD. The acceptance of the proposal of the lowest responsive, responsible bidder for the work, which shall not be binding upon the Contracting Authority until the Contract for the said work has been executed by the bidder and by the Contracting Authority and bond(s) has been provided by the bidder as required by law. BID. A properly signed and guaranteed written offer of the bidder containing the bid amount to perform the work. Bid is the same as Proposal. BID AMOUNT. For unit price contracts the Bid Amount is the aggregate sum obtained by totaling the amounts arrived at by multiplying the quantity of each bid item, as shown on the bid proposal schedule, by the unit I, price specified on the bid proposal schedule for that bid item, Including any lump sum bid items along with any additive or deductive alternate bid prices selected by the Jurisdiction. For lump sum contracts the Bid Amount is the amount offered to complete work by the Contractor, and is the amount used to determine the low bidder, including any additive or deductive alternate bid prices selected by the Jurisdiction. BID ITEM. A specifically described unit of work for which a price is provided in the proposal. A bid item may also I' be referred to as a Contract item. BID LETTING. Opening of bid proposals. BID PROPOSAL FORM. The document used to submit the bid. BID SECURITY. The security furnished by the bidder with its bid as guaranty that the bidder will execute the Contract and furnish bond for the work if the proposal is accepted. For bids submitted to Jurisdictions, the bidder shall furnish bld security as defined in Iowa Code Chapter 26. BID TERM. The amount of time allotted to submit a bid to the Jurisdiction. BIDDER. Any individual, firm, partnership, joint venture, corporation, or association licensed or otherwise authorized by law to do business where the work is located, which has submitted a proposal for the work, acting directly or through a duly authorized representative. CALENDAR DAY. Every day shown on the calendar. CHANGE ORDER. A written order to the Contractor signed and approved by the Contracting Authority, ordering a change In the work from that originally shown by the plans and specifications. Change orders duly signed and executed by the Contracting Authority and the Contractor shall constitute authorized modifications of the Contract. II_ IL ( Page 8of310: Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1010 — DEFINITIONS CLAIM. Legal demand or assertion by a claimant for compensation, payment, or reimbursement for a loss under a Contract, or an injury due to negligence as allowed by Chapter 573 of the Iowa Code. COMMENCEMENT OF WORK. Work will be considered commenced when the Contractor's operations are started on items of work covered by the Contract Documents, or when the Contractor notifies the Engineer, and the Engineer agrees, that the Contractor's equipment and personnel are available to the site but the operations are prevented by conditions outside the Contractor's control. COMPETITIVE QUOTATION. A properly signed written offer of the Contractor according to Iowa Code Chapter 26. CONTRACT. The written agreement, between the Contractor and the Contracting Authority, setting forth the terms and conditions under which the work is to be performed. The Contract includes all Contract Documents. CONTRACT AMOUNT. The bid amount plus approved change orders. CONTRACT DOCUMENTS. The Contract Documents shall consist of those specifically listed In the Contract. CONTRACTING AUTHORITY. The body, entity, board, commission, officer, or Jurisdiction having authority to award a Contract. CONTRACTOR. The individual, firm, partnership, joint venture, corporation, or association licensed or otherwise authorized by law to do business where the work is located, and the heirs, executors, administrators, successors and assigns thereof, or the lawful agent of any such individual, firm, partnership, joint venture, corporation, association, or the surety thereof under the Contract bond, constituting one of the principals to the Contract and undertaking to perform the work herein specified. Where the pronoun "it" is used as referring to the word "Contractor" it shall mean the Contractor as defined above. CONTRACTOR'S REPRESENTATIVE. The person chosen by the Contractor to represent its interests or the person designated in the Contract Documents as the party representing the Contractor's interest and having authority to make decisions regarding the administration and oversight of the project. CONTRACT TIME. The number of days set forth in the Contract Documents within which the Milestone Completion, Substantial and Final Completion dates for the work must be achieved. The Contract time may be adjusted only by change order. CONTROLLING ITEM OF WORK. The unique activity of a Contract that will determine the duration of the construction period or if a working day is charged. The character of this work may change during the project. It is the work that could be in progress at any time that would have the greatest influence on the duration of the project. DATE OF CONTRACT. The date assigned and referenced in the first paragraph of Specification Section 00510 - Public Improvement Contract. DAYS. All calendar days including weekends and holidays. DEPARTMENT OF TRANSPORTATION, (THE DEPARTMENT). The Department of Transportation, as defined in Iowa Code Chapter 307. DESIGNATED PORTION OF WORK. Any part of the Project identified by the Jurisdiction in the Contract Documents as a separate and distinct portion of the work that may be issued a separate Substantial and Final Completion Certificate before final acceptance of the entire improvement is granted by the Jurisdiction. EMPLOYEE. Any person working on the project mentioned in the Contract of which these specifications are a part, and who is under the direction or control, or receives compensation from, the Contractor or Subcontractor. ENGINEER. For publicly owned projects, the Engineer is a Professional Engineer licensed in the State of Iowa and is the authorized representative of the Contracting Authority, unless otherwise designated by the Contracting Authority. For privately contracted projects, with improvements that are to become publicly owned, the Engineer is the Professional Engineer licensed in the State of Iowa and is the authorized representative of the Jurisdiction ultimately accepting ownership of the improvement unless otherwise designated by the Jurisdiction. For all other projects, the Engineer is the Professional Engineer licensed in the State of Iowa and is the owner's authorized representative. The Engineer may act directly or Page 9 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1010 — DEFINITIONS �L. through duly authorized representatives. The definition of the Engineer also includes other Iowa licensed f professionals who have stamped and signed the Contract Documents such as architects. �I ENGINEER'S REPRESENTATIVE. The person chosen by the Engineer to represent its Interests or the person designated in the Contract Documents as the party representing the Engineer's interest and having the authority to make decisions regarding the administration and oversight of the project. II EQUIPMENT. All machinery and equipment, together with the necessary supplies for upkeep and maintenance, and also tools and apparatus necessary for the proper construction and acceptable completion of the work. EXTRA WORK. Work not provided for in the Contract, as awarded, but deemed essential to the satisfactory completion of the Contract and authorized by the Engineer. Extra work shall not include additional materials, equipment, and labor used due to natural variations in surface and subsurface conditions, except as specifically provided for elsewhere in the Contract Documents. FINAL ACCEPTANCE. Final acceptance of construction shall be defined as final approval of the project only in the sense that it has been constructed, cleaned up, and completed in apparent substantial compliance II with the Contract Documents. Said final acceptance is stipulated to mean a written acceptance by the Jurisdiction. GENERAL SUPPLEMENTAL SPECIFICATIONS. Specifications approved by the Board of Directors for the Iowa SODAS Corporation subsequent to publication of the latest edition of the SUDAS Standard Specifications. They involve changes In the SUDAS Standard Specifications and apply only when specified in the Contract Documents. GOVERNMENTAL ENTITY. As defined in Iowa Code Chapter 26. iL GOVERNMENT ENTITY REPRESENTATIVE. See Jurisdiction Representative. HAZARDOUS ENVIRONMENTAL CONDITION. The presence at the Site of Asbestos, PCBs, Petroleum, I: Hazardous Substance, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. HAZARDOUS SUBSTANCE. The term "Hazardous Substance" shall mean those substances regulated as hazardous substances, hazardous materials, hazardous wastes, and regulated substances or materials by the Federal, State, and Local laws and regulations, including, but not limited' to, the Comprehensive Environmental Response, Compensation and Liability Act, as amended, the Occupational Health and Safety Act, as amended, the Resource Conservation and Recovery Act, as amended, the Hazardous Materials Transportation Act, and Iowa Code 4556.381. This definition includes, but is not limited to, a "Hazardous condition" as defined by Iowa Code 455B.381 IMPROVEMENT. The finished product resulting from following the directions and work instructions contained in II the Contract Documents. Shall mean any public improvements as defined in Iowa Code Chapter 26 and shall also include highway, bridge, or culvert projects. INCIDENTAL ITEMS. Materials, equipment, or labor essential for the proper completion of the work that are not rr specified as bid items in the Contract Documents and the cost of which shall be included in other bid L items. IOWA DEPARTMENT OF TRANSPORTATION (DOT) STANDARD SPECIFICATIONS. The Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction and the General Supplemental Specifications effective at the date of publication of the Notice to Bidders for the public improvement, unless a different effective date is identified in the Contract Documents. Only the Iowa DOT specification sections referred to by specific section numbers are incorporated herein. JOINT VENTURE. The joining of two or more qualified Contractors for the purpose of combining equipment, personnel, and finances in order to submit a bid on a single project. JURISDICTION. A governmental entity or the Iowa Department of Transportation, acting through its governing body, or through the authorized representatives of such governing body when so authorized. JURISDICTIONAL ENGINEER. See Engineer. JURISDICTION REPRESENTATIVE. The person chosen by the Jurisdiction to represent its interests or the person designated in the Contract Documents as the party representing the Jurisdiction's interest and having the authority to make decisions regarding the administration and oversight of the project. If C Page 10 of 310 11 1 1 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1010 — DEFINITIONS LABORATORY. The testing laboratory of the Jurisdiction, or any other testing laboratory which may be designated by the Engineer. LAWS AND REGULATIONS; LAWS OR REGULATIONS. Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. LIQUIDATED DAMAGES. The dollar amount established by the Contracting Authority and set forth in the Contract Documents as compensation for the damage to the Contracting Authority, or public, for delay in completion of the work, to be paid to the Contracting Authority, or to be deducted from any payments due or to become due the Contractor. LUMP SUM. Unit of measurement for a bid item where no direct measurement will be made. The bid item amount is complete payment for all work described in the Contract Documents and necessary to complete the work for that item. The estimated quantities of lump sum work shown in the Contract Documents are approximate. LUMP SUM ITEM. Unit of measurement for a bid item where no direct measurement will be made. The bid item amount is complete payment for all work described in the Contract Documents and necessary to complete the work for that item. The estimated quantities of lump sum work shown in the Contract Documents are approximate. MATERIALS. Any substances specified for the use in the construction of the project and its appurtenances. MATERIALS INSTRUCTIONAL MEMORANDUM (MATERIALS I.M.). This is an instruction prepared by the Iowa DOT's Office of Materials. These may identify approved sources of various qualities or types of materials, sampling, testing, and approval procedures, and conditions for acceptance and use. MAY. Confers a power. MILESTONE. A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. MINOR IRREGULARITIES. An irregularity is considered minor when the effect on price, quantity, quality, or delivery is negligible compared to the total cost and does not affect the competitive positions of the bidders. MOBILIZATION. Mobilization shall consist of preparatory work and operations for all items under the Contract, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site, and for the establishment of all offices, buildings, and other facilities, which must be performed or costs incurred prior to beginning work on the various items on the project site. MUST. States a requirement. NEW EQUIPMENT. Any equipment installed by the Contractor as required by the Contract Documents and incorporated into the work, and meets the following criteria: Not stored longer than 6 months after the date of manufacture. Not refurbished in any way. Not previously used or placed into service at any other location other than the project site. Comprised only of unused parts. Is capable of meeting all factory compliance testing protocols. Not previously owned or sold by anyone other than the manufacturer, supplier, or the Contractor. NEW MATERIALS. Any material that has been received directly from the manufacturer or supplier that can meet all compliance testing protocols. The material must not be refurbished, recycled, or previously used in any way. NOTICE OF AWARD. A written notice to the Contractor issued by the Jurisdiction informing the Contractor it that has been awarded the Contract. NOTICE OF PUBLIC HEARING. The public announcement or publication by the Jurisdiction, as required under Iowa Code Chapter 26, notifying the public of the time and place where any interested person may appear and file objections to the proposed plans, specifications, Contract, or estimated cost of the improvement. NOTICE TO BIDDERS. The public announcement, publication, or solicitation by the Contracting Authority, inviting bids for work to be performed or materials to be furnished as required by Iowa Code Chapter 26. Page 11 of 310 Division 1' GENERAL CONDITIONS AND COVENANTS SECTION 1010 — DEFINITIONS NOTICE TO PROCEED. A written notice to the Contractor issued by the Engineer stating the date, on or before which,the Contractor is to begin the work. The date set forth in this notice shall be considered as the official starting date. PARTIAL UTILIZATION. Use by the Jurisdiction of a substantially' completed part of the work for the purpose for which it is Intended (or a related purpose) prior to Substantial Completion of all of the Work. PCBs. Polychlorinated biphenyls. PERFORMANCE, PAYMENT, AND MAINTENANCE BOND. The bond submitted by the designated low bidder, in the amount specified in the Contract Documents, for the faithful performance of the Contract and the terms and conditions therein contained, for payment for all labor and materials provided, and for maintenance of improvements in good repair for the specified number of years from the time of acceptance of the Improvements by the Jurisdiction. PETROLEUM. Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Special Waste and crude oils. PHYSICAL CONDITION. An existing man-made structure. PLANS. Plans are the official drawings, standard plans, profiles, typical cross -sections, and supplemental drawings or reproductions thereof, approved and furnished by the Jurisdiction, which show the location, character, dimensions, and details of the work. All such documents are to be considered as a part of the plans whether attached to the plans or separate. PROJECT AREA. The area of the specified project limits shown on the plans, and any additional area which is necessary for the Contractor to place traffic control devices required by the Contract Documents or necessary to protect the work improvement. PROPOSAL. The proposal is a properly signed and guaranteed written offer of the bidder containing the bid amount to perform the work. Proposal is the same as Bid. PROPOSAL FORM. A form provided by the Jurisdiction, to the bidder, containing a listing of the bid items and quantities, and locations to enter unit prices and the bid amount. RADIOACTIVE MATERIAL. Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. RESIDENT BIDDER. A person or entity authorized to transact business in the State of Iowa and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public Improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. RESPONSIVE, RESPONSIBLE BID. A bid submitted in accordance with the Notice to Bidders by a bidder that acknowledged all addenda, that responded to all proposal requirements, and that agreed to do everything required by the plans and specifications and other bid documents without any conditions, qualifications, or exclusions. A bid submitted by a bidder that is capable of performing the work, possess the necessary financial and technical capability to perform the work, as well as the ability to complete the work in a timely and acceptable manner as demonstrated by past performance or other appropriate considerations, including but not limited' to the ability to obtain and maintain insurance and bonding requirements. RESPONSIVE, RESPONSIBLE BIDDER. A bidder that has submitted a bid that has been determined by the Jurisdiction to be both responsive and responsible. RIGHT-OF-WAY. The land area of which the right to possession is secured or reserved by the Jurisdiction for the project, including permanent roadway easements. ROAD. See Street. ROADWAY. The portion of the right-of-way designated or ordinarily used for vehicular travel. SCHEDULE. A written plan for performing work and achieving the completion of the improvement by a set of dates which specifies the sequence and time duration for each part of the work. II. Il II' III. II Page 12 of 310 if Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1010 — DEFINITIONS SCHEDULE OF VALUES. A schedule, prepared and maintained by the Contractor, allocating portions of the Contract Price to various portions of the work in an accurate manner, at a minimum separated by specification division, and used as the basis of payment for reviewing the Contractor's payment applications for lump sum bid projects. SHALL. Imposes a duty. SHOP DRAWINGS. Information and details for materials, products, or equipment to be supplied for the project, which are typically delivered to the project in an assembled or ready -to -use condition. SIDEWALK. That portion of the street primarily constructed for the use of pedestrians. SITE. The lands and other places on, under, in, or through which the Work is to be executed and any other lands or places provided by the Contractor or Jurisdiction for the purposes of constructing the Project together with such other places as may be designated in the Contract Documents or subsequently agreed by the Jurisdiction as forming part of the Site. SPECIAL ENVIRONMENTAL CONDITION. The presence of environmental conditions at the Site including Asbestos, PCBs, Petroleum, Hazardous Substances, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons, or the environment exposed thereto and requiring unique or special management of the soil, water, materials, or equipment in which they are found. SPECIAL PROVISIONS. Additions and revisions to the SUDAS Standard, General, and Supplemental Specifications covering conditions peculiar to an individual project. They only apply to a project when specified in the Contract Documents. SPECIALTY ITEMS. Portions of work designated in the Contract Documents requiring equipment, skills, or crafts not ordinarily associated with the expertise of the Contractor or the major types of work covered by the Contract; typically including, but not limited to, earthwork for building construction, electrical, mechanical, masonry, roofing, drywalling, floor covering, glass and glazing, painting, conveying systems, etc. SPECIFICATIONS. The general term comprising all the written directions, provisions, and requirements including the SUDAS Standard Specifications and those added or adopted as Supplemental Specifications or Special Provisions all of which are necessary for the proper performance of the Contract. STANDARD ROAD PLAN. The Iowa Department of Transportation's manual of detailed drawings showing standardized design features, construction methods, and approved materials. STATE. The State of Iowa acting through its authorized representatives. STREET. A general term denoting public way for vehicular travel, including the entire area within the right-of-way. SUBCONTRACTOR. The subcontractor is any individual, firm, partnership, joint venture, corporation, or association licensed or otherwise authorized by law to do business where the project is located, to whom the Contractor, with the consent of the Jurisdiction, sublets a part of the work. SUBSURFACE CONDITION. Existing state of earth material below the surface of the ground. SUDAS STANDARD SPECIFICATIONS. The requirements contained herein applying to the Contract, and pertaining to the method and manner of performing the work, or to the quantity and quality of the materials to be furnished under the Contract. Previously referred to as the Iowa Statewide Urban Standard Specifications for Public Improvements. SUPERINTENDENT. The Contractor's authorized representative in responsible charge of the work. The Superintendent is considered the same as the Contractor's Representative unless the Contractor has notified the Jurisdiction in writing that another person has been designated as the Contractor's Representative. SUPPLEMENTAL CONTRACT (AGREEMENT). Written agreement between the Contractor and Contracting Authority modifying the original Contract pursuant to the Iowa Code. SUPPLEMENTAL SPECIFICATIONS. Specifications adopted by a Jurisdiction that involve changes to the SUDAS Standard Specifications. They only apply to a project when specified in the Contract Documents. SURETY. The corporation, partnership, or individual, other than the Contractor, executing a bond furnished by the Contractor. TARGET VALUE. When a target or target value is specified, a continuous and determined effort is expected to reach and maintain that value, as a goal. Page 13 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1010 — DEFINITIONS UNAUTHORIZED WORK. Unauthorized work is work done contrary to, in addition to, or regardless of, the Contract Documents, or the instruction of the Engineer; work done without lines, grade, and/or cross- section stakes and grades shown on the plans or as given by the Engineer; or work done in deviation from the Contract Documents without written authority. UNDERGROUND FACILITIES. Includes but is not limited to all pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, or other such facilities or attachments, and any encasement containing such facilities, including those that convey electricity, gasses, steam, liquid petroleum products, telephone or other such communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. A Physical Condition is not an Underground Facility. UNIT PRICE ITEM. The price bid for one unit of work as defined by the specifications. UTILITY. Includes all privately, publicly, municipally, or co-operatively owned structures and systems for supplying water, sewer, electric lights; street lights and traffic lights, gas, power, telegraph, telephone, communications, transit, pipelines, and the like. UTILITY AGENCY. Means and includes (1) all franchised utilities having utility system facilities within the Jurisdiction, including but not limited to gas, electric, telephone, cable television, and communications; (2) communications systems licensed by the Jurisdiction; and (3) all governmental agencies owning or operating governmental utility systems, including but not limited to water, sewer, traffic control, and communications. WORK. The work shall mean the furnishing of all labor,materials, equipment, and other incidentals necessary for construction of the improvement, successful completion of the Contract, and the carrying out of all duties and obligations imposed by the Contract, including the submission of all necessary paperwork relating to payrolls, sales tax, warranties, owner's manuals, maintenance manuals, and the like. WORKING DAY. Any calendar day, exclusive of Saturdays, Sundays, or a recognized legal Jurisdiction holiday, on which weather or other conditions (not under control of the Contractor) will permit construction operations to proceed for not less than % of a normal workday in the performance of a controlling item of work. END OF SECTION IL i[ IL, C Page 14of310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1020 — PROPOSAL REQUIREMENTS AND CONDITIONS SECTION 1020 - PROPOSAL REQUIREMENTS AND CONDITIONS 1 11 1.01 QUALIFICATION OF THE BIDDERS A. The bidder must be qualified by experience, financing, and equipment to do the work described in the Contract Documents. Whenever required in the special provisions, the bidder shall furnish a statement of its construction experience and its general ability to perform the work contemplated and shall submit same along with its proposal. B. The Jurisdiction shall have the right to take such action as it may deem necessary in determining the ability of the bidder to perform the work satisfactorily. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or Contract Documents, or not submitted by a responsive, responsible bidder. C. Upon request of the Engineer, the bidder, whose bid is under consideration for award of a contract, shall submit evidence of its financial resources, construction experience, and organization available for performance of the proposed work. A bidder's inability to promptly secure the required bonds and insurance coverages for the proposed work, as well as the bidder's demonstrated inability to continuously maintain insurance coverages on past projects, may be considered an indication of financial responsibility and the bidder's qualification as a responsive, responsible bidder. D. Alternatively, the Jurisdiction may require the qualification or prequalification of bidders pursuant to a program adopted by the Jurisdiction. 1.02 CONTENTS OF THE PROPOSAL FORMS A. Each prospective bidder will be furnished with a proposal form showing the location and description of the proposed work, the approximate quantities of work to be performed for which bid prices are requested, and the completion provisions. The Contract Documents will contain any special provisions that shall apply to the work to be performed. B. The purpose of the Contract Documents is to require the furnishing of highest quality equipment, material, and workmanship, and best accepted construction practice. The Bidder is expected to base its bid on materials and equipment complying fully with the Contract Documents. Each bidder, in submitting its bid, acknowledges its willingness to comply with the terms of these Contract Documents. 1.03 QUANTITIES AND UNIT PRICES A. Bidders shall submit a lump sum bid or unit bid price, as required by the proposal for the work covered by the Contract Documents. Prices shall cover complete work and include all costs incidental thereto. B. When unit prices are requested in the proposal form, the quantities indicated on the proposal form are approximate only, and do not constitute a warranty or guarantee by the Jurisdiction as to the actual quantities involved in the work. Such quantities are to be used for the purpose of comparison of bids and determining the amount of bid security, contract, and performance, payment, and maintenance bond. In the event of discrepancies between unit prices and unit price extensions listed in a bidder's proposal, unit prices shall govern and unit price extensions shall be corrected, as necessary, for agreement with unit prices. The Jurisdiction expressly reserves the right to increase or decrease the quantities during construction as outlined in Section 1040, 1.06 - Increase or Decrease of Work, and to make reasonable changes in design, provided such changes do not materially change the intent of the contract. The amount of work to be paid for shall be based upon the actual quantities performed. C. The proposal may have a lump sum item for mobilization. The bidder will indicate its bid price in dollars, and this will be the contract price for mobilization. D. Materials, equipment, or labor essential for the proper completion of the work that are not specified as bid Items in the Contract Documents and are incidental, and the cost of which shall be included in other bid items. Page 15 of 310 Division 1 GENERAL CONDITIONS AND COVENANTS SECTION 1020 - PROPOSAL REQUIREMENTS AND CONDITIONS 1.04 EXAMINATION OF THE CONTRACT DOCUMENTS AND SITE OF WORK A. By submission of a proposal on the work, the bidder represents that it has carefully examined the site of the proposed work; the plans, specifications, and all other Contract Documents; and that the bidder is fully informed concerning, the requirements of the contract, the Physical Conditions to be encountered in the work, and the character, quality, and the quantity of work to be performed, as well as materials to be furnished. The Contractor will not be entitled to additional compensation if it subsequently finds that conditions require methods or equipment other than that anticipated by the Contractor in making its proposal, except as provided in Section 1040, 1.09 - Changed Site Conditions. B. The attention of the bidder is directed to the fact that contracts for work, other than the proposed work, may have been awarded or may be awarded in the future. Completion of the proposed work may be contingent upon certain work by others or covered by other contracts being performed on the project in advance of this work; likewise, completion of work by others or covered by other contracts may be dependent upon completion of the proposed work. The bidder is expected to become familiar with work already in progress or previously let on this project, the contract periods, the progress being made, and any other conditions regarding work that may affect the bid or the bidder's performance under this contract. C. The bidder on this work acknowledges the facts set out in the preceding paragraph and agrees it is in the public interest to have the work of other contracts and agencies performed concurrently rather than consecutively. The bidder further agrees to cooperate and coordinate the work with other Contractors or agencies to the mutual interest of all parties doing work on the project. D. By the submission of a bid on this work, the bidder acknowledges and agrees investigation and inquiry has been made regarding the contracts for work with which this work must be coordinated. In the event disputes arise between Contractors or other agencies doing work on the project as to their mutual rights or obligations, the Engineer will define the rights of all interested parties regarding the work. E. The Jurisdiction does not warrant, impliedly or explicitly, the nature of the work, the conditions that will be encountered by the bidder, the adequacy of the Contract Documents for the Contractor to perform the work, or the conditions or structures to be encountered under any surface. Any such data supplied in the plans or other Contract Documents, or interpretation thereof by the Engineer, are merely for the convenience of the prospective bidders, who are to rely upon, their own explorations of the site and of latent or subsurface site conditions except as notated in the Site Conditionlnformation Section of the Contract Documents before completing and filing their proposal, unless as otherwise provided in Section 1040, 1.09 — Changed Site Conditions. 1.05 INTERPRETATION OF THE CONTRACT DOCUMENTS A. Prior to submission of the bid, if any prospective bidder is in doubt as to the true meaning of any parts of the Contract Documents, the bidder may request an interpretation from the Engineer. Any interpretation of the Contract Documents will be made only by addendum. It Is the responsibility of all prospective bidders to ensure that they have received all addenda prior to the submitting of their bid. 1.06 ADDENDUM A. The Jurisdiction will post addenda at the website detailed in the Notice to Bidders and at the location of Contract Documents distribution. It is the bidder's responsibility to be aware of all addenda to the Contract Documents, and to take any steps necessary to obtain a complete set of Contract Documents. 1.07 PREFERENCE FOR LABOR AND MATERIALS A. By virtue of statutory authority, preference will 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 Code Chapters 73 and 73A. B. Such preferences will not be given where funding requirements, federal or otherwise, prohibit the giving of such preferences. Page 16 of 310 I Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1020 — PROPOSAL REQUIREMENTS AND CONDITIONS 1.08 TAXES A. Sales Tax Exemption Certificate: The Jurisdiction, as a designated exempt entity awarding construction contracts, will issue Sales Tax Exemption Certificates to contractors and subcontractors allowing them to purchase, or withdraw from inventory, materials for the contract free from sales tax pursuant to Iowa Code Sections 423.2 and 423.45 and Iowa Administrative Code rule 701-219(423). This Sales Tax Exemption Certificate may also allow a manufacturer of building materials to consume materials in the performance of a construction contract without owing tax on the fabricated cost of those materials. B. Upon award of contract, the Jurisdiction will register the contract, Contractor, and each subcontractor with the Iowa Department of Revenue and Finance; and distribute Sales Tax Exemption Certificates and authorization letters to the Contractor and each subcontractor duly approved by the Jurisdiction according to Section 1080, 1.01 - Subletting or Assignment of Contract. These documents allow the Contractor and subcontractors to purchase materials for the contract free from sales tax. The Contractor and subcontractors may make copies of the Sales Tax Exemption Certificate and provide a copy to each supplier providing construction material. These Sales Tax Exemption Certificates and authorization letters are applicable only for the work under the contract. C. At the time the Contractor requests permission to sublet according to Section 1080, 1.01 - Subletting or Assignment of Contract, the Contractor shall provide a listing to the Jurisdiction identifying all subcontractors. For each subcontractor, include the Federal Employee Identification Number (FEIN), contact information, the name of a representative for the organization, a description of the work to be sublet, and the associated cost. D. The Contractor and each subcontractor shall comply with said Iowa Code sales tax requirements, shall keep records identifying the materials and supplies purchased and verify they were used on the contract, and shall pay tax on any materials purchased tax-free and not used on the contract. E. Income Tax: The bidder who is awarded the contract will be subject to payment of Iowa income tax on income from this work in amounts prescribed by law. If such bidder is a non -Iowa partnership, individual, or association, it shall furnish evidence, prior to execution of contract, that bond or securities have been posted with the State of Iowa Department of Revenue in the amount required by law and shall file a certificate issued by the Department, as provided in Iowa Code Section 422 17 releasing the Jurisdiction from withholding any and all sums required by the provision of Iowa Code Section 422.17. 1.09 PREPARATION OF THE PROPOSAL A. Proposal: Proposals shall be legibly written in ink or typed on the forms provided by the Jurisdiction and shall be completely executed by the bidder with the requisite full signatures. The bidder must indicate in the proposal whether the proposal is submitted by an individual, partnership, joint venture, limited liability company, or a corporation. If the proposal is submitted by an artificial entity, it must be executed by an officer of such entity with authority to bind such bidder to perform the contract upon award. The business address of the bidder shall be typed or printed on the proposal. If the bidder does not qualify as a resident bidder, the nonresident bidder shall specify on the project proposal whether any preference to resident bidders, including but not limited to any preference to bidders, the imposition of any type of labor force preference, or any other form of preferential treatment to bidders or laborers from that state or foreign country is in effect in the nonresident bidder's state or country of domicile at the time of a bid submittal. B. Unit Price Attachment: The Engineer, at its option, may allow the bidder to submit a computer -generated attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the proposal identifying the bid items, description, unit, quantity, and unit prices. If the Jurisdiction decides to allow this unit price attachment option, it will so state by special provision. C. If a unit price attachment is submitted, it shall be attached to the proposal and shall include the following minimum information at the top of each page: project title, letting date, bidder's company name. 1. The unit price attachment shall have the same columns as the proposal; e.g. item number, description, unit, quantity, unit price, bid amount, etc. for each item. The bid item numbers and order on the unit price attachment shall follow that of the proposal. 2. The total amount bid shall be entered below the last bid item on the unit price attachment. Page 17 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1020 PROPOSAL REQUIREMENTS AND CONDITIONS 3. The unit price attachment page and print size shall be approximately the same as the proposal. Solid lines for separating the columns and lines need not be printed. Pages should be numbered by page number of the total pages (e.g. Page 1 of 4). 4. The bidder's company name, as well as the authorized person signature, name, and title, shall be in ink and shall follow the total amount bid; and shall be the same person that signs the proposal. 5. In case of discrepancy In the item number, description, unit, or quantity between the unit price attachment and the proposal, the proposal shall govern. The unit price shown on the unit price attachment shall govern. 6. The bidder is solely responsible for the content, completeness, and accuracy of all the information yyy� contained in the unit price attachment. If the Information in the unit price attachment Is incomplete, the 1 bid must be considered incomplete and be rejected. 7. When evaluating and tabulating the bids, the Jurisdiction shall utilize only the unit price as shown on the unit price attachment, and the item number, description, unit, and quantity as shown on the proposal. 8. The bidder, as a business organization, shall comply with the requirements of Section 1070, a. 1.11 - Business Organization Requirements. D. When unit prices are requested, they shall be submitted on each and every item of work included for which bids are requested. The format for unit prices will be in dollars and whole cents only. In case of discrepancy, the unit price figures shall govern. 1.10 BIDDERS CERTIFICATION A. By the submission of its proposal, the bidder certifies its bid is genuine and is not made in the interest of, or on behalf of, any undisclosed person, firm, or corporation; the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid; the bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and the bidder has not sought, by collusion or otherwise, to obtain for itself any advantage over any other bidder or over the Jurisdiction, 1.11 IRREGULAR AND NONRESPONSIVE PROPOSALS A. Proposals will be considered irregular and may be rejected for any unauthorized changes in the proposal form or for any of the following reasons: 1. If the bid or bid bond Is submitted on a form other than that furnished by the Jurisdiction, or if the form Is altered or any part thereof is detached or miss ng; 2. If the bidder submits an obviously unbalanced bid. An unbalanced bid shall be defined as a bid containing lump sum prices or unit bid prices that do not reflect reasonable actual costs plus a reasonable proportionate share of the bidder's anticipated profit, overhead costs, and other indirect costs to complete that item; 3. If the proposal does not contain a unit price for each pay item listed, except in the case of authorized alternate pay items; or 4. If the bidder submits more than one proposal for the same work under the same or different names. B. Proposals will be considered nonresponsive and shall be rejected for any of the following reasons: 1. If there are unauthorized additions; conditional or alternate bids of any kind on the Bid Proposal Form, or irregularities that affect the bid amount In any way. 2, If the bidder adds any provisions reserving the right to accept or reject an award or to enter into contract pursuant to an award; 3. If a bid on one project is tied to a bld on any other project, except as specifically authorized on the proposal form by the Jurisdiction; Ih Il Page 18of310 it 1 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1020 — PROPOSAL REQUIREMENTS AND CONDITIONS 4. If the bidder makes corrections or alterations to the unit and lump sum prices it submits and such corrections or alterations are not initialed by the bidder prior to the time for filing bids. The Jurisdiction may require the bidder to identify any corrections or alterations so initialed; 5. If the bidder makes any omission of prices on items shown on the proposal forms, or any addition in writing to the form of the bid, or any condition or limitation on its proposal. C. If the bidder notes a requirement in the Contract Documents it believes will require a conditioned or unsolicited alternate bid, it shall immediately notify the Engineer in writing identifying such requirement. If the Engineer finds that such a requirement does exist in the Contract Documents, the Jurisdiction will make corrections thereto by an addendum. D. Proposals will be evaluated by the Jurisdiction pursuant to the provisions of Section 1030,1.01 = Acceptance or Rejection of Proposals. 1.12 SUBMISSION OF THE PROPOSAL, IDENTITY OF BIDDER, AND BID SECURITY A. The proposal shall be sealed in an envelope, properly identified as the proposal with the project title and the name and address of the bidder, and deposited with the Jurisdiction at or before the time and at the place provided in the Notice to Bidders. It is the sole responsibility of the bidder to see its proposal is delivered to the Jurisdiction prior to the time for opening bids, along with the appropriate bid security sealed in the separate envelope identified as bid security and attached to the outside of the bid proposal envelope. Any proposal received after the scheduled time for the receiving of proposals will be returned to the bidder unopened and will not be considered. If the Jurisdiction provides envelopes for proposals and bid security, bidders shall be required to utilize such envelopes in the submission of their bids. B. A corporation, limited liability company, or limited partnership shall bid in the name under which it is registered with the Iowa Secretary of State. A partnership shall bid in the name under which it is registered with the County recorder. An individual operating under a trade name shall bid using the trade name registered with the County recorder if such registration is required. The bidder's exact name as registered, if required, shall appear as the "principal" on any bid bond and shall appear on any cashier's check or share draft submitted to fulfill the bid security requirement. A bidder's failure to satisfy these requirements may be grounds for rejection of the bidder's proposal. 1.13 WITHDRAWAL OR REVISION OF THE PROPOSAL PRIOR TO OPENING OF PROPOSALS A. A bidder may request, without prejudice, to withdraw its proposal after it has been deposited with the Jurisdiction, provided such request is made in writing to the Jurisdiction prior to the time set for receiving proposals. B. Modifications or corrections to proposals may be made on the withdrawn proposal, provided such modifications or corrections are initialed by the Bidder and are received by the Jurisdiction prior to the time set for receiving proposals. Modifications or corrections to a proposal will not be accepted if the modifications or corrections render the bid security inadequate or if not accompanied by sufficient additional bid security. C. If a bidder has requested in writing to withdraw its proposal, said bidder may submit a different proposal and bid security at that time or any time prior to the time set for receiving proposals. D. A bidder will not be allowed to withdraw its proposal after the time set for receiving proposals except as specified in Section 1020, 1.15. 1.14 OPENING OF PROPOSALS A. At the time and place set forth in the Notice to Bidders, proposals will be opened and read aloud. Proposals will be rejected if not accompanied by a bid security submitted in a separate, marked envelope if required by the Contract Documents. Submittals that do not include acknowledgement of each addendum to the Contract Documents may be rejected. Bid openings will be open to the public. 1.15 LIMITATION ON WITHDRAWAL OF PROPOSALS AFTER OPENING OF PROPOSALS Page 19 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS `I SECTION 1020 PROPOSAL REQUIREMENTS AND CONDITIONS 11 A. A bidder shall not withdraw its proposal for period of 60 calendar days after the date designated for opening of PPP proposals. However, in those projects involving special assessments, and confirmation by the District Court, no bidder shall withdraw its proposal for a period of 30 calendar days after the confirmation of the assessments by the Court. END OF SECTION Page 20 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1030 — APPROVAL FOR AWARD AND AWARD OF CONTRACT SECTION 1030 - APPROVAL FOR AWARD AND AWARD OF CONTRACT i1 1.01 ACCEPTANCE OR REJECTION OF PROPOSALS A. The Jurisdiction reserves the right to accept the proposal that, in its judgment, is the lowest responsive, responsible bid; to award the contract by sections, if so specified in special provisions; to reject any or all proposals; to reject irregular or nonresponsive proposals as defined in Section 1020, 1.11 - Irregular and Nonresponsive Proposals; and to waive irregularities and/or technical deficiencies in the proposals to the extent allowed by law. B. An individual, firm, partnership, corporation, or any association under the same or different names shall not submit more than one proposal. When reasonable evidence exists that a bidder has submitted more than one proposal at any letting for the same work under the same or different names, said proposals may be rejected. C. Any or all proposals may be rejected if there is reason to believe collusion exists among bidders. Proposals received from participants in such collusion may not be considered for the same work if re -advertised. D. Proposals may be rejected if the bidder has failed to promptly meet financial obligations undertaken in connection with other work under contract, or is in default on a previous contract, or has an unsatisfactory record of performance and cooperation on any such previous contract, or has failed to maintain satisfactory progress on work already under contract. E. In the event the bid specifies the use of materials, workmanship, methods, or equipment not in conformance with the Contract Documents, the bid will be rejected. In the event the bid was based on, but did not specify, the use of materials, workmanship, methods, or equipment not in conformance with the Contract Documents, the bidder will be held responsible for furnishing or using materials, workmanship, methods, and equipment in conformance with the Contract Documents at no change in the bid price. F. When a contract for a public improvement is to be awarded to the lowest responsible bidder, a resident bidder shall be allowed a preference as against a nonresident bidder from a state or foreign country if that state or foreign country gives or requires any preference to bidders from that state or foreign country , including but not limited to any preference to bidders, the imposition of any type of labor force preference, or any other form of preferential treatment to bidders or laborers from that state or foreign country . The preference allowed shall be equal to the preference given or required by the state or foreign country in which the nonresident bidder is a resident. In the instance of a resident labor force preference, a nonresident bidder shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the state or foreign country in which the nonresident bidder is a resident. G. Promptly after the proposals are opened and evaluated, the Jurisdiction shall give careful consideration to its needs, available funding, and other project considerations; and shall either designate the lowest responsive, responsible bidder and proceed with award of contract, or reject all bids and reconsider the project. 1.02 RELEASE OF BID SECURITY A. After the proposals are opened, verified, and duly considered, the Jurisdiction will promptly release the bid security of all except the lowest responsive and responsible bidder awarded the Contract by the Jurisdiction. That bid security will be promptly released after the Jurisdiction has approved and executed the Contract. If all bids are rejected, all bid security will be promptly released. B. Bid security shall be released to bidders, either by making such bid security available for retrieval by bidders, or, if requested by a bidder, by mailing the bid security to the bidder. Page 21 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1030 APPROVAL FOR AWARD AND AWARD OF CONTRACT 1.03 AWARD OF CONTRACT A. Contract Document Submittal: Within 10 calendar days after Receipt of Notice of Award from the Jurisdiction and before any work at the site is started, unless otherwise provided in the Contract Documents, the Contractor shall present the signed and executed Contract Documents, including contract, performance, payment and maintenance bond; certificate of Insurance; and all other items required by the Contract Documents. The performance, payment, and maintenance bond and insurance certificate shall meet the requirements of Section 1070, Part 3 Bonds and Insurance as required by the Jurisdiction. The Jurisdiction will thereupon receive and file such documents and execute the contract. 1. Evidence of Insurance: Before any Work at the Site is started, Contractor and Jurisdiction shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Jurisdiction respectively are required to purchase and maintain in accordance with Article 5. Contractor shall deliver to Jurisdiction with Agreement and Bonds consistent with the Agreement, with copies to each additional insured or loss payee identified In the Contract Documents Insurance Requirements -Section 00700, Jurisdiction approved copies of certificates of insurance, copies of endorsements, and other evidence of insurance which either of them or any additional insured or loss payee may reasonably request, which Contractor is required to purchase and maintain In accordance with the Contract Documents Control of Work Section 1050 Paragraph 3.04. Jurisdiction shall deliver to Contractor with copies to each additional insured or loss payee identified in these General Conditions certificates of insurance, copies of endorsements, and other evidence of insurance which either of them or any additional insured or loss payee may reasonably request, which Jurisdiction is required to purchase and maintain in accordance with the Contract Documents Control of Work— Section 1050 Paragraph 3.05. B. Deferred Award: The Jurisdiction reserves the right to defer award of any contract for a period not to exceed 60 calendar days from the date of opening of proposals. No claims for compensable delay shall arise as the result of delay in the approval of award. C. Failure to Execute the Contract: It is agreed by the bidder that upon its failure to enter into the contract and furnish the necessary insurance certificate and performance, payment and maintenance bond within 10 calendar days after Receipt of Notice of Award from the Jurisdiction, the amount of the bidder's bid security may at the Jurisdiction's option be forfeited and shall become the property of the Jurisdiction, to be retained not as a penalty, but as Agreed Costs of Delay. The award of the contract may then, at the discretion of the Jurisdiction, be made to the next lowest responsive, responsible bidder, or the work may be re -advertised or may be constructed by the Jurisdiction In any legal manner. D. Disclosure of Subcontractors: 1. The lowest responsive, responsible bidder shall be required to file a list of the names and subcontract amounts of all subcontractors who are expected to work on the project according to Section 1080, 1.01 - Subletting or Assignment of Contract. 2. If after award of the contract a subcontractor is replaced, or the subcontract price or the work under the subcontract is changed, the bidder shall disclose the name of the new subcontractor, the revised subcontract price, or the change In the scope of subcontract work. 3. If a new subcontractor is added after award of the contract, the Contractor shall disclose the name of the new subcontractor. END OF SECTION Page 22 of 310 1 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1040 - SCOPE OF WORK SECTION 1040 - SCOPE OF WORK 1.01 INTENT OF THE CONTRACT DOCUMENTS A. These SUDAS Standard Specifications have been prepared to provide construction utilizing the best general practices and construction methods, utilizing first quality materials and work. The Contractor shall be responsible for providing or undertaking all work, labor, materials, equipment, tools, transportation, supplies, and activities included in these specifications, unless the responsibility for undertaking or providing same is specifically assigned to an identified party other than the Contractor. B. The intent of the Contract Documents is to provide for the construction and completion in every detail of the work described or as may be amended. The Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work according to the plans, specifications, and terms of the Contract Documents. The silence or omission of the Contract Documents as to any detail shall be regarded as meaning only the best general practice is to prevail and only first quality materials and work are to be used. C. To prepare the plans, specifications, and Contract Documents, the Engineer may have performed exploratory work to gain information relative to surface and subsurface conditions. This information, when shown in the Contract Documents, represents a summary of conditions as of the date the survey was made; it is only an approximate estimation of the site conditions made for the Jurisdiction to identify construction conditions and quantities and classes of work. This information in the Contract Documents does not guarantee that these and only these conditions will be encountered at the time of construction. The Bidder's bid shall be prepared based upon its examination of the site and its exploratory work. D. Before making whatever additional investigations it feels are advisable, a bidder should contact the Engineer to determine available project area. If the Jurisdiction has not obtained right -of -entry for such investigation, the bidder shall be responsible to secure right -of -entry to any parcels where the Jurisdiction has not previously obtained right -of -entry before doing any investigation work. The bidder shall also be responsible for any traffic control necessary for any investigation work. The bidder shall further be responsible to obtain prior utility locates necessary to conduct such investigations. 1.02 CORRELATION OF THE CONTRACT DOCUMENTS A. The plans and specifications are intended to supplement each other so any work shown on the plans and not mentioned in the specifications, or vice versa, shall be as binding and shall be completed as if that work was mentioned or shown on both and to the true intent and meaning of said plans and specifications. 1.03 COORDINATION OF SPECIFICATIONS, PLANS, AND SPECIAL PROVISIONS A. In case of any discrepancy between the various items included in the Contract Documents, the items shall prevail, or govern, in the following descending order: 1. Change Orders 2. Addenda 3. Proposal and Contract 4. Special Provisions 5. Plans, including plan notes 6. Supplemental Specifications (Jurisdictional document) 7. General Supplemental Specifications (SUDAS) 8. SUDAS Standard Specifications B. The Contractor shall not take advantage of any apparent error or omission in the plans or specifications or of any discrepancy between the plans or specifications. C. Certain Iowa Department of Transportation (IDOT) specifications and details are incorporated into the SUDAS standard specifications and the Jurisdiction's supplemental specifications and special provisions. Only those IDOT Specifications referred to by specific section numbers in the Plans and Contract Documents Manual are Incorporated herein. IDOT Specifications not referred to by specific section numbers are not part of the SUDAS standard specifications or the Jurisdiction's supplemental specifications or special provisions and may not be utilized or relied upon under any circumstance by the Contractor. D. Contractor shall only use forms required for the execution of the work that are contained in the Contract Documents Manual. Page 23 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1040 - SCOPE OF WORK 1.04 CONFORMITY WITH THE CONTRACT DOCUMENTSIli A. Reasonably Close Conformity: All work performed and all materials furnished shall comply with the lines, grades, cross sections, dimensions, and material requirements, including tolerances, shown in the Contract I Documents. Where tolerances are not specified, work shall comply with reasonable and customary `I manufacturing and industry standards. The Engineer may, in the Engineer's sole discretion, accept variations llil beyond such requirements or tolerances where they will not materially affect the value or utility of the work and interests of the Jurisdiction. 1. B. Defective Work: Work not in reasonably close conformity with the contract documents, or requirements thereof that, in the sole discretion of the Engineer, has resulted in Inferior or unsatisfactory work. Defective work shall be removed and replaced or otherwise corrected by and at the expense of the Contractor. C. Deficient Work: Work not in reasonably close conformity with the contract requirements but that, in the sole discretion of the Engineer, may be accepted and allowed to remain in place with a price adjustment and/or extended warranty period. In the event the Engineer, agrees to accept deficient work with a price adjustment/extended warranty, the Engineer will document the basis of acceptance by contract modification making appropriate adjustments in the contract price for such work or materials. 1.05 PLANS A. The final plans on file in the Jurisdiction show the location, typical construction details, and dimensions of the work contemplated. The work shall be performed in conformity therewith, except in case of error or unforeseen contingency 1.06 INCREASE OR DECREASE OF WORK A. Unforeseen work made necessary by the Engineer's changes of the Contract plans or specifications, or work that is necessary for completion of the project, but for which no price is provided in the Contract, shall be done in accordance with the requirements of the specifications and as directed by the Engineer. The Jurisdiction reserves the right to make such alterations in the plans or in the quantities of work as may be considered necessary. Such alterations must be in writing by the Engineer in the form of a change order and shall not be considered as a waiver of any conditions of the Contract Documents or to invalidate any of the provisions thereof. B. The Engineer shall notify the Contractor of the necessity for such extra work, stipulating its character and extent, and shall notify the Contractor as to whether the Engineer wants the Contractor to propose a unit price or, instead, a lump sum, for the extra work. Within 5 days of receipt of such notification, the Contractor shall advise the Engineer, in writing, of the compensation (as a unit price or lump sum, whichever has been requested by the Engineer) that the Contractor requests as compensation for the required extra work. C. The Contractor's request shall be itemized and reasonably detailed, and shall include all known or anticipated direct and indirect costs of the work, including but not limited to, the costs of all safety and other equipment, small tools, labor, subcontractor quotes, consumables, feld office overhead, insurance, bonding, and profit. D. Unless such alterations, increases, or decreases materially change the character of the work to be performed or the cost thereof, the altered work shall be paid for at the same unit prices as listed on the bid proposal form. If the total pay quantity of an item varies from the bid quantity by 25% or less, payment for that item will be made at the original contract unit price therefor. If, however, the character of the work or if either the unit or lump sum costs thereof are materially changed, due to changed site conditions, an allowance for extra work shall be made on such basis in the form of a written change order, In accordance with Section 1040, Articles 1.06 and 1.07 in advance of the performance of the work. E. Extra Work: Extra work ordered by the Engineer, of a quality or class not covered by the contract, will be paid for either at an agreed price or on at the option of the Engineer, on a cost-plus basis. 1. Agreed Price Basis - For extra work ordered by the Engineer and performed on an agreed price basis, the Engineer and the Contractor shall enter into a written change order before the work is undertaken. This written agreement shall describe the extra work that is to be done and shall specify the agreed price or prices therefore. Page 24 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1040 - SCOPE OF WORK 2. Cost-plus Basis - Payment for such work shall be based either on a unit price or on a lump sum, to be agreed upon before the extra work is started; or, if no agreement as to price can be reached, the Engineer may order that the work will be completed and paid for on a cost-plus basis in accordance with the terms of Section 1040, Article 1.10. F. Eliminated Items: If an item is entirely eliminated from the Contract, the Jurisdiction will pay the Contractor only for costs which it incurred in connection with the eliminated item prior to the date upon which the Engineer provided the Contractor with written notice of said elimination. If the Contractor had ordered project materials (that conformed to all pertinent Contract requirements) prior to the aforesaid date of notification, and if the orders for said materials could not have been canceled within 2 business days after the date of notification, the Jurisdiction shall pay the Contractor for said materials at their actual cost to the Contractor. In such a case, the materials shall become property of the Jurisdiction and the actual cost of any further handling necessary to deliver them to the Jurisdiction shall be assumed by such. 1. If the materials are returnable to their vendor and if the Engineer so directs, the Contractor shall return the materials to the vendor and the Jurisdiction shall reimburse the Contractor (i) for any reasonable charges made to the Contractor by the vendor for the return of the materials, and (ii) for the actual costs to the Contractor of its handling the materials in returning them to the vendor. Such charges or actual costs to be paid by the Jurisdiction shall be computed as though the work was being paid for on a cost-plus basis under Section 1040, Article 1.06 C. 2. Should the Engineer determine any Contract items, or portion of project work contained in a lump sum item, to be unnecessary for completion of the Project, the Engineer may eliminate such items or portion of work from the Contract. Such action shall in no way invalidate the Contract; and no allowance for any items, or portion of work contained in a lump sum item so eliminated, will be made by the Engineer in making final payment to the Contractor, except for (a) such actual work as may have been done on the items, or portion of work contained in a lump sum item, prior to the Engineer's notice to the Contractor that the items or work had been eliminated; and (b) such related material as may have been purchased for the Project prior to said notice. Such charges or actual costs to be paid by the Jurisdiction shall be computed as though the work was being paid for on a cost-plus basis under Section 1040, Article 1.06 C. 1.07 CHANGE ORDERS A. Field Directive: The Engineer or Jurisdiction Representative shall have authority to give field directives for minor or incidental changes in the work not involving extra cost and not inconsistent with the proposed purpose of the work. The Engineer or Jurisdiction Representative shall issue the field directive in writing and it must be signed by the Engineer/Jurisdiction Representative and the Contractor's Representative. B. Written Change Orders: The Engineer may in his/her discretion, and subject to formal approval by the Jurisdiction, issue written change orders changing the scope of the work and/or adjusting the amount to be paid to the Contractor for performing such work; however, the Engineer may, in case of emergency of endangering life or property, orally authorize by field directive such a change order without formal approval by the Jurisdiction. Each written change order for extra work shall be explicit in its instruction and shall be duly executed by the Engineer/Contractor/Jurisdiction. One copy of said change order shall be filed with each. Each change order shall stipulate the amount and method of payment. C. Cost of Extra Work: If a mutually agreeable price cannot be reached by the Contractor and Jurisdiction, a percentage markup will be allowed to the Contractor for extra work performed on a cost-plus basis and shall be in accordance with the following: 1. For all extra work costs listed below, the Contractor's fee for overhead and profit shall be 15%. a. These costs included shall be regular payroll costs including salaries and wages plus the cost of fringe benefits. b. Cost of all materials and equipment used and incorporated into the Work. 2. For all extra work costs listed below the Contractor's fee for overhead and profit shall be 5%. a. Payments made by Contractor to a subcontractor for work performed by a subcontractor. Page 25 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1040 - SCOPE OF WORK b. Payments made by a subcontractor to a subsubcontractor for work performed by a subcontractor. The actual subcontractor completing the work will be allowed to mark up their direct costs by 15% as in:1.07.C.1 above. 3. No markup fee shall be payable to the Contractor for: a. Special consultants employed to provide professional, testing and inspection type services directly related to accomplishing the Work. b Transportation and travel costs incurred by the Contractor's employees. c. Rental and maintenance of any construction equipment, hand tools, or similar related in any way to constructing the extra work. d. Cost fuel, utilities, sanitary facilities or similar. e. The purchase of additional insurance or bonding to maintain the requirements of the Contract. f. Any other direct cost not specifically mentioned in Section 1040, Article 1.07.C. 4. Documentation of extra work costs: For all work performed on a cost-plus basis, the Contractor shall furnish documentation and records that clearly establish the true cost of the extra work. Documentation and records shall meet the standards of generally accepted accounting practices. 5. If a contract price deduction is due to the Jurisdiction, than actual costs of the deducted work will be calculated plus a deduction in the Contractor's fee for overhead and profit in the amount equal to 5% of the calculated deduction will be added to the total contract price deduction. 6. Costs not allowed: a. No part of the salary or expenses of anyone connected with the Contractor's forces above the grade of Site Superintendent, who provides general supervision of project work, will be included in the above payment calculations. The Engineer reserves the right to determine the number and type of personnel to be employed for the cost-plus Project work. b. The Jurisdiction will not pay rental rates for small tools needed to complete the cost-plus Project work. c. Any type of office cost other than those for the Contractor's office at the work site. d. Any cost due to Contractor's negligence. 1,08 SITE CONDITIONS A. The Contractor is required by Section 1020, 1.04 -Examination of the Contract Documents and site of the work to make reasonable investigation and examination to determine latent and subsurface conditions at the site of the work prior to preparing its proposal. The Jurisdiction makes no guarantee of any conditions, latent or subsurface, at the site of the work. The Jurisdiction is not obligated to make any payments to the Contractor if latent or subsurface conditions are not consistent with the technical reports or other information provided by the Engineer in the Contract Documents. B. Failure of the Contractor in determining adverse site conditions prior to filing its proposal, or In any phase of its performance of the work, shall be grounds for refusal by the Jurisdiction to agree to pay for additional work by the Contractor necessitated, by such site conditions. 1.09 CHANGED SITE CONDITIONS A. Latent or Subsurface Conditions: 1. If the Contractor encounters latent or subsurface conditions differing materially from those indicated in the Contract Documents which the Contractor could not have discovered by a reasonable site investigation and examination of the type customarily undertaken by prudent and competent contractors, and if these changed conditions are considered by the Contractor as a basis for extra work in addition to the contract price, the Contractor shall within two working days after discovery thereof notify the Engineer of its claim Page 26 of 310 i' Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1040 - SCOPE OF WORK in writing. Before disturbing the site at which the latent or subsurface condition is alleged to exist, the Contractor shall give the Engineer the opportunity to inspect the same. 2. After inspection by the Engineer, the Jurisdiction may, in its discretion, authorize the Contractor to proceed with or abandon the work. The Contractor shall resume construction operations pending a decision regarding its claim by the Jurisdiction. Failure of the Contractor to give written notice within two working days of discovering the conditions and to give the Engineer full opportunity to inspect the subsurface condition before disturbing the site shall be deemed a waiver by the Contractor of all claims 1 for extra work arising out of the alleged condition. 1 3. Latent or subsurface conditions that do not materially differ from those shown on the plans shall not form the basis for additional compensation. No additional compensation or extension of time shall be provided for conditions that do not materially differ, regardless of the nature of the condition encountered. B. Compensation: 1. If the Engineer determines the condition could not reasonably have been discovered, the Contractor is entitled to additional compensation by reason of increased expense caused by the condition, and said condition requires work not contemplated by the contract, a change order will be executed by the parties providing for additional compensation for such amount as the parties may agree upon. 2. If the Engineer determines the condition to be such as to justify an extension in contract time, such additional time will be granted according to Section 1040, 1.11 - Delays Caused by the Jurisdiction and Section 1080, 1.09 - Extension of Time. 3. Notice: If the Contractor thinks that any subsurface or physical condition that is uncovered or revealed: I' a. Is of the nature as to establish that any technical documents or Contract Documents provided to the Contractor is found to differ materially; or Il b. Is of the nature to require a change in the Contract Documents; Then Contractor shall, after becoming aware of and before disturbing the subsurface or physical tl� conditions or performing any Work involving the changed condition, barring an emergency situation, notify the Jurisdiction and Engineer in writing about such condition. Contractor shall not disturb the concerning subsurface or physical conditions until confirmation of how to proceed is received from the Jurisdiction iiand Engineer in a written order. 4. Limited Reliance by Contractor on Technical Documents Authorized: Contractor may rely upon the accuracy of the technical documents contained in such reports and drawings, but such reports and drawings are not Contract Documents. Except for such reliance on such technical documents, Contractor may not rely upon or make any claim against Jurisdiction or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: a. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or b. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or I[ c. any Contractor interpretation of or conclusion drawn from any technical documents or any such other data, interpretations, opinions or information. 5. Contractor shall not be responsible for any Special Environmental Condition uncovered or revealed at the Site which was not shown, or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Special Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. Page 27 of 310 Division 1.- GENERAL CONDITIONS AND COVENANTS SECTION 1040 - SCOPE OF WORK 6. If Contractor encounters a Special Environmental Condition or if Contractor or anyone for whom Contractor Is responsible creates a Special Environmental Condition, Contractor shall Immediately: (i) �L secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency); and (iii) notify Jurisdiction and Engineer (and promptly thereafter confirm such notice in writing). If necessary, Jurisdiction will contact relevant regulatory agencies to report a Special Environmental Condition and obtain required permits. If the Special Environmental Condition encountered by Contractor was not identified or indicated in the technical documents listed in the Contract Documents Section 00775 Paragraph 775.1 and 775.2 — Site Condition Information, Jurisdiction shall promptly consult with Engineer concerning the necessity for Jurisdiction to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Engineer, Jurisdiction shall take such actions as are necessary to permit Jurisdiction to timely obtain required permits and provide Contractor the written notice required by Paragraph 1.09.A.3. 7. Contractor shall not be required to resume Work in connection with such condition or in any affected area �11 until after Jurisdiction has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered safe for the M� resumption of Work; or (II) specifying any special conditions under which such Work may be resumed safely. Contractor shall not be allowed any adjustment to Contract Price or Contract Times if such condition was caused by Contractor or anyone for whom Contractor Is responsible. If Jurisdiction and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such Special Environmental Conditions under which Work is agreed to be resumed by Contractor, either party may make a claim. 8. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such Special Environmental MI Conditions, then Jurisdiction may order the portion of the Work that is in the area affected by such condition to be deleted from the Work: If Jurisdiction and Contractor cannot, agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of I '. deleting such portion of the Work, then either party may make a claim. Jurisdiction may have such deleted portion of the Work performed by Jurisdiction's own forces or others in accordance with the Contract Documents Control of Work — Section 1050 Paragraph 1.04. 9. If the introduction onto the Project Site of a Hazardous Substance is identified or exacerbation of �I unknown Special Environmental Conditions was, not caused by the Contractor or any of its subcontractors or suppliers of any tier, or any person or entity under the control of the Contractor or any of its subcontractors or suppliers of any tier, the Jurisdiction shall indemnify and hold. harmless. Contractor, II Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all direct claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work in any area affected by Hazardous Substance. Nothing in this Paragraph 1.09.A.9 shall obligate Jurisdiction to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence to the extent allowed by law. 10. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Jurisdiction and Engineer, and the officers, directors, members, partners, employees; agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and 11 damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 1.09:A:10'shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. 11. Regardless of fault and regardless of any other clause In this Agreement, the Contractor shall not, as a result of the Hazardous Substance encountered on Site, be entitled to any compensatory damages, including without limitation, damages for delay, disruption, liquidated damages, including without limitation, damages for delay, disruption, agreed costs of delay, or consequential damages or any type, including lost profits. If the Hazardous Substance introduction is caused by the Jurisdiction or was located Page 28 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1040 - SCOPE OF WORK at the Project Site and was not shown or indicated in the Contract Documents to be within the Scope of Work before Work commenced on the Project, the Contractor shall only be entitled to an extension of the Contract Time and the Jurisdiction shall assume responsibility for the remediation of such substances. 12. If the Contractor, or any of its subcontractors or suppliers of any tier, or any person or entity under the control of the Contractor or any of its subcontractors or suppliers of any tier, is responsible for (I) introducing and discharging Hazardous Substance onto the Site which was not otherwise specified by the Contract Documents; and/or (ii) disturbing Hazardous Substance clearly identified in the Contract Documents, the Contractor shall hire a qualified remediation contractor at Contractor's sole cost to eliminate the condition as soon as possible. Under no circumstances shall the Contractor perform Work for which it is not qualified. Jurisdiction, in its sole discretion, may require the Contractor to retain at its cost an independent testing laboratory. 13. The Contractor shall Indemnify and hold harmless Jurisdiction and Engineer, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges or engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or resulting from (a) use, disturbance or storage of Hazardous Substance or execution of the Work; and (b) disturbing any Hazardous Substance found on the Site, provided that the Contractor had prior notice of the existence and location of the Hazardous Substance. 14. When the Contractor notifies the Jurisdiction of Hazardous Substance at the Project Site, the Contractor shall include with its notice a written and pictorial delineation of the affected area where the Contractor claims that the Work must stop. If the Jurisdiction objects to the delineation of the affected area, the Jurisdiction shall respond to the Contractor in writing within one business day explaining the objections and providing the Jurisdiction's delineation, if any, of the affected area. 15. The provisions of the Contract Documents Section 00775 Paragraph 775.1 and 775.2 — Site Condition Information do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. 1.10 DELAYS CAUSED BY THE JURISDICTION A. If the Jurisdiction or its agents should cause a delay in any part of the work or in the Final Completion of the job, this fact shall not make void the provisions of the contract as to liquidated damages; but the Contractor will promptly be given such extension of time for the Final Completion of the job as the Jurisdiction may deem proper to compensate the Contractor for such delay. 1.11 ORAL AGREEMENTS, CONVERSATIONS, AND INFORMAL COMMUNICATIONS A. No oral agreement or conversation made or had with any officer, agent, or employee of the Jurisdiction, and no informal written communication from any officer, agent, or employee of the Jurisdiction, occurring either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the Contract Documents. Such oral contact and such informal writings shall be considered as unofficial information and in no way binding upon the Jurisdiction. Only written change orders, as set forth in Section 1040, Article 1.07 shall be used to modify the contract. 1.12 ERRORS OR OMISSIONS A. The Contractor shall examine the Contract Documents before beginning construction work. If errors or omissions are discovered in the Contract Documents, the Contractor shall call them to the attention of the Engineer before proceeding with the work. In case revised Contract Documents of a supplementary or explanatory nature are necessary or desirable for clarification, or to correct any errors or omissions, they will be issued by the Engineer with approval of the Jurisdiction in accordance with Section 1040, Article 1.07. END OF SECTION Page 29 of 310 [Page Intentionally Left Blank] Page 30 of 310 1l 1 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1050 — CONTROL OF WORK SECTION 1050 - CONTROL OF WORK 1.01 AUTHORITY OF THE ENGINEER A. The work included in the contract is to be completed to the satisfaction of the Engineer & Jurisdiction, and the decision of the Engineer as to the true construction and meaning of the Contract Documents, plans, specifications, estimates, and as to all questions arising as to proper performance of the work, shall be final, except as provided in Section 1040, 1.10 - Disputed Claims for Extra Compensation. B. The Engineer shall determine the unit quantities and the classification of all work done and materials furnished under the provisions of the Contract Documents, and the Engineer's determination thereof shall be final except as provided in Section 1040, 1.10 - Disputed Claims for Extra Compensation. C. The Engineer & the Jurisdiction shall decide any and all questions that may arise regarding the quality or acceptability of materials furnished and work performed, the rate of progress of the work, including cleanup and restoration, acceptable fulfillment and performance of the contract on the part of the Contractor, and compensation due. The decision of the Engineer In such matters shall be final except as provided in Section 1040, 1.10 - Disputed Claims for Extra Compensation. D. Nothing contained in this section or in the Contract Documents shall be construed as requiring or permitting the Engineer to direct the means, methods, sequences, or procedures, including safety measures, of performing any work under the contract or Contract Documents, except to ensure the quality of work conforms to these specifications and other provisions of the Contract Documents and the contract will be completed as scheduled. 1.02 AUTHORITY AND DUTIES OF THE ENGINEER'S AUTHORIZED REPRESENTATIVE A. The Engineer may appoint a representative to monitor any or all materials used and work done. Such observation may extend to any or all parts of the work and to the preparation or manufacture of the materials to be used. The Engineer's authorized representative will not be authorized to revoke, alter, enlarge, or relax the provisions of these specifications. When placed on the work, the Engineer's authorized representative will keep the Engineer informed as to the progress and quality of the work and the manner in which it is being done. B. Results of tests and examinations may be available to the Contractor on an informational basis. Absence or presence of representative test data does not alter the Contractor's responsibility for compliance with the Contract Documents. The Engineer's authorized representative will call to the attention of the Contractor any lack of compliance with the Contract Documents. However, failure of the Engineer's authorized representative or the Engineer to call the attention of the Contractor to faulty work or to lack of compliance with the Contract Documents shall not constitute acceptance of such work. C. The Engineer's authorized representative will not be authorized to approve or accept any portion of the work or to issue instructions contrary to the Contract Documents. The Engineer's authorized representative will act under the authority of the Engineer to reject defective work or material, and to suspend any work that is not being properly performed, subject to the final decision of the Engineer. D. The Engineer's authorized representative will not act as supervisor or perform other duties for the Contractor, nor improperly interfere with management of the work. The Engineer's authorized representative will exercise such additional authority as may, from time to time, be delegated by the Engineer. 1.03 COOPERATION BY THE CONTRACTOR A. A set of approved plans, specifications, Contract Documents, and any special provisions and authorized alterations will be supplied to the Contractor, and the Contractor shall have them available on the job site at all times. B. A designated, competent Superintendent (the Superintendent) of the Contractor shall be present on the site o the work continually during its progress. This Superintendent must be capable of reading and thoroughly understanding the Contract Documents and experienced in the type of work being performed. This Superintendent shall supervise, direct, and control the Contractor's operations, personnel, and work, and oversee the Subcontractor's operations. Page 31 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1050 — CONTROL OF WORK C. The Contractor shall give the Engineer written notification of the name of the Superintendent. The Superintendent shall receive from the Engineer all explanations and directions necessary for the satisfactory prosecution and completion of the work. D. The Contractor shall not cause any unnecessary delay or hindrance to other Jurisdiction contractors on the work and shall be required to cooperate with other Jurisdiction contractors to the fullest extent. 1.04 COOPERATION WITH OTHER JURISDICTION CONTRACTORS A. The Jurisdiction reserves the right to award other contracts in connection with this work and the total improvement. The Contractor is required to become fully informed of the conditions relating to construction and labor under which the work will be or Is now being performed, and the Contractor shall employ, as far as possible, such methods and means in the carrying out of its work as will not cause any interruption or interference with any other Contractor or agency. The Contractor shall give other contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly integrate, incorporate, and/or coordinate its work with theirs. B. If any part of the Contractor's work depends on proper execution or results on the work of any other Jurisdiction Contractor, the Contractor shall inspect and promptly report to the Engineer any defect in such work by another Jurisdiction Contractor that renders it unsuitable for such proper execution and results. The Contractor's failure to inspect and report such defects shall constitute an acceptance of the other Jurisdiction Contractor's work as fit and proper for the integration or incorporation of its work, except as to defects that may develop in the other Jurisdiction Contractor's work after the execution of the Contractor's work. C. Wherever, work being done by the Jurisdiction's forces or by other Jurisdiction contractors is contiguous to work covered by the contract, the respective rights of the various interests involved shall be established by the Engineer, in order to secure the completion of the various portions of the work in general harmony. 1.05 SHOP DRAWINGS, CERTIFICATES, AND EQUIPMENT LISTS A. Submission of Drawings: 1. The Contractor shall submit to the Engineer all shop drawings and equipment drawings or lists as called for In the Contract Documents or as requested by the Engineer. Drawings and listings shall be complete and shall contain all required detail information conveyed according to the latest recommended standards for detailing. 2. The Contractor shall make any corrections required by the Engineer and submit the revised shop or equipment drawings or listings for review. After review by the Engineer, the shop or equipment drawings or listings will be so marked, dated, signed by the Engineer, and forwarded to the Contractor for reproduction and distribution. B. Submission of Equipment Lists: 1. If specified in the: Contract Documents, as soon as practicable after award of contract and before any items of material or equipment are purchased, the Contractor shall submit to the Engineer for review a complete list of the principal fixtures and equipment to be incorporated into the work. 2. The Contractor shall also submit applicable brochures, technical data, catalogs, cuts, diagrams, manufacturer's drawings and installation instructions, samples if required, and other descriptive data including the complete description, trade name, model number, type, size, and rating. C. Engineer's Review: 1. Review by the Engineer shall not be construed as a complete check but will indicate only that the general method of construction and detail is satisfactory. The Engineer assumes no responsibility for errors in dimensions in the shop drawings and assumes the Contractor will use material complying with requirements of the Contract Documents or, where not specified, those of sound and reasonable quality, and will erect the subjects of such shop drawings according to recognized standards of first quality work or, when specified, according to standards of the Contract Documents. 2 Any work done or material ordered by the Contractor prior to review by the Engineer shall be at the Contractor's risk. Page 32 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1050 — CONTROL OF WORK 1.06 EXAMINATION OF MATERIALS AND WORK A. The Contractor shall furnish the Engineer and its agents every reasonable opportunity to ascertain whether the work and materials are in conformity with the Contract Documents. At any time before final acceptance of the work, at the request of the Engineer, the Contractor shall remove or uncover portions of the work for examination. After examination, the Contractor shall restore such portions of the work to the standards required by the Contract Documents. B. Should the work thus exposed and examined prove acceptable, the uncovering, removing, and replacing of such work shall be paid for as specified in Section 1090, 1.04 - Payment for Change Orders. Should the work thus exposed and examined prove unacceptable, the uncovering, removing, and replacing of such work shall be at the Contractor's expense. 1.07 REMOVAL OF DEFECTIVE WORK AND MATERIALS A. Defective work or materials may be rejected by the Engineer any time before the Final Completion of the Project. Notice of such rejection must be given in writing by the Engineer. Such rejected work shall be corrected to the satisfaction of the Engineer. Failure or neglect on the part of the Engineer to reject unsatisfactory material or reject inferior workmanship shall not release the Contractor, nor shall it be construed as an acceptance of such work, nor shall the final acceptance of such work bar the Jurisdiction from recovering damages on account thereof. B. Any defective work shall be removed and replaced at the Contractor's expense. Should the Contractor fail or refuse to remove defective work when so ordered by the Engineer, the Engineer shall have authority to order the Contractor to suspend further operations, and may withhold payment on estimates until such defective work has been removed and replaced according to the Contract Documents. C. Continued failure or refusal on the part of the Contractor to correct defective work promptly shall be sufficient cause for the Jurisdiction to declare the contract in default. No compensation will be paid to Contractor for defective work or materials, or for the satisfactory removal, correction, or disposal thereof. D. No compensation will be paid to Contractor for defective work or materials, or for the satisfactory removal, correction, or disposal thereof. 1.08 UNAUTHORIZED WORK A. Unauthorized work is work done contrary to the work shown in the Contract Documents. The Jurisdiction will not pay for unauthorized work. B. Unauthorized work may be ordered by the Jurisdiction in its sole discretion to be removed and replaced immediately at the Contractor's expense. 1.09 PROTECTION OF LINE AND GRADE STAKES A. The work shall be performed in strict conformity with the Contract Documents and to the lines and grades as fixed by the Engineer, and shall be according to such instructions as may be given by the Engineer. When such stakes or lines are given by the Engineer, the Jurisdiction will be responsible for the correctness thereof, and the Contractor will be responsible for their proper use, interpretation, and preservation. B. The Contractor shall protect and preserve in their original position all stakes, points, or marks set for the work by the Engineer. Where the Engineer shall consider such stakes, points, or marks to have been unnecessarily altered or destroyed, the Engineer may cause the expense of correcting or replacing them to be charged to the Contractor and the amount of such costs deducted from any monies due or which may become due to the Contractor under the contract. 1.11 PROVIDING JOB SITE UTILITIES A. The Contractor shall make all necessary arrangements for the provision to the job site of all required utilities for the execution of the work on the project. The Contractor shall arrange its work so it will not be delayed because such regulations or requirements relating to the use of utilities. All costs for the provision of utilities for the execution of the work on the project shall be borne by the Contractor. B. Fire hydrants shall not be used by the Contractor or its subcontractors unless authorization for such use has been obtained from the appropriate water utility agency. Page 33 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1050 CONTROL OF WORK 1.12 SALVAGE A. When the Contract Documents specify salvage of materials for the Jurisdiction as part of the work, the material to be salvaged shall be carefully salvaged and delivered to the designated location in the best condition and ready for storage. When the Contract Documents provide for salvage of such materials by the Contractor, the Contractor shall salvage such materials and promptly remove them from the site. B. The Contractor shall not allow inspection or sale of salvage materials to third parties at the site without written approval of the Jurisdiction. 1.13 PROTECTION OF WATER QUALITY AND WETLANDS A. The Contractor shall comply with the requirements of the Clean Water Act (33 U.S.C, 1344 and 33 CFR 323) and Executive Order 11990. When it becomes necessary for the Contractor to work in waters of the United States, the Contractor shall be aware that a Section 404 permit may be required. B. When required, the Contracting Authority will obtain a Section 404 permit for essential work on the right-of- way prior to the award of the contract. The Contractor shall adhere to the requirements of the permit. Activities occurring in or across waters of the United States not, specifically reviewed and approved in the permit are not authorized. If the Contractor desires to use construction methods that are not specifically approved by the permit, the Contractor shall be responsible for obtaining approval In the form of a new Section 404 permit from the U.S. Army Corps of Engineers and possibly Iowa DNR. The Contractor shall not use construction methods that require additional mitigation by the Contracting Authority. The Contractor will not be granted additional compensation or contract time due to their request for a new permit. If, however, due to no fault of the Contractor, a Section 404 permit modification involving activities within the right-of-way is deemed necessary by the Engineer, additional contract time and/or compensation may be considered. 1.14 FINAL INSPECTION AND ACCEPTANCE A. As soon as practicable after the completion of the work and the Contractor deems the project ready for its intended use, the Contractor shall notify the Engineer in writing that the project is complete and request the Substantial Completion inspection by the Engineer. The Engineer, Jurisdiction, and Contractor shall promptly make a joint inspection of the completed, work so that the Engineer can make a determination if the project is Substantially Complete. B. If the inspection reveals any defects In the work as contemplated by the Contract Documents, the Engineer shall notify the Contractor in writing that the work is not Substantially Complete and shall provide a list of such defects. The defective work shall be repaired or corrected so that it meets the requirements of the Contract Documents. The cost of all such repairs and replacement shall be borne by the Contractor, and no extension of the contract time shall be granted because of the time required to remedy such defects. C. After the Substantial Completion Inspection is held and the Engineer determines that the requirements for Substantial Completion have been satisfied, the Engineer will prepare a dated "Notice of Substantial Completion". Attached to the Notice will be a list of items not yet complete or needing correction. The Notice shall be provided to the Jurisdiction for their review. Upon receipt of the Notice, the Jurisdiction will have seven days to provide the Engineer with written objection to the Notice or to the attached list of items. The Engineer will then have seven days to consider the Jurisdiction's objections and either Issue the Substantial Completion Certificate with a final list of items to complete and correct, or notify the Contractor that the work is not Substantially Complete and provide an explanation why. D. In order for the Project or a designated portion of work to be deemed Substantially Complete by the Engineer, one of the following must occur: 1. Completion of the work on the public improvement project, or the highway, bridge, or culvert project, or when the work on the public improvement or the highway, bridge, or culvert project has been substantially 2. completed in general accordance with the terms and provisions of the contract. 3. The work on the public improvement or on the designated portion is substantially completed in general accordance with the terms of the contract so that the Jurisdiction or the department can occupy or utilize the public improvement or designated portion of the public improvement for its intended purpose. This subparagraph shall not apply to highway, bridge, or culvert projects, I'. Page 34 of 310 .0 1l 11 11 IL Mf Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1050 — CONTROL OF WORK 4. The public improvement project or the highway, bridge, or culvert project is certified as having been substantially completed by either of the following: 5. The Architect or Engineer authorized to make such certification. 6. The authorized contract representative 7. The Jurisdiction or the department is occupying or utilizing the public improvement for its intended purpose. This subparagraph shall not apply to highway, bridge, or culvert projects. E. When the Contractor has completed all work items listed with the Substantial Completion Certificate, the Contractor shall prepare a written notice requesting final inspection and issuance of the Certificate of Final Completion. Once the Engineer determines that the Project may be finally complete, the Engineer shall inspect the work as soon as practical. After the Final Completion inspection is held and the Engineer determines that the requirements for Final Completion have been satisfied, the Engineer will prepare a "Tentative Notice of Final Completion". If the Engineer's inspection determines that the work is incomplete or defective, the Engineer shall notify the Contractor in writing that the work is not ready for Final Completion and shall provide a list of the defects. F. Once the Tentative Notice of Final Completion is issued, the final payment shall be processed in accordance with Section 1090, Article 1.08. After the final payment application has been received and approved by the Jurisdiction, it shall proceed to request that the Jurisdiction's City Council approve the acceptance of the Project and the City Engineer's recommendation to issue the Certificate of Final Completion. END OF SECTION Page 35 of 310 [Page Intentionally Left Blank] r Page 36 of 310 1 1f: 1 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1060 - CONTROL OF MATERIALS SECTION 1060 - CONTROL OF MATERIALS 1.01 MATERIALS SOURCE OF SUPPLY AND QUALITY REQUIREMENTS A. Materials used in the work shall meet all quality requirements of the Contract Documents. In order to expedite inspection and testing of materials, the Contractor shall notify the Engineer in writing of the proposed sources of those materials requested by the Engineer promptly after being awarded the contract. Any material shall be produced with a reasonably uniform quality and within requirements specified; the producer shall perform quality control tests and evaluations the producer believes necessary to control the product adequately. All materials for use in the project are subject to inspection and tests at any time prior to being incorporated into the work. B. For the convenience of the Contractor, and when convenient to the Engineer, materials may be inspected at the site of production. Materials tested and found in compliance at the site of production may be later inspected for reasonably close conformity and normally will not be rejected except for obvious mistakes, contamination, quality change, or mishandling. C. At the option of the Engineer, approval of the source, or approval of materials at the source prior to delivery, may be required. If it is found after trial that sources of supply for previously approved materials do not produce specified products or when conditions are such that use of unfit materials cannot be prevented except by extraordinary inspection methods, the Contractor shall furnish materials from other sources. Before delivery, and at any time during the process of preparation and use, materials shall be subject to the approval of the Engineer. D. Materials not previously inspected will be inspected at the project site. Acceptance at that time will be based on sampling and testing, producer's certifications, visual inspection, or any combination of these at the discretion of the Engineer. E. Use of materials on the basis of the producer's certification, quality control tests, and evaluations may be permitted or required. The Engineer may require specific data obtained by qualified persons and procedures be provided with the material, when delivered. Certified gradation testing by a certified aggregate technician will be required for all aggregates to be furnished by the Contractor, and shall be done according to the current Iowa DOT Materials I.M. 209 and as specified in Section 3010, Article 1.05. 1.02 ALTERNATE PROCESSES, EQUIPMENT, OR MATERIALS A. General: In order to establish a basis of quality for the work, performance, or economy of operation, certain processes, types of machinery and equipment, or kind of material may be referenced in the Contract Documents by designating a manufacturer by name and referring to its brand or model numbers. Such reference is not intended to foreclose other processes, equipment or materials that will in the sole discretion of the Engineer meet, or exceed, the designated standards. There may be instances where the Engineer will not consider alternate processes, equipment, or materials. B. Consideration: 1. The Jurisdiction may consider alternate processes, equipment, or materials for those specified in the Contract Documents; however, it is only an indication that the Jurisdiction will not foreclose consideration of the bidder's/Contractor's request and is not an approval. Following are the steps for consideration of alternate processes, equipment, or materials: a. If a bidder/Contractor desires to use alternate processes, equipment, or materials, the bidder/Contractor shall contact the Engineer to confirm the Jurisdiction would consider alternate processes, equipment, or materials for those as specified in the Contract Documents. b. Support/requirements for submissions of alternatives: I. The Engineer will consider and evaluate other products, equipment, methods, and systems only when such items are accompanied by full and complete technical data, test data, code compliance, and other relevant information, including samples and finishes where appropriate. Page 37 of 310 Division 1 GENERAL CONDITIONS AND COVENANTS SECTION 1060 - CONTROL OF MATERIALS II. The bidder/Contractor shall submit design information, material compatibility, performance, durability, laboratory tests, chemical analysis, color, manufacturer's specifications, and other relevant information as proof of quality and integrity when presenting proposed alternatives to the Engineer for consideration. The bidder/Contractor must include the kind, quality, design, and performance of the proposed materials and equipment. If alternate methods are proposed, the Contractor shall furnish complete engineering plans covering the proposed change. IV. It Is the sole responsibility of the Contractor to pre -qualify any alternate product proposed for its intended use for compliance with all applicable codes within the Jurisdiction prior to submittal to the Engineer for consideration. In making an alternative request, the Contractor shalt be responsible for all costs including reimbursing the Engineer for services furnished and any time required to review the proposed change. V. If the bidder/Contractor desires to use alternate processes, equipment, or materials for those as specified in the Contract Documents, the bidder/Contractor shall secure the written approval of the Engineer before entering an order therefore. c, If the bidder/Contractor desires to use alternate processes, equipment, or materials for those as specified in the Contract Documents, the bidder/Contractor shall secure the written approval of the Engineer and the Jurisdiction before entering an order therefore. d. Proposed alternative processes, equipment, or materials that will in the discretion of the Engineer and the Jurisdiction meet, or exceed, the designated standards may be given written approval to be used on the project as an "Approved Equal" or "Equivalent" to the specified item. If approval as an "Approved Equal" or "Equivalent" is given by the Engineer and the Jurisdiction, such approval will be on the condition that the bidder/Contractor shall be fully responsible for producing construction; work in conformity with contract requirements. In order to ensure fair competitive bidding, It Is critical that all bidders base their bids on providing the material, equipment or process (including those trade named) fully complying with theContract Documents. g. The Contractor shall not be entitled to any additional compensation if the Engineer and the Jurisdiction do not approve the Contractor's request for alternate processes, equipment, or materials after the contract is awarded. The bidder/Contractor is solely at risk until the Engineer and the Jurisdiction issue written notification of "Approved Equal" or "Equivalent." h. The Jurisdiction reserves the right to adjust the contract price when the cost of an "Approved Equal" or "Equivalent" is less than the cost of the specifled item. The Contractor shall estimate the net savings of the proposed alternate and if the Engineer and the Jurisdiction approve the proposal, a change order may be processed to reduce the contract by a negotiated amount agreed to by the Jurisdiction and the Contractor.., 2. If the Contract Documents state that the Jurisdiction will not consider alternate processes, equipment, or materials, the bidder/Contractor shall not propose any alternates to those specified in the Contract Documents. 3. Consideration of Alternate Processes, Equipment, or Materials by the Jurisdiction or the Engineer shall not constitute a basis for delay or productivity claims if timely approval of the substitute is not granted. If consideration or use of alternative processes, equipment or materials will impact the Contractor's schedule adversely, the Contractor must proceed with the work by complying with the approved Contract Documents. 1.03 SAMPLES AND TESTING A. No materials for which samples are required by the Contract Documents shall be incorporated into the work, until the samples have been tested and approved by the Engineer for use on the project. The Page 38 of 310 1 If 1 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1060 - CONTROL OF MATERIALS Contractor shall coordinate the collection, forwarding and testing of samples as the Contract Documents and Engineer require. B. It is the Contractor's responsibility to provide samples in a timely manner that allow time for testing without delaying the work. If necessary, work will be delayed or suspended, at no cost to the Jurisdiction, to permit the completion of all specified tests and examinations. Tests made on the samples of materials utilized on the project shall be paid for as specified in the Contract Documents. C. All tests shall be made by the Jurisdiction's designated testing laboratory or at an independent testing laboratory that the Engineer shall approve in advance of any testing of samples. Except as otherwise specified, the testing of materials furnished for use under these specifications shall be done according to the methods described in the specific ASTM, AASHTO, AWWA, or other authorized specifications for each material. Results of all tests shall be submitted to the Engineer for review. D. The Contractor must employ a professional Engineer, licensed in the State of Iowa, for the purpose of conducting proctor testing on all aggregates and soil materials to be incorporated into the project. The proctor test results must be provided to the Jurisdiction, and will be used by the Jurisdiction for density testing during the project. The proctor test must be conducted no more than 30 days prior to the start of the work. Additional sampling and testing may be conducted by the Jurisdiction at its sole discretion during the project to verify conformity of the materials. 1.04 STORAGE OF MATERIALS A. The Contractor shall be responsible for care and storage of materials and equipment delivered to the work site or purchased for use and stored off site. Materials and equipment delivered to the work site and damaged to an extent that it no longer meets the contract specifications before actual incorporation in the work shall be rejected by the Engineer even though they may have been previously acceptable. The Contractor shall store all materials for the Project in a way that ensures that their quality and fitness for the Project will be preserved, and that the Engineer will have easy and prompt access to them for inspection purposes. Materials shall be kept on wooden platforms or on other hard, clean surfaces and not on the ground. B. Offsite storage and partial payment of such materials and equipment is allowed only if approved in advance, at the sole discretion of the Engineer. In order for the Engineer to consider allowing off -site storage and payment, the materials and equipment must be segregated from other materials, clearly labeled as being owned by the Jurisdiction for use on the identified Project, otherwise handled in compliance with this Article, and stored in accordance with the manufacturer's recommendations. All such materials and equipment must be readily -available for inventory and inspection by the Engineer. Proof of insurance meeting the requirements of the Contract Documents must be provided in advance of the Engineer's approval. 1.05 UNACCEPTABLE MATERIALS A. All materials not conforming to the requirements of the specifications at the time they are to be used shall be considered unacceptable, and all such materials will be rejected and shall be removed immediately from the work site unless otherwise instructed by the Engineer. No rejected material, the defects of which have been corrected, shall be used until approval has been given by the Engineer. 1.06 MATERIALS SUPPLIED BY THE JURISDICTION A. When any materials are to be furnished by the Jurisdiction, the designation of such materials and the time of availability will be included in the Contract Documents. Page 39 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1060 - CONTROL OF MATERIALS 1.07 MATERIALS SUPPLIED BY THE CONTRACTOR A Unless otherwise stated in the Contract Documents, all materials and equipment needed for, or to become a part of, the work shall be furnished by the Contractor. The Contractor shall assume full responsibility for ordering materials and equipment of the quality specified and of the quantity necessary and shall be responsible for payment of the purchase and/or delivery cost of such materials and equipment. B. All materials and equipment that become the property of the Jurisdiction as specified in the Contract Documents shall be unused and newly produced or manufactured with original materials, shall be state of the art for that material or equipment, and shall be properly stored to protect the integrity of the material and equipment. END OF SECTION Page 40 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC PART 1 - LEGAL RELATIONS 1.01 MUNICIPAL REGULATIONS, STATE, AND FEDERAL LAWS AND REGULATIONS A. The Contractor shall at all times observe and comply with all applicable Federal, State, County, or City laws, ordinances, orders, and regulations. B. References in these specifications to particular chapters or sections of the above referenced laws, ordinances, orders & regulations shall be as they appear in their current version at the time of Contract Award. In the event such chapters or sections are subsequently amended, the specifications shall be deemed to refer to those chapters or sections as amended. If as a result of such amendment, the IContractor incurs additional cost or delay the conditions of Section 1040 shall apply. C. For all projects the following shall apply: 1. During the performance of this contract, the Contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 2. Compliance with Regulations: The Contractor shall comply with the Regulations relative to non- discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 3. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. Ir 4. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 11 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 5. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and I the Regulations relative to nondiscrimination on the grounds of race, color, national origin, sex, age, or disability. 1 I. �I. 6. Information and Reports: The Contractor shall provide all information and reports required by the Regulations 01' directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Jurisdiction, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information the Contractor shall so certify to the Jurisdiction, the Iowa DOT, or the FHWA as appropriate, and shall set forth the efforts it has made to obtain the information. 7. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the Jurisdiction, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: 8. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or Page 41 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC 9. Cancellation, termination, or suspension of the contract, in whole or in part. 10. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (7) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Jurisdiction, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions Including sanctions for non-compliance: Provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Jurisdiction or the Iowa DOT to enter Into such litigation to protect the interests of the Jurisdiction or the Iowa DOT; and, in addition, the Contractor may request the United States to enter into such litigation to protect the Interests of the United States. 1.02 GOVERNING LAW The law of the State of Iowa shall govern this contract and all subcontracts for materials and services entered into by the Contractor. 1.03 PERMITS AND LICENSES A. The Contractor shall procure and pay for all necessary permits and licenses needed to construct the work that have not already been procured, by the Jurisdiction at the time of project award, including but not limited to Building Demolition, Building, Mechanical, Electrical, Plumbing, Permit to work in Public Right Of Way. The Contractor shall be responsible, including payment of any penalties, for all violations of the law, licenses or, permits for any cause in connection with the construction of the work or caused by the obstruction of roads, streets, highways or sidewalks. The Contractor shall provide a copy of all requisite notices and issued violations to the Jurisdiction.: 1.04 PATENTS AND ROYALTIES A. The Contractor shall defend, indemnify, and save the Jurisdiction harmless against all claims arising from alleged infringements of patents and royalties covering tools, machinery, processes, appliances, devices, or materials used In connection with the work. Unit prices provided in the proposal shall include payment of all necessary royalties or licenses. 1.05 USE AND OCCUPANCY PRIOR TO COMPLETION OF CONTRACT A. The Contractor shall complete any portion or designated portion of work in such order and at such time as the Contract Documents require. The Jurisdiction shall have the right to use any Substantially or Finally Completed portions of the work at any time in accordance with Articles 573.15A and 573.28 of the Iowa Code and Section 1050, Article 1.14 of these supplemental specifications, but such possession and use shall not be deemed a' Final Acceptance of the work so used or any part thereof. If the Jurisdiction requests partial utilization prior to Substantial Completion of any portion of the work and such use increases the cost of or delays the work, the Contractor shall be entitled to such extra compensation or extension of time, or both, in accordance with Section 1040, Article 1.06. When improvements are released to the Jurisdiction, at the Jurisdiction's sole request, for public or Jurisdiction use prior to Substantial Completion and Final Complet on unless specified in the Contract Documents, the Contractor shall be relieved of the responsibility for damages due to exposure to weather elements or due to ordinary use, but only for the released and used portion of the work. Such release by the Contractor to the Jurisdiction for use shall be directed in writing by the Jurisdiction. 1.06 CONTRACTOR'S RESPONSIBILITY FOR THE WORK A. Until the Substantial Completion Certificate Is issued by the Jurisdiction, the project shall be in the custody of and under the charge, care, and control of the Contractor, who shall take every precaution against damage to the work by action of the weather elements or any other cause. The Contractor shall rebuild, repair, restore, and make good at its own expense, all damages to any portion of the work before the Substantial Completion Certificate is issued by the Engineer. Issuance of any estimate or partial payment for work done, will not be considered final acceptance of any work completed. 1.07 RESPONSIBILITY FOR DAMAGE CLAIMS A. The, parties agree that it is their intent that there be no third -party beneficiaries to this contract. No provision of this contract or of any addendum, materials Instructional memorandums, plans, proposal, If' IL IF Page 42 of 310' Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC special provision, developmental specification, supplemental specification, or general supplemental specification shall be construed as creating any third -party beneficiaries. 1.08 PERSONAL LIABILITY OF PUBLIC OFFICIALS A. Neither the Engineer nor the Engineer's authorized representatives, agents, or assistants shall have any liability, either personally or as officials of the Jurisdiction, in carrying out any of the provisions of the Contract or in exercising any power or authority granted to them thereby. It being understood that in such matters they will act as the agents and representatives of the Jurisdiction. 1.09 WAIVER OF LEGAL RIGHTS A. The Jurisdiction shall not be precluded or estopped by any measurement, estimate, or certificate made either before or after the completion and final acceptance of the work and payment therefore, from showing the true amount and character of the work performed and the materials furnished by the Contractor, or from showing that any such measurement, estimate, or certificate is untrue or incorrectly made, or from showing that the work or materials do not in fact conform to the Contract Documents. B. The Jurisdiction shall not be precluded or estopped, notwithstanding any such measurement, estimate, or certificate and payment in accordance therewith, from recovering from the Contractor and its surety such damages as it may sustain, and all outlay and expense it incurs, by reason of the Contractor's failure to comply with the terms of the Contract. The Final Acceptance by the Jurisdiction or any of its representatives, any payment for final acceptance of the whole, or any Substantially Completed designated portion of work, or any extension of time, or any possession taken by the Jurisdiction, shall not operate as a waiver of any portion of the contract, or any powers herein reserved, or any right to damages herein provided. A waiver of any breach of the contract shall not be a waiver of any other subsequent breach. C. The Contractor hereby waives any claims it may hereafter be entitled to assert against the Jurisdiction, its officers, agents, employees, or consultants, on its behalf or on behalf of its employees, agents, subcontractors, sub -subcontractors, and suppliers, for loss of or damage to personal property, tools, or equipment owned by it or its employees, agents, subcontractors, sub -subcontractors, and suppliers, which loss or damage is sustained on the Jurisdiction's project property, or which occurs during work on the project, and the Contractor agrees to assume liability or responsibility for such claims and to procure insurance to cover its exposure in that regard. 1.10 ACCEPTANCE BY THE JURISDICTION NOT A WAIVER OF CONTRACTOR'S OBLIGATIONS OR A WAIVER OF THE JURISDICTION'S RIGHTS A. In various provisions of the Contract Documents, the Jurisdiction or the Engineer may to test or inspect materials, equipment, or manufactured assemblies and to accept or reject those and other elements of the work. B. In various provisions of the Contract Documents, the Jurisdiction or the Engineer may require the Contractor's preparation of shop drawings for review and has the authority to accept or reject same. If required by the contract documents, no payment for shop drawings will be made. If unanticipated and either unusual or complex construction procedures or site conditions occur, the Jurisdiction or the Engineer may require the Contractor to submit shop drawings as necessary to satisfactorily complete the proposed construction. If shop drawings are required by the Engineer or Jurisdiction and are not required by the Contract Documents, payment shall be made in accordance with section 1040, 1.06. C. Acceptance or approval by the Engineer of the shop drawings as therein provided shall not operate to relieve the Contractor of its obligation (1) to perform the work as required by the Contract Documents in a workmanlike manner and according to the standards for construction applicable to the type of work covered by this contract; and (2) to provide materials and equipment meeting the quality requirements as provided in the Contract Documents. The Jurisdiction assumes no responsibility for errors in shop drawings and assumes the Contractor will use materials complying with requirements of the Contract Documents or, where not specified, those of sound and reasonable quality, and will erect the content of such shop drawings according to recognized standards of first quality work or, when specified, according to standards of the Contract Documents. Page 43 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC D. No such acceptance of the shop drawings by the Jurisdiction shall constitute a waiver by the Jurisdiction of its right to subsequently reject defective work, materials, or equipment. Further, no such acceptance of the shop drawings by the Jurisdiction or the Engineer shall be deemed a waiver by the Jurisdiction of its right to recover from the Contractor all losses, damages, outlay, or expense it Incurs, which is attributable to such defective work, materials or equipment or manufactured assemblies, nor shall such acceptance or approval of the shop drawings be deemed a waiver of the Jurisdiction's right to indemnity from the Contractor for damage or injury to third parties occasioned by such defective work, materials, or equipment. 1.11 BUSINESS ORGANIZATION REQUIREMENTS A. The bidder, or Contractor, as a business organization, shall comply, with the following: 1. A corporation, limited liability company, limited partnership, or other type of business organization governed under Iowa statutes must be registered with the Iowa Secretary of State, must use the name under which it Is registered with the Iowa Secretary of State, must be authorized to do business In Iowa, and must be registered as a Contractor with the Iowa Department of Labor. 2. A partnership, sole proprietorship, company operating under a trade name, or other type of business organization not governed under Iowa statutes should be registered in the Office of the County Recorder where it is located or where the work is to be performed, must use the name under which it Is registered, and must be registered as a Contractor with the Iowa Department of Labor. Prior to entering into contract, the designated low bidder, if it is not required to be registered with the Iowa Secretary of State, shall provide to the Jurisdiction the name and; address of its registered agent or lawful representative upon whom legal notices and processes may be served. The registered agent or lawful representative must be an Iowa resident, an Iowa profit or nonprofit corporation, or a foreign profit or nonprofit corporation qualified to do business in Iowa. 3. A foreign business organization, organized under the laws of a state other than Iowa, shall file with the Engineer's documentation that it has complied with all the provisions of, this section prior to entering into, a contract. 4. If a bid is proposed to be submitted by two persons or entities as a joint venture, the names of the two persons or entities appearing on the documents must be followed by the notation — "a joint venture." In that instance, the bid must also be signed by authorized agents of both entities, and the bid security must indicate that it "applies to and covers the proposal for construction of (Project Name) submitted by the (principal on bond) and (name of other company), submitted as a joint venture proposal." A bid submitted by two persons or entities without any indication they are submitting it as a joint venture, without being signed by authorized representatives of both entities, and without bid security covering both entities as a joint venture, will be rejected. 1.12 DISPUTE RESOLUTION PROCEDURE A. In any case where the Contractor believes extra compensation Is due for work or materials beyond the scope of the work required by the Contract Documents and not ordered by the Engineer as extra work as defined herein, the Contractor shall notify the Engineer and Jurisdiction in writing of its intention to make claim for such extra compensation before beginning the work on which the claim is based. B. In any case where the Contractor deems that extra compensation is due from the Jurisdiction as damages resulting from such performances, nonperformances, or delays, the Contractor shall notify the Engineer and Jurisdiction in writing at the time the delay occurs. If the Contractor fails to notify the Jurisdiction within seven calendar days of the commencement of the initiating activity that is the cause of the delay claim, then the claim shall be deemed null and void. C. The Jurisdiction shall be responsible for damages attributable to the performance, nonperformance, or delay, of any other Contractor, governmental agency, utility agency, firm, corporation, or individual authorized to do work on the project under direct contract with the Jurisdiction only when such damages result from negligence on the part of the Jurisdiction, its Engineer, its Contractor, or any of its officers or employees. Page 44 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC D. Performance During Dispute: Unless otherwise directed by the Jurisdiction, pending the resolution of any controversy, claim or dispute arising out of this Contract, the Contractor must proceed diligently with the performance of the Work under this Contract. E. Basis of Claim for Extra Compensation: 1. The claim, when filed, shall be in writing and in sufficient detail to permit auditing and evaluation by the Jurisdiction and for them conclude that a change order is warranted. The claim shall be supported by such documentary evidence as the Contractor has available and shall be verified by affidavit of the Contractor or other person having knowledge of the facts. 2. Regardless of whether the required notice is given, if the Engineer is not allowed access to the Contractor's books and records used for keeping strict account of actual costs as defined for cost- plus construction or extra work, then the Contractor thereby waives its claim for extra compensation for such work. Such notice by the Contractor, and the fact the Engineer has kept account of the cost as aforesaid, shall not be construed as establishing the validity of the claim. 3. F. Presentation and Consideration of Claim 1. Review by Jurisdiction: If the claimant wishes an opportunity to present its claim in person, the claim shall be accompanied by a written request to do so. Where the claimant asks for an opportunity to present its claim in person, the Jurisdiction within 30 calendar days of the filing of the claim, shall fix a time and place for a meeting between the claimant and the Jurisdiction or its designated representative(s). The Jurisdiction shall 30 calendar days after the filing of the claim or after the meeting above referred to, whichever is later, rule upon the validity of the claim and notify the claimant, in writing, of its ruling together with the reasons therefore. In case the claim is found to be just, in whole or in part, a change order shall be authorized within 15 days after the find and the claim shall be allowed and paid to the extent so found. 2. The dispute resolution procedures outlined below shall be utilized by the Contractor and Jurisdiction to resolve all disputes related to the Contract for the Project. 3. Request for Mediation: In the event a claimant's claim as outlined in the above procedure has been disallowed, in whole or in part, the Contractor or Jurisdiction shall, within 30 calendar days from the date the ruling of the Jurisdiction is mailed, make a written request to the other party that the claim or claims be submitted to Mediator. If mediation is requested, the Contractor and the Jurisdiction will each propose four people to act as the Mediator. The Contractor and Jurisdiction will rank both their own selections and the selections of the other party. The individual with the highest overall ranking of the four lists of names shall be selected as the Mediator. If there is a tie score, the individual whose last name is first in alphabetical order shall be the Mediator. 4. The mediation shall be completed within 45 days of the Mediator selection. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. All parties involved in the dispute will cooperate in good faith during the mediation. The Mediator will collaborate with the parties involved with the dispute to determine the rules for mediation. If the parties cannot agree to certain mediation rules, then the Mediator will make the determination regarding the rules. In no case shall the mediation last more than three working days unless agreed to by all parties involved in the dispute. Jurisdiction and Contractor shall share the mediator's fee and any filing fees equally. Jurisdiction and Contractor will bear their own attorney's fees, expert witness's fees, costs and expenses in the mediation. The Mediator shall make a non -binding decision and provide the written decision to the parties no later than 30 days after the conclusion of the mediation session. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction thereof. 5. If the Claim is not resolved by mediation, the Jurisdiction's action under this Article 1.12, B, 1 shall become final and binding 60 days after termination of the mediation session unless, within that period, the Jurisdiction or Contractor: a. Elects in writing to demand arbitration of the Claim, or b. Agrees with the other party to submit the Claim to another dispute resolution process. Page 45 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC 6. Request for Binding Arbitration: All claims or counterclaims, disputes, or other matters in question between the Jurisdiction and Contractor arising out of or relating to the Contract Documents or the breach thereof, if not resolved by the procedures listed above, shall be decided by a board of arbitrators. Within 30 calendar days from the date the ruling of the Mediator is mailed, the Jurisdiction or Contractor may make a written request to each other that its claim or claims be submitted to a board of arbitration. This agreement to arbitrate and any other agreement or consent to arbitrate entered into will be specifically enforceable under the prevailing law of any court having jurisdiction. 7. Arbitration or litigation of the claim will be subject to Rule 1.281 of the Iowa Rules of Civil Procedure for Expedited Civil Actions. 8. Jurisdiction, at its sole discretion, may consolidate an arbitration conducted under this Contract with any other arbitration to which it is a party provided that the arbitration's to be consolidated substantially involve common questions of law or fact and the arbitration's employ materially similar procedural rules and methods for selecting arbitrator(s). 9. Jurisdiction, at its sole discretion, may include by joinder persons or entities substantially involved In common questions of law or fact whose presence is required if complete relief Is to be accorded in arbitration. 10. Contractor may not consolidate claims involving its subcontractors with claims involving Jurisdiction without the consent of the Jurisdiction. G. Board of Arbitration: u.. �l. �I. 1. The board of arbitration shall consist of three persons - one to be appointed by the Jurisdiction, one to be appointed by the, Contractor, and the third to be appointed by the two arbitrators thus chosen. 2. The arbitrators selected shall be persons experienced and familiar with construction, engineering, or legal practices in the general type of work involved in the contract, but shall not have been an 1employee, direct relative of an employee, or an individual retained as a consultant by either party at the time the claim arose or at the time of arbitration. 3. The fees and expenses of the arbitrators and any arbitration service or proceedings shall be shared equally by the Jurisdiction and Contractor. H. Arbitration Proceedings: The board of arbitration shall make its own rules of procedure, In accordance ih with Article 1.12,A,6 above, and shall have authority to examine records kept by the Jurisdiction and the Contractor. Notification of arbitration proceedings shall be made by the arbitration board to both the Jurisdiction and the Contractor, and each shall have the opportunity to attend all sessions of the arbitration board. In determining the findings and award, a majority vote of the board shall govern. Copies of the findings and award, signed by arbitrators, shall be filed with the Jurisdiction and the Contractor. The board of arbitration shall fix the cost of the proceedings, including a reasonable compensation to, the arbitrators, and shall share equally the total cost between the parties. I. Jurisdiction of Board of Arbitration: The board of arbitration shall have jurisdiction to pass upon questions "�' involving compensation to the Contractor for work actually performed or materials furnished and upon ![I claims for extra compensation that have not been allowed by the Jurisdiction. r J. The board's jurisdiction shall not extend to a determination of quality of workmanship or materials furnished, or to an interpretation of the Intent of the plans and specifications except as they relate to matters of compensation. Jurisdiction of the board shall not extend to setting aside or modifying the terms or requirements of the contract. K. Determination of Board of Arbitration Final: The findings or award, or both, of the arbitration board, shall be final and become a basis for final payment. Judgment may be entered upon it in any court having jurisdiction thereof, and it will not be subject to modification or appeal, subject to provisions of the Controlling Law relating to vacating or modifying the arbitral award. Page 46 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC 1.13 SEVERABILITY A. It is the intent of the Jurisdiction and the Contractor that the lawful provisions of this contract shall be severable from any provisions of this contract that are hereafter declared to be illegal or void by a court of competent jurisdiction. PART 2 - RESPONSIBILITIES TO THE PUBLIC AND JOBSITE SAFETY 2.01 SANITATION A. The Contractor shall arrange for the necessary sanitary conveniences, properly secluded, for the workers on the project. These shall be maintained in a manner inoffensive to the public and in compliance with the local health regulations. 2.02 CONVENIENCE AND SAFETY A. Use of Streets: The Contractor is granted the privilege of using Jurisdictional roads, streets, or highways, as shown on the plans, for the purpose of doing work specified in the contract, but is not granted exclusive use of such roads, streets, or highways. B. Protection of Workers and the Public: The Contractor shall erect and maintain good and sufficient guards, barricades, and signals at or near the work according to the latest version of the MUTCD and all applicable laws, regulations, ordinances, and plans and specifications in the Contract Documents so that all members of the public are kept safe. The Contractor shall, in all cases, maintain safe passageways at all sidewalks, private property entrances, driveways, road crossings, crosswalks, and street intersections according to the latest version of the MUTCD and shall do all other things necessary to protect the public and prevent an accident or loss of any kind. C. Convenience and Access: The Contractor shall handle the work in a manner that will cause the least inconvenience and annoyance to the general public and to the property owners abutting the work area. The Contractor shall also provide access to the abutting property to the greatest extent practicable. D. Project Area and Work Site Safety: 1. Project Area: a. In accordance with Section 1070, 1.06, until the work is Finally Complete, the work shall be in the custody of and under the charge, care, and control of the Contractor. The Contractor is also responsible for the project area or work site. The Contractor is solely responsible for the safety of everyone on its work site. b. The Jurisdiction or the Engineer may assign some or all of the duties and responsibilities of the Jurisdiction or the Engineer to an authorized representative for a given project. Nothing contained in this section or in the Contract Documents shall be construed as requiring or permitting the Jurisdiction or the Engineer to direct the means, methods, sequences, or procedures, including safety measures, of performing any work under the contract or Contract Documents, except to assure that the quality of work conforms to these specifications and other provisions of the Contract Documents and that the contract will be completed as scheduled. c. The Jurisdiction or Engineer may appoint an authorized representative on the work site to monitor the materials used and the work done by the Contractor. The Jurisdiction or Engineer's authorized representative is not a safety inspector and is not responsible for monitoring, directing, or otherwise ensuring the safety of the Contractor, its subcontractors, its suppliers, or any others that may be on the work site. E. Work Site Safety: 1. Worker Safety: The Contractor shall comply with all current and future federal and state OSHA requirements. Nothing in this contract or any action by the Jurisdiction shall be interpreted or construed as a waiver of OSHA requirements. It is the Contractor's obligation to follow OSHA requirements and standards at all times. 2. The Contractor shall have a written safety program; and must submit that safety program to the Jurisdiction within seven days of the Notice of Award date and prior to Jurisdiction's issuance of the Page 47 of 310 Division 1+- GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Notice to Proceed. The Jurisdiction will not approve the Contractor's safety program. The Contractor shall maintain a safe worksite and Is solely responsible for the enforcement of its safety program. The Jurisdiction, Engineer or their staff will not be responsible for enforcement of the Contractor's safety program. 3. Construction of the work included in the contract is by its nature dangerous work; and the Contractor Is hereby notified that it is the Contractor's sole responsibility to provide as safe a working site as possible given the nature of the work. It Is the Contractor's responsibility to notify and advise its employees, subcontractors, suppliers, and everyone on the worksite of the dangers associated with the work, and provide them with appropriate safety information to protect them from those dangers. 4. All personnel on the work site shall wear, at a minimum, ANSI 107 Class 2 apparel at all times when exposed to traffic or construction equipment In the street right-of-way, unless otherwise directed by the MUTCD. Where the MUTCD requires more restrictive apparel or measures, the Contractor must comply with the MUTCD. 5. Safety Representative: Contractor shall designate a qualified and experienced health and safety officer or representative (HSO) for the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of health and safety precautions and programs. The HSO shall have at least 3 years of experience as a safety officer in the construction or similar industry to, include the direction, approval, development, implementation, and enforcement of safety and health programs, personnel protection programs, and health monitoring programs. The HSO shall have formal training in occupational safety and health. The HSO shall visit the site on regular basis and at other key times when the nature of the work at the site change. 6. Contractor shall provide Jurisdiction and Engineer the phone number of the safety representative for the project who will have 24/7 response/availability. 7. Contractor shall keep at the Site at all times during the progress of the Work a competent person who is capable of identifying existing and predictable hazards in the surroundings, or working conditions that are unsanitary, hazardous or dangerous to employees, including but not limited to those associated with trench and excavation requirements, and who has authorization to take prompt corrective measures to eliminate them. Each day the contractor shall notify the Jurisdiction Representative to inform them who the competent person is on site for each work day. 8. Hazard Communication Programs: Contractor shall be responsible for coordinating any exchange of safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with established Laws or Regulations. a. Contractor shall comply with Jurisdiction's Hazardous Communication Program. b. Contractor shall immediately notify Jurisdiction's Representative and Engineer of all emergency situations associated with Contractor's Work. 2,02 WORK AREA A. The Contractor shall confine its work to the Jurisdiction's premises, including construction easements, construction limit lines, and Identified project limits, as shown in the Contract Documents as verified by the Engineer. The Contractor shall not enter upon or place materials on any private property for which the Jurisdiction has not obtained an easement for such use. The Contractor agrees to defend, indemnify, and hold the Jurisdiction harmless from all suits and actions of every kind and description resulting from the Contractor's use of private property. Before beginning construction, the Contractor shall check with the Engineer for any special instructions concerning easements. B. Temporary buildings, storage sheds, shops and office, etc., may be erected by the Contractor only with the prior approval of the Engineer and shall be built with labor and materials furnished by the Contractor without expense to the Jurisdiction. Such temporary buildings and utilities shall remain the property of the Contractor and shall be removed by the Contractor, at its expense, after the completion of the work. Page 48 of 310 II Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC 2.04 PROJECT AREA FOR THE WORK A. Acquisition: Existing and proposed additional right-of-way or easements shown on the plans and/or in the Contract Documents will provide, without cost to the Contractor, adequate space for the performance of the work. If the Contract Documents do not contain a notice to the Contractor of non -acquired additional right of way or easements, as shown on the plans, and the Contractor provides documentation acceptable to the Engineer, compensation will be allowed for loss or damage occasioned by delays in securing said right-of-way or easements; and, if the need to acquire such additional right-of-way or easements is the sole and only cause of the impossibility of completing the work within the specified time, the Jurisdiction may grant an extension of time if requested by the Contractor. Before beginning construction, the Contractor shall obtain from the Engineer a list of any easements or right-of-way not acquired and any special instructions pertaining to properties affected by the work. B. Location: Property lines, limits of easements, and limits of construction permits are indicated on the plans, and it shall be the Contractor's responsibility to confine Its construction activities within those limits. C. Use: The Contractor shall confine its equipment, storage of materials, and operation of work to the limits indicated by laws, ordinances, permits, or direction of the Engineer and shall not unreasonably encumber the premises with its materials. The Contractor shall comply with the Contract Documents regarding signs and advertisements. D. Encroachments: Any damage resulting to persons or property from the Contractor's encroachment beyond the specified limits shall be the sole responsibility of the Contractor. E. Working Hours: The Contractor shall confine its operations to the times permitted by the City of Dubuque Code of Ordinances Section 6-5-1 governing prohibited noises and construction work hours including, but not limited to the following: F. Construction NoisesThe creation of any loud or excessive noise resulting from erection, excavation, demolition, alteration or repairs related to any structure, infrastructure, or building is prohibited, except between the hours of 7:00 a.m. and 8:00 p.m., Monday through Friday, and 9:00 a.m. and 6:00 p.m. on Saturday and Sunday. G. Pile Drivers & Pneumatic HammersThe operation of any pile driver, pipe ramming, pneumatic hammer, or similar construction equipment, except between the hours of 8:00 a.m. and 6:00 p.m., Monday through Friday, and 9:00 a.m. and 6:00 p.m., Saturday and Sunday, and when so permitted, only if equipped with an effective muffling device. H. The City's Health Services Department issues variances for the Construction Work Noise Ordinance. Contractor must submit a Noise Variance Application and receive approval from the City's Health Services Department before deviating from the Working Hours listed above. The application to the Health Services Department shall be submitted at least 2 working days prior to the requested variance start date. 2.05 EXPLOSIVES A. Use: The Contractor shall not blast any rock or other materials or allow the same to be done in the prosecution of the work, unless specifically authorized In the Contract Documents. B. Safety: The Contractor is solely responsible for all damage resulting from blasting operations performed by the Contractor or its agents. The Contractor shall use the utmost care to not endanger life or damage property; and whenever ordered by the Engineer, the number and size of the charges shall be reduced. Suitable coverages or mats shall be provided to confine all materials lifted by blasting within the limits of the excavation or trench. All explosives shall be stored in a secure manner and clearly marked according to all applicable laws and regulations. C. Regulations: The Contractor shall abide by all existing Federal, State, and Local regulations regarding the use of explosives, including, but not limited to, Uniform Fire Code, Article 77, and National Fire Protection Association 495, Explosive Materials Code of the National Fire Codes. 2.06 TRAFFIC CONTROL A. General: Page 49 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC 1. The Contractor shall maintain traffic and shall provide and maintain traffic control devices according to the Contract Documents: If there is no specific traffic control plan, then the Contractors traffic control devices shall meet the requirements of and be placed according to the current edition of MUTCD. 2. During construction, areas to be maintained for traffic shall be kept clear of all hazardous materials, Including but not limited to construction debris, dust, and mud. B. Closing Streets to Traffic: 1. Upon the Engineer's approval, the Contractor may close streets or parts of streets to vehicular traffic as soon as the construction work is started; such streets or parts of streets shall remain closed as long as construction work or condition of the finished work requires. The Engineer will determine how many streets or parts of streets may be closed by the, Contractor at one time, and may refuse to allow the closing of additional streets until some of the Improvement is finished and opened to traffic. 2. The Contractor must notify the Engineer 48 hours in advance (excluding weekends or Jurisdiction holidays) of closing any roads, streets, travel lanes, alleys, or public thoroughfares. No road, street, travel lane, alley or thoroughfare shall be closed without prior approval from the Engineer. 3. The Contractor shall not remove, relocate, or reset any permanent Jurisdictional traffic control devices unless authorized to do so by the Engineer or Contract Documents: If a sign must be removed or relocated for any phase of construction, the Contractor shall notify the Engineer of the necessity for removal. The Engineer shall arrange for the removal, relocation, or resetting of permanent traffic control devices, by Jurisdictional personnel as needed to allow the work to proceed. If Jurisdictional personnel are not available, the authorized Jurisdictional representative may give authorization to the Contractor to remove, relocate, or reset the permanent traffic control devices. 4. , In the event the Contractor removes or relocates a traffic control;sign(s)without prior notice to or authorization from the Engineer, the Contractor shall bear all responsibility and liability, to any person sustaining bodily injury or property damage on account thereof. At its sole cost, the Contractor must replace the traffic control sign(s) in its original condition if directed to do so by the Engineer or the Jurisdiction., 2.07 PROTECTION OF ABOVEGROUND AND UNDERGROUND FACILITIES A. The Engineer has attempted to show on the plans all aboveground and underground facilities, including public and private utilities, which may be affected by the work. The location, depth, and size of each such facility shown on the plans is approximate only and is not guaranteed. Other underground facilities may exist and their location may not be presently known or identified. It is the Contractor's responsibility to determine the existence and exact location of all such facilities located within the construction area to avoid damage. B. Where existing facilities are shown in the Contract Documents or encountered within the construction area, it shall be the responsibility of the Contractor to notify the operators of those facilities prior to beginning any construction activities: The Contractor shall allow access to those facilities for necessary modification of services, The Contractor shall support, sustain, and protect existing pipes, conduits, poles, wires, and other apparatus located under, over, along, across, or adjacent to the work site. If such utilities are damaged through Contractor's negligence, they will be repaired by the agencies having control of same, but the cost of such repairs shall be paid by the Contractor. C. The Contractor shall, prior to commencing any excavation or other operation that may affect underground facilities, notify the "Iowa One Call" underground facility locate system, established pursuant to Iowa Code Chapter 480. The Contractor may, if requested by the operator of an underground facility, assist in the location of its facilities; provided, however, the Jurisdiction shall not be responsible to the Contractor or to any operator of an underground facility for the cost of locating such facility, or for any damage to such facility that occurs in attempting to locate it, or for any damage to the facility occasioned by the Contractor's performance of work under the contract. Ir Page 50 of 310 1 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC D. Claims for additional compensation will not be allowed to the Contractor for any interference, delay, or additional work occasioned by the location or adjustment of aboveground or underground facilities, or connections thereto. 2.08 PROTECTION OF PROPERTY A. The Contractor shall continuously maintain adequate protection of all its work from damage and shall protect the Jurisdiction's property and adjacent private property from injury or loss arising in connection with the work. The Contractor shall repair or restore any such damage, injury, or loss to Jurisdiction property or adjacent private property. B. The Contractor shall protect existing facilities, trees, and shrubs to remain in place. Contractor shall not disturb soil within 10 feet of the drip line of trees without notifying the Engineer. The Contractor shall mark the 10 foot limit from the drip line, prior to any excavation in the surrounding area. Any damage to existing trees or shrubs, branches, and root systems to remain and to be protected shall be repaired and/or pruned by an experienced tree surgeon or arborist at the Contractor's expense. If any tree or shrub damaged by the Contractor dies during the prosecution of the work or within the maintenance bond period, the Contractor shall replace the tree or shrub at their expense. 2.09 LAND MONUMENTS A. The Contractor will be required to preserve all center stones, land monuments, or other property marks the Contractor may find in prosecuting the work. The Contractor shall notify the Engineer of the finding of any land monuments and shall not remove or disturb same until permission is given to do so, at which time the Contractor shall properly remove said landmarks under the direction of the Engineer. B. For every land monument lost or destroyed by the Contractor, the Contractor may be charged, and such amount shall be deducted from any monies due or may become due to the Contractor under the contract. 2.10 DUST CONTROL A. During construction operations, the Contractor shall be responsible for the control of dust to a degree compatible with the area in which the work is being performed, and in compliance with all environmental permits and regulations, and with the City of Dubuque Code of Ordinances. In the event the Contractor does not control dust as specified, the Jurisdiction reserves the right to order dust control to be performed by other forces and withhold the cost thereof from any monies due or may become due to the Contractor under the contract. 2.11 ENVIRONMENTAL AND HISTORIC ITEMS A. If contaminated soils, historical artifacts, or other environmental or historic items are encountered, stop work and notify the Engineer. B. If contaminated soils that are not expected or described in the Contract Documents are encountered, stop work and notify the Engineer and Jurisdictional Representative. 2.12 RAILROAD CROSSINGS A. The authority for performing work beneath, at grade, or over railroad tracks will have been previously secured by the Jurisdiction. It shall be the Contractor's responsibility to contact the railroad company officials prior to beginning the work on railroad property or easements. The Contractor shall perform the work without damage to the facilities and property of the railroad or its lessees, and In strict observance of requirements for the safety of the railroad property and operations. All such work will be subject to the inspection of the railroad's representative. The Contractor shall protect, indemnify, and hold the Jurisdiction harmless from any and all damages resulting from its operations on railroad property or easements or in the construction of railroad crossings according to Section 1070, Part 3 - Bonds and Insurance. 2.13 BORROW AND WASTE SITES A. Unless borrow or waste sites are designated on the plans or specified in the special provisions, the Contractor shall secure and operate such sites at its own expense. Page 51 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC B. In all cases, borrow and waste sites shall be operated in such a manner as to meet Federal, State, and local safety, environmental, and health requirements. Site operations, or the result of such operation, that create a nuisance or result in damage to public or private property will not be permitted. In all cases, sites shall be approved by the Engineer before use. 2.14 MAINTAINING POSTAL SERVICE A. It shall be the Contractor's responsibility to contact the U.S. Postal Service to ascertain its requirements for the maintenance of postal service to residents or businesses in the vicinity of the work site according to the instructions of the Postal Service. The Contractor shall be responsible for mailboxes at temporary locations designated by the Postal Service, and at the completion of the work, the Contractor shall replace all mailboxes in locations and conditions satisfactory to the Postal Service. Not less than 24 hours prior to removing any mailbox, the Contractor shall notify each affected resident or business addressee in writing advising them of the move and the location of their temporary mailbox during construction. C. For each residential or business address affected by the work, the Contractor shall place a temporary mailbox at a location preapproved by the United States Postal Service. Temporary mailboxes shall be in place so postal service is maintained at all times. Any permanent mailbox that must be removed shall be stored on the property from which it is removed and at a sufficient distance from the work area to ensure it will not be damaged by construction activities and shall be reinstalled to its original or like new condition at the conclusion of the work. 2.15 FINISHING AND CLEANUP REQUIREMENTS A. From time to time, as may; be ordered by the Engineer, and immediately after completion of the improvement, the Contractor shall, at its expense, cleanup and remove all refuse and unused materials of any kind resulting from the work. Upon failure to do so within three working days after such request by the Engineer, the work may be done by the Jurisdiction and the cost thereof charged to the, Contractor and deducted from its final payment. Upon completion of the work, the Contractor shall remove all its equipment and put the area of the work in a neat and clean condition and do all other cleaning necessary to complete the work in a workmanlike manner satisfactory to the Engineer. PART 3 - BONDS AND INSURANCE 3.01 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND A. The lowest responsive, responsible bidder shall be required to file, before the contract is executed, a surety bond for performance, payment, and/or maintenance on a form provided by the Jurisdiction and in penal sum equal to the total contract amount Said bond shall be executed by a corporation authorized to contract as a surety in the state of Iowa. Said bond shall be provided in the specified number of copies as a part of the executed Contract Documents for the Jurisdiction's approval and execution. B. Said bond shall provide that the Contractor shall well and satisfactorily perform and execute the work in all respects, according to the Contract Documents therefore, and according to the time and conditions of the Contract Documents, and also that the Contractor shall pay all debts incurred by it in the prosecution of such work, including those for labor and materials furnished. Said`. bond may also provide for the maintenance of the improvement for the number of years stipulated in the Contract Documents, and shall remain in full force for the entire maintenance period: Said bond shall in all cases comply with the laws of the State of Iowa and shall be subject to the approval of the Jurisdiction. C. Within the time period specified in the maintenance portion of the bond, the Contractor shall, as and when ordered in writing by the Jurisdiction, repair,replace, or rebuild such portions of the work found to be faulty because of materials, equipment or workmanship. After being notified of the need for repairs, the Contractor shall submit, within ten calendar days, a written report stating its intentions and schedule for completing the repairs for approval by the Jurisdiction. If the Contractor fails to submit such written report or to make the repairs as approved by the Jurisdiction, the Jurisdiction shall have the right to make such repairs and to collect from the Contractor or its surety all outlay and expense the Jurisdiction incurs in making the repair, and in attempting to enforce the terms of the contract and the bond against the Contractor and its surety. Persistent failure by the Contractor to make such repairs may constitute Page 52 of 310 .,I A Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC grounds for disqualification of the Contractor as a not responsible bidder from bidding on future Jurisdiction projects. D. Products and completed work must be maintained for the duration of the project work and until the Substantial Completion Certificate is issued, and must be maintained for a period of two (2) years after Final Acceptance of the Project as detailed in the Contract Documents Manual Section 00600 - Performance, Payment and Maintenance Bond. If any warranty language in a special provision conflicts with the requirement of the project's Performance, Payment and Maintenance Bond, the language in the Performance, Payment, and Maintenance Bond will supersede the warranty requirements. Any other provisions in the warranty language not in conflict with the Performance, Payment, and Maintenance Bond shall survive and remain in full force and effect during the warranty period. 3.02 INSURANCE REQUIREMENTS A. The Contractor must purchase and maintain insurance for the project in accordance with the City of Dubuque Insurance Schedule F located in the Construction Documents Manual. B. See Insurance Schedule F provided by the Jurisdiction, located in the Contract Documents Manual. 3.03 CONTRACTOR'S INDEMNITY - CONTRACTUAL LIABILITY INSURANCE A. See Insurance Schedule F provided by the Jurisdiction, located in the Contract Documents Manual. 3.04 CONTRACTOR'S INSURANCE FOR OTHER LOSSES; WAIVER OF SUBROGATION A. The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools owned by the mechanics; or any tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, its subcontractors or consultants, suppliers, third parties, or the agents, officers, or employees of any of them; or to any shed or other temporary structures, scaffolding and stagings, protective fences, and bridges belonging to the Contractor, its subcontractors or consultants, suppliers, third parties, or the agents, officers, or employees of any of them, not covered by the Jurisdiction's Builders Risk Insurance. B. Contractor shall cause each of its subcontractors, consultants, suppliers, third parties, or the agents of any of them, to carry insurance as required by the Jurisdiction's Insurance Schedule F, to cover all loss to such materials, tools, motor vehicles, and equipment. All insurance carried by the Contractor, or its subcontractors, consultants, suppliers, third parties or the agents of any of them, covering risk of loss or damage to materials, tools, motor vehicles, and equipment used in the performance of the Work, shall provide a waiver of subrogation against the Jurisdiction. To the extent that any subcontractors, consultants, suppliers, third parties or the agents of any of them, do not provide such coverages, any uninsured loss shall be the sole responsibility of the Contractor. 3.05 PROPERTY INSURANCE A. When stated in the special provisions, the Jurisdiction shall purchase and maintain property insurance, a.k.a. Builder's Risk Insurance, in the amount of the initial bid amount, or in an amount equal to the estimated value of actual building construction, whichever is less, as well as applicable modifications thereto for the entire work at the site on a replacement cost basis. Such property insurance shall be maintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final acceptance of the work by the Jurisdiction. The insurance shall include interests of the Jurisdiction, the Contractor, subcontractors, and sub -subcontractors in the work: This property insurance covering the work will have a deductible of $5,000 for each occurrence, or as stated in the special provisions, which will be the responsibility of the Contractor. This property insurance covering the work will have a deductible of $25,000 for each occurrence, or as stated in the special provisions, which will be the responsibility of the Contractor. B. Property insurance shall be on an all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including, without duplication of coverage, flood and earthquake, theft, vandalism, malicious mischief, collapse, falsework, temporary buildings and debris removal, including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for the Jurisdiction's services and expenses required as a result of such insured loss. Coverage for other perils shall not be required unless otherwise provided in the Contract Documents. Page 53 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC C. Unless otherwise provided in the Contract Documents, this property insurance shall cover portions of the work stored off the site, after written approval of the Jurisdiction, at the value established in the approval, and portions of the work in transit. Coverage for work stored off the site and in transit will be not less than 10% of the policy amount. D. Boller and Machinery Insurance: The Jurisdiction, at the Jurisdiction's option, may purchase and maintain Boiler and Machinery Insurance required by the, Contract Documents or by law, which shall specifically cover such insured objects during installation and until final acceptance by the Jurisdiction; this insurance shall include interest of the Jurisdiction, Contractor, subcontractors, and sub -subcontractors in the work, and the Jurisdiction and Contractor shall benamed insureds. E. Loss of Use Insurance: The Jurisdiction, at the Jurisdiction's option, may purchase and: maintain insurance to insure the Jurisdiction against loss of use of the Jurisdiction's property due to fire or other hazards, however caused. In the event the Jurisdiction purchases such insurance, the Jurisdiction shall waive all rights of action against the Contractor for loss of use of the Jurisdiction's property, including consequential losses due to fire or other hazards, however caused. F. If the Contractor requests in writing that insurance for risks other than those described, herein or for other special hazards be included in the property insurance policy, the Jurisdiction shall, if possible, include such insurance, and the cost thereof shall be charged to the Contractor by appropriate change order. G. If during the project construction period, the Jurisdiction insures properties, real or personal or both, adjoining or adjacent to the site by property insurance under policies separate from those insuring the project or if after final acceptance, property insurance is to be provided on the completed project through a policy or policies other than those insuring the project during the construction period, the Jurisdiction shall waive all rights according to the terms of Section 1070, 3.05, I, for damages caused by fire or other perils covered by this separate property Insurance. All separate policies shall provide this waiver of subrogation by endorsement or otherwise. H. Before an exposure to loss may occur, the Jurisdiction shall file with the Contractor a copy of each policy that includes insurance coverages required by this section: Each policy shall contain all generally applicable conditions, definitions, exclusions, and endorsements related to this projects Each policy shall contain a provision that the policy will not be cancelled or allowed to expire until at least 30 calendar days prior written notice has been given to the Contractor. I. Waivers of Subrogation: The Jurisdiction and Contractor waive all rights against (1) each other and any of their subcontractors, sub -subcontractors, agents, and employees, each of the other; and (2) the Jurisdiction's consultants, separate contractors, if any, and any of their subcontractors, sub - subcontractors, agents, and employees, for damages caused by fire or other perils to the extent covered by property Insurance obtained pursuant to this section or other property insurance applicable to the work, except such rights as they have to proceeds of such insurance held by the Jurisdiction as fiduciary. The Jurisdiction or Contractor, as appropriate, shall require of the Jurisdiction's consultants, separate contractors, if any, and the subcontractors, sub -subcontractors, agents, and employees of any of them, by appropriate agreements; written where legally required for validity; similar waivers each in favor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. A loss insured under the Jurisdiction's property insurance shall be adjusted by the Jurisdiction as fiduciary and made payable to the Jurisdiction as fiduciary for the insureds, as their interest may appear, subject to requirements of any applicable mortgagee clause and of Section 1070, 3.05, K. The Contractor shall pay subcontractors their shares of insurance proceeds received by the Contractor, and by appropriate agreements, written where legally required for validity, shall require subcontractors to make payments to their sub- subcontractors In a similar manner. J. IL Page 54 of 310 I 1 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1070 - LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC K. The Jurisdiction as fiduciary shall have power to adjust and settle a loss with insurers unless one of the parties in interest shall object in writing within five calendar days after occurrence of loss to the Jurisdiction's exercise of this power; if such objection be made, arbitrators shall be chosen according to Section 1040, 1.10, D, 1070, 1.12, provided one arbitrator shall be appointed by the Jurisdiction, one by the party in interest making objection, and the third to be appointed by the two arbitrators thus chosen. Arbitration shall thereafter proceed as provided in Section 1040, 1.10, E through G. 1070, 1.12. The Jurisdiction as fiduciary shall, in that case, make settlement with insurers according to the direction of such arbitrators. If distribution of insurance proceeds by arbitration is required, the arbitrators will direct such distribution. L. Partial occupancy or use of the work shall not commence until the insurance company or companies provided property insurance have consented to such partial occupancy or use by endorsement or otherwise. The Jurisdiction and the Contractor shall take reasonable steps to obtain consent of the insurance company or companies and shall, without mutual written consent, take no action with respect to partial occupancy or use that would cause cancellation, lapse, or reduction of insurance. M. Installation Floater: Under contracts where the Jurisdiction does not provide Builders Risk Insurance, the Jurisdiction may by special provision require the Contractor to provide coverage under an "Installation Floater" covering all materials, fixtures, equipment, and supplies provided for the job. Such insurance shall be on an "all risk" form in an amount equal to the maximum value of such materials, equipment, or supplies covered on the job site, off -premises at any temporary storage location, or in transit. The Installation Floater covering the equipment shall have a maximum deductible no greater than $5,000 for each occurrence, which will be the responsibility of the Contractor. 3.06 ENDORSEMENT NAMING JURISDICTION AS AN ADDITIONAL INSURED / CANCELLATION AND MATERIAL CHANGE / GOVERNMENTAL IMMUNITIES ENDORSEMENT A. See Insurance Schedule F provided by the Jurisdiction, located in the Contract Documents Manual. 3.07 PROOF OF INSURANCE A. See Insurance Schedule F provided by the Jurisdiction, located in the Contract Documents Manual. 3.08 NOTIFICATION IN EVENT OF LIABILITY OR DAMAGE A. Upon the occurrence of any event, the liability for which is herein assumed by the Contractor, the Contractor agrees to forthwith notify the Jurisdiction in writing of such happening, which notice shall give the details as to the happening, the cause as far as can be ascertained, the estimate of loss or damage done, the names of witnesses, if any, and stating the amount of any claim. B. In the event the Jurisdiction has or obtains actual knowledge of any event that may result in a claim, the liability for which is herein assumed by the Contractor, the Jurisdiction agrees to notify the Contractor of such event within a reasonable period of time after acquiring knowledge thereof; provided however, the Jurisdiction shall have no duty to inspect the project to obtain knowledge of such events; and provided further the Jurisdiction's failure to so notify the Contractor shall not relieve the Contractor of any liability or obligation herein assumed by the Contractor. 3.09 SAMPLE INSURANCE FORMS A. Sample forms will be provided by the Jurisdiction and included in the Contract Documents Manual. END OF SECTION Page 55 of 310 [Page Intentionally Left Blank] Page 56 of 310 1 1 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080 - PROSECUTION AND PROGRESS SECTION 1080 - PROSECUTION AND PROGRESS 1.03 SUBLETTING OR ASSIGNMENT OF CONTRACT A. Work by Contractor: 1. The Contractor shall not assign this Contract to another person, firm, or corporation without the prior consent of the Jurisdiction. The Jurisdiction may refuse to approve a proposed assignment of contract if such assignment would not be in the best interests of the Jurisdiction, or if such assignment would be contrary to law or public policy. An assignment of contract and all subcontracts shall be in writing. B. Permission to Sublet: 1. The Contractor shall not sublet, assign, or otherwise dispose of any portion of the contract, except for the furnishing and transportation of materials, without a written "permission to sublet" order duly approved by the Jurisdiction. 2. Requests for permission to sublet, assign, or otherwise dispose of any portion of the contract shall be in writing and shall provide the name, address, telephone number, and representative of the organization that will perform the work, a description of the work is to be sublet, and the associated cost. When requested by the Engineer, the Contractor shall provide a written report showing the organization that will perform the work is particularly experienced and equipped for such work. 3. Consent to sublet, assign, or otherwise dispose of any portion of the contract shall not be construed to relieve the Contractor of any responsibility for the fulfillment of the contract or in any way create any contractual relationship between the subcontractor and the Jurisdiction. C. Subcontracts: 1. Prior to commencing work at the site, the Contractor shall provide a complete list of all subcontractors that will be performing work on the Project that includes the name of the company, business address, site superintendent or person in charge, their email address and 24—hour mobile phone number. For any subcontract, subletted or otherwise disposed of portion of the Contract, the Contractor shall provide in writing a description of the work to be performed by each subcontractor, and the associated cost. When requested by the Engineer, the Contractor shall provide a written report showing the organization that will perform the work is particularly experienced and equipped for such work. 2. Upon request of the Jurisdiction, the Contractor shall provide a copy of each subcontract agreement and proof of insurance within 5 business days of receiving the request. 3. The Contractor shall be responsible to include all conditions and requirements of the Contract Documents in all its subcontracts and enforce said requirements with its subcontractors. 1.02 CONTRACT TIME A. In accordance with the completion dates specified in the contract Section 00800 of the Contract Documents, the contract time shall be the time starting 10 calendar days after the date listed in the Notice to Proceed to the date specified for completion as shown in Section 00800, both dates inclusive. The contract time may be extended by the Jurisdiction by change order as provided in these specifications, in which event the contract time shall include the new extension of working days or completion dates. If the Contractor fails to complete the Contract by said time, the Agreed Costs of Delay will be assessed against it as specified in Section 1080, 1.12. 1. Completion Date Contracts: a. The Contractor shall complete the contract on or before the completion dates listed in the construction documents manual. The Contractor may commence work any time after but not before receipt of the Jurisdiction's signed Notice to Proceed. Section 1080, 1.06 shall not apply to Completion Date Contracts. Agreed Costs of Delay will be assessed according to Section 1080, 1.12 for each calendar day beyond the contract times stipulated in the Contract Documents that the Project remains uncompleted. The work must not start unless the Contract is full executed by the Contractor and Jurisdiction. Page 57 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080- PROSECUTION AND PROGRESS 2. Working Day Contracts: a. Specified Start Date: Working days will be charged to the Contractor starting 10 calendars after the date listed on the Notice to Proceed. Approval to start work prior to the specified start date will be considered by the Jurisdiction upon written request, from the Contractor. If approval is authorized, working days will be charged when the work starts. The work must not start unless the Contract is fully executed by the Contractor and Jurisdiction. B. Milestone dates may designated for completion of a specific item or certain designated portions of the work. The contract times and the agreed costs of delay, for each milestone will be listed in Section 00800 of the Contract Documents. 1.03 WORK PROGRESS AND SCHEDULE A. The progress of the work shall be at a rate sufficient to complete the contract within the time allowed. The Contractor's sequence of operations shall be such as to cause as little inconvenience to the general public as possible. B. After being awarded the contract, and as specified in the Contract Documents, the Contractor shall immediately prepare and submit to the Engineer for approval a progress schedule that will ensure the completion of the project within the time specified. Adequate equipment and forces shall be made available by the Contractor to start work immediately upon issuance of the Notice to Proceed by the Jurisdiction and to prosecute the work to completion according to schedule and within the time specified. The Contractor shall create and maintain the progress schedule in accordance with associated special provision. C. If it appears the rate of progress is such that the Project will not be completed within the contract time, or if the work is not being executed in a satisfactory and workmanlike manner, the Jurisdiction may order the Contractor to take such steps as necessary to complete the Project within the contract time specified or to prosecute the work in a satisfactory manner. If the Contractor fails to comply with such order within two weeks after receipt of the order, the Jurisdiction will have the right to declare the contract in default. D. Unless otherwise specified in the Contract Documents, the Contractor shall give notice to all utilities, and public agencies time for starting and for completion of its work. E. Unless otherwise specified In the Contract Documents, the Contractor shall give notice to all utilities, and public and private agencies, abutting property owners, and all others affected by Is operations notice of any detours, locations of alleys to be closed. Such notice shall include the names of streets impacted by the detour, duration of the detour, and when possible the detour routes. Notification shall be made three business days in advance to provide proper re-routing of traffic and erecting of signs before the work is to begin. F. The Contractor shall properly coordinate and expedite its work in such a manner as to cause the least amount of conflict and interference between its operations and those of all others affected by its operations. Any or all damages or claims resulting from the improper or insufficient notification of all others affected by its operations shall be the responsibility of the Contractor. 1.04 PROJECT SCHEDULE— FOR CONTRACT AWARD AMOUNTS LESS THAN $3,000,000 A. Initial Acceptance of Preliminary Project Schedule: No later than 5 days after the date of the Notice to Proceed, Contractor shall submit a schedule to the Jurisdiction and Engineer in electronic format for review. After receipt of comments on the schedule by the Jurisdiction and Engineer, Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedule. No progress payment shall be made to Contractor until an acceptable Preliminary Project Schedule is approved by either Jurisdiction or Engineer. 1. The Preliminary Project Schedule will be acceptable if It: a. Presents the Contractor's planned work for the first 90 calendar days of the project. The balance of the contract duration may be summary in nature but must show the planned starting and ending dates for the various parts of work, including milestones. b. The Preliminary Project Schedule will be a critical path schedule prepared utilizing acceptable industry standard scheduling practices. Page 58 of 310 11 1 Il la l Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080 - PROSECUTION AND PROGRESS c. A proposed listing of subcontractors and major materials and equipment suppliers. The list shall include any proposed material or equipment substitutions. d. The preliminary Progress Schedule submittal shall include: I. PDF printout of the Contractor's schedule. II. Electronic copy of the schedule submittal file in native backup format (*.pdf, *.xlsx, *.mpp, *.xer, *.stx, *.prx etc.); III. A Schedule of Values if requested by the Jurisdiction. 2. Approval of the schedule shall not create for Jurisdiction or Engineer any responsibility for the Project Schedule, including but not limited to sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor. B. Final Project Schedule: Within 45 calendar days after the Date of the Notice to Proceed (unless otherwise specified), the Contractor shall submit to Engineer for timely review: 1. A Final Project Schedule indicating the times (numbers of days and dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents representing the Contractor's planned work for the duration of the project. a. The Final Project Schedule shall be a critical path schedule prepared utilizing acceptable industry standard scheduling practices. b. Each activity shall include the planned duration to complete the work. c. Schedule of required project submittals for the project's full duration. d. The Final Project Schedule submittal shall include: e. An electronic copy of the schedule submittal file (*.pdf, *.xlsx, *.mpp, etc.) C. Acceptance of Final Project Schedule: Within 10 calendar days of the Final Schedule submission, Jurisdiction and Engineer shall submit comments to Contractor. Contractor shall have an additional 10 calendar days to make corrections and adjustments and to complete and resubmit the schedule. After the Final Project Schedule is due to be initially submitted, no progress payment shall be made to Contractor until an acceptable Final Project Schedule is approved by either the Jurisdiction or Engineer. 1. The Final Project Schedule will be acceptable to Jurisdiction or Engineer if it: a. Provides an orderly progression of the Work to completion within the Contract Times and completion dates. Such acceptance will not impose on Jurisdiction or Engineer responsibility for the Project Schedule in any way, including but not limited to sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor; and b. Meets the requirements outlined in Section 1080, 1.04.; and c. Contractor's Schedule of Submittals will be acceptable to Jurisdiction or Engineer if it provides a workable arrangement for reviewing and processing the required submittals. The schedule for shop drawings shall show all submittals complete before 25% of completion of the Work and the schedule for required maintenance manuals shall show all submittals complete before 50% of completion of the Work. 1.05 PROJECT SCHEDULE— FOR CONTRACT AWARD AMOUNTS $3,000,000 OR GREATER A. Initial Acceptance of Preliminary Project Schedule: No later than 10 days after the date of the Notice to Proceed, Contractor shall submit a schedule to the Jurisdiction and Engineer in electronic format for review. After receipt of comments on the schedule by the Jurisdiction and Engineer, Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedule. No progress payment shall be made to Contractor until an acceptable Preliminary Project Schedule is approved by either Jurisdiction or Engineer. 1. The Preliminary Project Schedule requirements: Page 59 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080 - PROSECUTION AND PROGRESS a. The schedule shall present in detail, the Contractor's planned work for the first 90 calendar days of the project. The balance of the contract duration may be summary in nature but must show the planned starting and ending dates for the various parts of work, including milestones. b. The Preliminary Protect Schedule will be a critical path schedule prepared utilizing acceptable industry standard scheduling practices and software. c. Each activity will include the planned quantities of work in place and the planned man-hours to complete the work. d. The Preliminary Project Schedule submittal shall include: I. PDF printout of the Contractor's schedule. II. A written narrative identifying the Contractor's plan to execute the work, including the planned critical path, major equipment required; and major phasing/sequence required to complete the work. III. An initial schedule of required project submittals for the projects full duration. IV. A proposed listing of subcontractors and major material and equipment suppliers. The list shall includeany proposed material or equipment substitutions. V. A Schedule of Values if requested by the Jurisdiction. VI. Electronic copy of the schedule submittal file in native backup format (*.mpp, *xer, *.stx, *.prx etc.); 2. The Preliminary Project Schedule will be acceptable if it: a. Provides a reasonable sequence for the Work to be completed within the Contract Times and completion dates. b. Approval of the schedule shall not create for Jurisdiction or Engineer any responsibility for the Project Schedule, including but not limited to sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 3. Contractor's Schedule of Submittals will be acceptable to Jurisdiction or Engineer if it provides a workable arrangement for reviewing and processing the required submittals. The schedule for shop drawings shall show all submittals complete before 25% of completion of the Work and the schedule for maintenance manuals shall show all submittals complete before 50% of completion of the Work. 4. Contractor's Schedule of Values will be acceptable to the Jurisdiction If it distributes the Contract Price to the major schedule activities in justifiable amounts, proportional to their cost of the work. B. Final Project Schedule: Within 45 calendar days after the Date of the Notice to Proceed (unless otherwise specified), the Contractor shall submit to Engineer for timely review: 1. A Final Project Schedule indicating the times (numbers of days and dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents representing in detail, the Contractor's planned work for the duration of the project. a. The Final Project Schedule shall be a critical path schedule prepared utilizing acceptable industry standard scheduling practices and software. b. Each activity shall include the planned quantities of work in place and the planned man-hours to complete the work. c. The Final Project Schedule submittal shall include: I. PDF printout of the Contractor's schedule.:. II. A written narrative identifying the Contractor's plan to execute the work, including the planned critical path, major equipment required, and major phasing/sequence required to complete the work. III. Electronic copy of the schedule submittal file in native backup format (*.mpp, *.xer, *.stx, *.prx etc.) I: Page 60 of 310 1 11 'I it Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080 - PROSECUTION AND PROGRESS C. Acceptance of Final Project Schedule: Within 14 calendar days of the Final Schedule submission a conference attended by Contractor, Engineer, and others as appropriate will be held to review the schedules submitted in accordance with Article 1.05.B. Contractor shall have an additional 10 calendar days to make corrections and adjustments and to complete and resubmit the schedules. After the Final Project Schedule is due to be initially submitted, no progress payment shall be made to Contractor until an acceptable Final Project Schedule is approved by either the Jurisdiction or Engineer. 1. The Final Project Schedule will be acceptable to Jurisdiction or Engineer if it: a. Provides an orderly progression of the Work to completion within the Contract Times and completion dates. Such acceptance will not impose on Jurisdiction or Engineer responsibility for the Project Schedule in any way, including but not limited to sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor's full responsibility therefor; and b. Meets the requirements outlined in Section 1080, Article 1.05.; and 2. Contractor's Schedule of Submittals will be acceptable to Jurisdiction or Engineer if it provides a workable arrangement for reviewing and processing the required submittals. The schedule for shop drawings shall show all submittals complete before 25% of completion of the Work and the schedule for required maintenance manuals shall show all submittals complete before 50% of completion of the Work. 3. Contractor's Schedule of Values will be acceptable to the Jurisdiction if it distributes the Contract Price to the major schedule activities in justifiable amounts, proportional to their cost of the work. 1.06 PRECONSTRUCTION CONFERENCE A. Before starting any work at the site, the Engineer shall coordinate and lead a preconstruction conference. The Engineer, Jurisdiction, Contractor and the intended subcontractors, if known, shall participate in this conference. The Engineer may invite representatives of railroads, utilities and others having responsibilities or interest in the work. The Engineer shall determine the agenda for the conference and the Contractor shall prepare and provide information requested by the Engineer for the conference. Items to be included on the agenda include but are not limited to review of the Preliminary Project Schedule, the process to submit and review required submittals, finalization of authorized representatives for the parties by completion of Section 00101- Project Directory Page, pay application processing, and keeping of as -built records. 1.07 NOTICE TO PROCEED A. The return of the signed and executed contract to the Contractor shall serve as notice the contract bond is acceptable, the contract is in force, and the Contractor may complete arrangements for materials and other work according to the Contract Documents. B. The Contractor shall begin work as specified in the Notice to Proceed issued by the Jurisdiction and shall prosecute the work vigorously and continuously to completion, except when it is physically impossible to do so due to weather conditions or other unavoidable delays. The necessity of discontinuing and resuming work on any portion of the contract shall be determined solely by the Jurisdiction. C. The Jurisdiction may, if provided for in the Contract Documents, give a limited Notice to Proceed as to any portion of the work under the contract. 1.08 WEEKLY RECORD OF WORKING DAYS A. On contracts with completion provisions based upon working days, the Engineer will furnish the Contractor a weekly statement showing the number of working days charged to the Contractor for the preceding week, the number of working days specified for completion of the project, the number of working days remaining to complete the contract, and the revised date for completion. B. Working days will be charged under the following circumstances: 1. Prior to Commencement of Work: Beginning on the date designated in the Notice to Proceed, or beginning on the specified starting date or as soon thereafter as provided in the specifications, a working day will be charged for every calendar day other than Saturday, Sunday, or a recognized legal holiday. Page 61 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080 - PROSECUTION AND PROGRESS Working days will be charged for Saturdays if a mandatory six -day work week is specified in the Contract Documents. 2., After Commencement of Work: One full working day will be charged for any weekday, exclusive of Saturdays, Sundays, or a recognized legal holiday, when weather or other conditions (not under control of the Contractor) will permit construction operations to proceed for not less than 3/4 of a normal workday in the performance of a controlling item of work as determined by the Engineer. If such conditions allow operations to proceed for at least 1/2 but less than 3/4 of the normal working hours, one-half working day will be charged. 3. Upon written notice to the. Contractor, the Engineer may suspend charging of working days on substantially completed contracts for up to 30 calendar days when only cleanup of the project site or minor work items remain. If the designated time has expired and the remaining work items and site cleanup remain uncompleted, the Engineer may restart charging of working days effective at the end of the designated period by providing written notice to the Contractor. 4. Working days will not be charged for Saturdays, Sundays, and recognized Jurisdiction legal holidays that the, Contractor does not work (unless a mandatory extended work week is specified in the Contract Documents). Working days will be charged for Saturdays, Sundays, and recognized legal holidays that the Contractor does work. C. Any objection by the Contractor to such weekly determinations shall be deemed waived and shall not thereafter be made the basis of any claim, unless the Contractor shall, within seven calendar days after receipt of a weekly statement, file with the Engineer its written protest setting forth its objections and reasons. If the Contractor's objection to the working day count is made on the grounds it was unable to work due to causes beyond its control, the Contractor shall state its reasons in writing, furnish proof to establish its claim, and state the approximate number of calendar days it estimates it was delayed. The Engineer shall then determine the appropriate number of working days to be charged under the contract. 1.09 WORK ON SUNDAYS OR LEGAL HOLIDAYS A. Except when an accelerated work schedule is required in the Contract Documents, no work requiring inspection will be allowed on Saturdays, Sundays or holidays observed by the Jurisdiction unless permission is obtained from the Engineer in advance of the work. The Contractor is responsible for obtaining a list of holidays observed by the Jurisdiction for consideration in developing their bid and progress schedule. B. Work that may be required to properly maintain or protect completed or partially completed construction, or to maintain', lights and barricades, will be permitted on Saturdays, Sundays or holidays without specific permission of the Engineer. 1.10 TEMPORARY SUSPENSION OF WORKING DAYS A. When, in the judgment of the Engineer; unfavorable weather makes it impractical to secure acceptable results or other conditions warrant an order to suspend working days, the Engineer shall issue to the Contractor a written order to suspend working days wholly or on any part of the contract. When conditions are again favorable for prosecution of the working days, the Engineer shall issue to the Contractor a written order to resume the suspended working days. Orders to suspend working days will not be written for short intermittent shutdowns of three (3) days or less due to weather conditions. The Contractor shall take every precaution to prevent any damage or unreasonable deterioration of the work during the time of suspended operations. 1.11 EXTENSION OF TIME A. Allowances for Delays: The Contractor expressly covenants and agrees that in undertaking to complete the work within the contract time, it has taken into consideration and made allowance for all delays and hindrances that would ordinarily be anticipated in performing such work. B. Request for Extension of Time: 1. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefore as provided in Section 1080 — Prosecution and Page 62 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080 - PROSECUTION AND PROGRESS Progress 1.09 B. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Jurisdiction, acts or neglect of utility owners or other contractors performing other work as contemplated by Section 1050 — Control of Work 1.04, fires, floods, epidemics, abnormal weather conditions, or acts of God. 2. If Jurisdiction, Engineer, or other contractors or utility owners performing other work for Jurisdiction as contemplated by Section 1050 — Control of Work 1.04, or anyone for whom Jurisdiction is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Time. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. 3. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Jurisdiction, or other causes not the fault of and beyond control of Jurisdiction and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for these delays. 4. Jurisdiction, Engineer, and their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or In connection with any other project or anticipated project. 5. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of the Contractor. 6. Whenever the Contractor becomes aware of its inability to complete the work under the contract within the contract period; it shall request an extension in writing no later than seven (7) calendars after the event that occurred to cause such delay. The request shall be submitted to the Engineer for consideration by the Jurisdiction. The request for an extension of time is the sole and exclusive remedy for the Contractor for the events listed below, except for time extensions granted in approved change orders. The submission of a request for extension of time shall not guarantee such extension will be granted by the Jurisdiction. 7. The following items, when they impact the project's critical path, may be a justification for extension of time: a. Weather: Extension of time due to abnormal weather conditions at the site may be requested when conditions are so unusual or severe as not to be reasonably anticipated when considering local annual weather records and patterns. An average or usual number of inclement working or calendar days when work cannot proceed are to be anticipated during the construction time and are not to be considered as warranting an extension of time. b. Other Jurisdiction Work: An extension of time may be requested for delays caused by the noncompletion of work by the Jurisdiction or other Jurisdiction contractors, provided such noncompletion is the sole and only cause of delay, and where the Contractor has available on the site of the work all equipment, material, and labor necessary to proceed with the work. c. Change Orders: An extension of time may be requested for delays caused by the issuance of a change order, where the work occasioned by the change order is the sole and only cause of the impossibility to complete the work within the specified time. Any extension of time must be requested, approved and incorporated into the change order, at the time all parties sign the change order. d. Work Stoppage: An extension of time may be requested for delays caused by a general work stoppage in the area or a work stoppage affecting this project that is beyond the control of the Page 63 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080 - PROSECUTION AND PROGRESS Contractor, or where the Contractor has taken in good faith all steps made available to it by law to resolve the causes thereof and to terminate such work stoppage. Such an extension of time must be requested within fourteen (14) calendar days of the first day of the work stoppage. e. Acts by U.S. Government: An extension of time may be requested for delays caused by any act taken by the United States Government that would affect fabrication or delivery of materials or equipment to the work site. Such an extension of time must be requested within fourteen (14) calendar days from the first day the Contractor becomes aware of the government act. f. Court Proceedings: An extension of time may be requested for delays caused by any court proceedings. Such an extension of time must be requested within fourteen (14) calendar days of the conclusion of any court proceedings. g. Other Delays: Such an extension of time may be requested for other delays encountered by the Contractor beyond its control and that make it impossible for the Contractor to complete the contract within the specified time. An extension of time must be made within seven (7) calendar days of the first day the Contractor becomes aware of the event causing the delay. C. Time Extension Request - Submittal Requirements: Contractor shall provide a Request for Time Extension Narrative containing the following for a determination by the Jurisdiction: 1. Justification of the Delay a. Entitlement. Demonstrate there is entitlement for the delay in the form of a narrative. b. Show that Float time is used in full. In order for an impact to be considered, the float time in the affected activities must be consumed and exceeded by the delay event. c. Entitlement. Demonstrate there is, entitlement for the delay in the form of a narrative. d. No concurrent delay. Evaluate the as -built schedule to insure no concurrent delays were ongoing during the delay period which are the responsibility of the Contractor. 2. Submission Requirements. The Contractor shall prepare and include in its Request for Time Extension the following: a. Time Impact Narrative. The prepared narrative shall include the following: I. Affected Activities. A list of affected activities with their associated project schedule activity number. II. Explanation of the causes of the change. Provide a description of the change and the resulting impact to the subsequent activities. III.:. Analysis of Time Impact. See,"3, Time Impact Analysis" below. IV._ < Sub -network of the Affected Area. b. Time Impact Analysis Reports. Include the following schedule generated: I. Critical Path and Affected Sub -network. In the "Pre -Impact" schedule filter and include only the Critical Path and Affected Sub -network and reflect in a Gantt Chart view with logic ties shown. II.- Delay Fragnet: In the "Pre -Impact" schedule, filter and include only the Delay Fragnet and reflect in a Gantt Chart view with logic ties shown. III. "Pre -Impact" vs "Post Impact Long. Path Target Comparison. In the "Post Impact" schedule, filter and: include only the Critical Path and Affected Sub -network and reflect in a Gantt Chart view with logic ties shown. Include a Target Comparison to the "Pre -Impact" schedule. IV. "Pre -Impact" vs "Post Impact" Target Comparison. In the "Post Impact" schedule, filter and include only the activities in progress or not started at the commencement date of the delay, and reflect in a Gantt Chart view with logic ties shown. Include a Target Comparison to the "Pre - Impact" schedule. c. Electronic Schedule Files. Provide the electronic schedule files, in native format, utilized in the preparation of the Time Impact Analysis. 11 Page 64 of 310 Il Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080 - PROSECUTION AND PROGRESS 3. Time Impact Analysis. For requests of time extensions less than 2 weeks, use the most recent schedule update at the time the construction direction was issued or event causing the delay commenced. For requests of time extensions over 2 weeks, see "4. Additional Analysis Requirements" below. a. Schedule Update for Analysis. I. Identify the appropriate update for use in the analysis. II. The analysis should begin at the time the issue or delay was encountered. Therefore, the appropriate update to be used is the previous update before the issue or delay event is encountered. This update is considered the 'Pre -Impact" update. III. In other words, if a delay began on July 14, 2014, the July 01, 2014 update would be the appropriate schedule update to be used. b. Identify the Critical Path and the Affected Sub -network of the "Pre -Impact" update. Code the original activities that are affected, preceding and succeeding, with a "TIA#" (Time Impact Analysis Number) activity code for filtering and sorting. c. Fragnet Development. A fragnet represents a series of activities which identify the activities and timeline associated with the delay. I. Develop applicable fragnet including but not limited to: • RFI/notice response time, if applicable • Issuance of Cost Proposal Request (CPR) • Proposal response preparation time by Contractor • Jurisdiction review and approval time (contract duration, typically 14 calendar days) • Jurisdiction Work Change Directive or Change Order preparation time • Submittal preparation time • Jurisdiction Submittal review time (contract duration, typically 14 calendar days) • PO/Subcontract negotiation period as required • Material Procurement duration • Additional Scope of Work performance II. While developing a fragnet for delays already incurred, reflect the actual durations and dates in the fragnet. d. Delay Calculation. The following steps outline the delay calculation process: 1. Identify the project completion date contained in the "Pre -Impact" update. 11. Insert the developed fragnet into a copy of the appropriate ("Pre -Impact") update. III. Tie the fragnet with logic to the "Affected Activities". IV. Do not make any other logic or duration changes to the schedule. V. Re -calculate the "Impacted" update. VI. Evaluate the inserted fragnet and affected activities to insure the dates reflect the as built condition. VII. Compare the completion date of the "Impacted" updated to the "Pre -Impact" update. VIII. The variance is the delay. e. Concurrency Analysis. In the event the appropriate update is from a prior period, copy the most recent update and apply the fragnet to determine any concurrent issues. 4. Additional Analysis Requirements. For requests of time extensions over 2 weeks, the Jurisdiction may request an interim schedule update be produced by the Contractor with the Data Date equivalent to the date the delay commenced in order to reflect the status of the project at that time. D. Claims for Damages: The Contractor shall have no claim for damages for any extensions or delays provided or mentioned in the preceding portions of this section; but the Contractor shall, in such cases, be allowed to petition for such extension of time as the Jurisdiction may grant in writing on account of such delay, provided, however, the claim for such extension of time is made by the Contractor in writing to the Jurisdiction immediately after any such delay occurs. Page 65 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080 - PROSECUTION AND PROGRESS E. Documentation Required for Extension: No extension of time shall be granted or recognized except as specifically approved by the Jurisdiction In writing to the Contractor. Oral representations or agreements by Jurisdiction agents or employees regarding time extension shall not be binding on the Jurisdiction. No extension of time will be granted unless the Contractor provides clear, sufficient schedule documentation justifying the need for such extension. In order for an extension of time to be granted, the Contractor must properly demonstrate that the critical path schedule for the Project has been impacted. Claims relating to time shall be made in accordance with applicable provisions of Section 1080, Article 1.09. F. Extension of Time Granted: No extension of time shall be granted or recognized unless specifically approved by the Jurisdiction in a written change order to the Contractor. Oral representations or agreements by Jurisdiction agents or employees regarding time extension shall not be binding on the Jurisdiction. 1.12 CONTRACTOR'S EMPLOYEES, METHODS, AND EQUIPMENT A. Superintendent: 1. All work under the contract shall be performed under the continuous supervision of competent personnel, thoroughly experienced In the class of work specified. 2. Prior to beginning work, the Contractor shall give the Engineer, in writing, the name of the Contractor's official representative or superintendent for the project. The superintendent shall be capable of providing adequate supervision of the project and shall be responsible for receiving instructions, notices, and written orders from the Engineer or Jurisdiction Representative. A change of the superintendent shall only be allowed in instances where there is an extreme hardship on the Contractor or their superintendent. Before the superintendent is removed from the Project, the Contractor must submit a request in writing to the Engineer and the Jurisdiction that includes supporting information to substantiate the request. Failure to provide adequate supervision of the project or removing the superintendent from the Project without prior written authorization shall be grounds for the Jurisdiction to stop work and require a change in supervision before allowing the work to proceed. Such change shall not be in any way be a basis for a claim. The superintendent shall be responsible for reporting to the Engineer any inconsistencies, omissions, or lack of definite detail in the plans, special provisions, or Contract Documents that may be discovered. The superintendent shall be present at the work site at least 50% of the time while the work is being performed. 3. The lack of proper supervision by the Contractor or by its supervisory personnel shall be just cause for termination of the contract B. Workers: 1. The Contractor shall employ competent and efficient workers for every kind of work. The Jurisdiction reserves the right to direct the suspension or discharge from the work any worker, employee, agent, overseer, foreman, or superintendent in the employ of the Contractor, who, in the sole opinion of the Jurisdiction, is determined to be incompetent, negligent, unfaithful, insubordinate, unsafe, rude, disrespectful, hostile, intolerant, racist, embarrassing to the project, or disorderly, and any such person shall immediately be suspended or discharged by the Contractor and not be allowed to return to the site, whenever so directed by the Jurisdiction. 2. The Contractor must not employ or hire any employees of the Jurisdiction. C. Methods and Equipment: 1. The methods and equipment used by the Contractor shall produce a satisfactory quality of work and shall be adequate to maintain the schedule of progress specified. Equipment used on any portion of the project shall be such, and its use so regulated, that no serious or irreparable damage to the roadway, adjacent property, or other streets or highways will result from its use. If damage does occur to the street or highway, suitable repairs shall be made at the Contractor's expense. 2. When the methods and equipment to be used by the Contractor in accomplishing the construction are not prescribed in the Contract Documents, the Contractor is free to use any methods or equipment that will accomplish the contract work in conformity with the requirements of the Contract Documents, as demonstrated to the satisfaction of the Engineer. Page 66 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080 - PROSECUTION AND PROGRESS 3. When the Contract Documents specify that the construction be performed by use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. 4. If the Contractor desires to use a method or type of equipment other than specified in the Contract Documents, the Contractor may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the method and equipment proposed to be used and an explanation of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor shall be fully responsible for producing construction work in conformity with contract requirements. 5. If after trial use of the substituted methods or equipment, the Engineer determines the work produced does not meet the requirements of the Contract Documents, the Contractor shall discontinue use of the substitute method or equipment and shall complete the remaining construction with the specified methods and equipment. The Contractor shall remove the defective work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the construction items involved, or in contract time, as a result of authorizing a change in methods or equipment under these provisions. 1.13 CONTRACTOR'S EQUIPMENT IDENTIFICATION A. All vehicles and major construction equipment utilized on Jurisdiction's projects, with the exception of vehicles used for personal purposes and rented equipment bearing the name, address, and telephone number of the rental company, shall exhibit the Contractor's name in at least two locations on each piece of equipment. This identification can be either a decal or painted lettering of a type and size, and with a contrasting color, rendering it legible from a distance of no less than 50 feet. 1.14 AGREED COSTS OF DELAY A. Time is of the essence of this contract. As delay in the diligent prosecution of the work may inconvenience the public, obstruct traffic, interfere with business, and/or increase costs to the Jurisdiction such as engineering, administration, and inspection, it is important the work be prosecuted vigorously to completion. Should the Contractor, or in case of default the surety, fail to complete the work within the contract time plus such extensions of time as may be allowed by the Jurisdiction, a deduction at the Agreed Costs of Delay rate specified in the Contract Documents will be made for each and every calendar day or working day, whichever is specified, that such the Contract remains uncompleted after expiration of the contract times. In either event, the Contractor or the Contractor's surety shall be responsible for all costs incident to the completion of the work, and shall be required to pay to the Jurisdiction the Agreed Costs of Delay stipulated in the Contract Documents. B. The Agreed Costs of Delay rate specified in the Contract Documents is hereby agreed upon as the true and actual damages due the Jurisdiction for loss to the Jurisdiction and to the public due to obstruction of traffic, interference with business, and/or increased costs to the Jurisdiction such as engineering, administration, and inspection after the expiration of the contract time, or extension thereof. Such Agreed Costs of Delay shall be deducted from any money due or to become due to the Contractor under the contract, and the Contractor and its surety shall be liable for any additional costs or damages in excess of the amount due to the Jurisdiction. C. Allowing the Contractor to continue and finish the work, or any part of it, after the expiration of the contract times or extension thereof shall in no way operate as a waiver on the part of the Jurisdiction of any of its rights or remedies under the contract, Including its right to Agreed Costs of Delay pursuant to this provision. 1.15 BREACH OF CONTRACT A. The Contractor's failure to perform in any of the following particulars shall constitute a breach of contract: 1. Failure by the Contractor to begin work at the time specified; 2. Failure by the Contractor to complete the work within the contract period or any extension thereof; 3. Failure or refusal by the Contractor to comply with an order of the Engineer within a reasonable time; 4. Contractor's persistent disregard of laws, ordinances, or instructions of the Engineer; 5. Contractor's repeated failure to provide sufficient workers, equipment, or materials to ensure the proper and timely completion of the work; 6. Failure or refusal by the Contractor to remove rejected materials; Page 67 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1080 - PROSECUTION AND PROGRESS 7. Failure or refusal by the Contractor to replace, perform anew, or correct any defective or unacceptable work; 8. Contractor's discontinuance of the work without authorization by the Jurisdiction; 9. Bankruptcy or insolvency of the Contractor, or the making of an assignment for the benefit of creditors by the Contractor; or 10. Failure by the Contractor to carry on the work In an acceptable manner. B. Upon Contractor's breach of the contract in any particular above, the Jurisdiction shall be entitled to give notice of default to the Contractor. The notice of default shall indicate how the contract has been breached and shall indicate what action the Contractor must take to cure such breach. C. If the Contractor or its surety does not, within the time for cure provided in the noticeof default, take action to cure such breach, the Contractor shall, at the direction of the Engineer, relinquish possession and control of the work, and the Jurisdiction shall thereupon have full power and authority, without violating the contract or bond, to take over the completion of the work, to appropriate or use any or all materials and equipment at the site that may be suitable and acceptable, to enter into agreements with others for the completion of said contract according to the terms and provisions thereof, or to use such other methods as in the Jurisdiction's opinion may be required for the completion of said contract in an acceptable manner. D. The Contractor and its surety shall be liable for all outlay and: expense incurred by the Jurisdiction, together with the costs of completing the work, and such costs may be deducted from any monies due or which may become due to the Contractor. In case the outlay and expense incurred by the Jurisdiction in completing the work is less than the sum that would have been payable under the contract if it had been completed by the Contractor, then the Contractor will be entitled to receive the difference. In case such outlay and; expense exceeds the sum that would have been payable under the contract, then the Contractor and Its surety shall be liable for and shall pay to the Jurisdiction the amount of said excess. E.:, Neither the Jurisdiction, nor any officer, agent, or employee thereof, shall be in any liable or accountable to the Contractor or the Contractor's surety for the method by which the completion of said work, or any portion thereof, may be accomplished, or for the price paid therefore. Neither by taking over the work nor by declaring the contract in default shall the Jurisdiction forfeit the right to recover damages from the Contractor or the Contractor's surety for failure to complete the entire contract. F. The Contractor shall be liable for the Jurisdiction's attorney fees incurred as a result of the Contractor s breach of contract. 1.16 TERMINATION OF CONTRACTOR'S RESPONSIBILITY A. The contract will be considered completed when the work has been accepted in writing by the Jurisdiction as provided in Section 1090, 1.08- Acceptance and Final Payment hereof: Such final acceptance shall release the Contractor from all further obligation with respect thereto, except as to conditions and requirements as set forth in the bond and Jurisdiction's specifications regarding insurance. END OF SECTION, Page 68 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1090 - MEASUREMENT AND PAYMENT SECTION 1090 - MEASUREMENT AND PAYMENT 1.01 MEASUREMENT The determination of quantities of work performed under the contract will be made by the Engineer, based upon the lines and grades as shown on the plans and as given during the progress of the work or as evidenced by approved tickets for weight or liquid measure or by measurements made by the Engineer. All items will be computed in the units shown in the contract. 1.02 SCOPE OF PAYMENT A. The Contractor shall receive and accept the compensation provided in the contract at unit prices, if it be a unit price contract; or at the lump sum price, if it be a lump sum price contract, except as may be modified by change orders. The compensation provided for in the contract shall constitute full payment for furnishing all labor, equipment, tools, and materials and for performing all work contemplated and embraced under the contract; for all loss or damage arising out of the nature of the work or from the action of the elements; for all expenses incurred by, or in consequence of, the suspension or discontinuance of the said prosecution of the work or from any unforeseen difficulties or obstructions that may arise or be encountered during the prosecution of the work; and for all risks of every description connected with the prosecution of the work until the final acceptance of the work by the Jurisdiction. B. Neither the payment of any progress payment nor of any retained percentage shall relieve the Contractor of any obligation to make good any defective work or material. Payment will be made only for materials actually incorporated in the work, except as provided in Section 1090, 1.05 - Progress Payments. C. The contract price for any item shall be full compensation for all labor, materials, supplies, equipment, tools, and all things of whatsoever nature required for the complete incorporation of the item into the work the same as though the item were to read "in place," unless the Contract Documents shall provide otherwise. 1.03 LUMP SUM BREAKDOWNS A. If the contract is based on a lump sum bid price, or contains one or more lump sum items for which progress payments are to be made, the Contractor shall prepare and submit a schedule of values (breakdown estimate) covering each lump sum item to the Engineer for approval. The schedule of values shall show the estimated value of each category or item of work. The sum of the lump sum items listed in the schedule of values shall equal the contract amount. Overhead, profit, insurance and bonds shall not be listed as separate items. B. The schedule of values shall be approved by the Engineer prior to the start of the work and before any progress payments are processed. An unbalanced schedule of values providing for overpayment to the Contractor for items of work to be completed first will not be approved, but shall be revised by the Contractor and resubmitted until deemed acceptable by the Engineer. 1.04 PAYMENT FOR CHANGE ORDERS A. The Contractor's claims for extra work will not be paid unless the extra work covered by such claims was authorized by a change order as specified in Section 1040, 1.07 - Change Orders. B. Payment for extra work shall be made in one or more of the following ways as determined by the agreement between the parties to the contract prior to the starting of the work. 1. Unit Prices: By unit prices contained in the Contractor's original proposal and incorporated in the construction contract, so far as the same may apply. 2. Supplemental Schedule: By supplemental schedule of prices to include costs of all equipment, material, labor, supervision, management, insurance, overhead, and incidentals, said schedule to be submitted by the Contractor to the Engineer and to be accepted by the Jurisdiction. 3. Lump Sum: By an acceptable lump sum proposal from the Contractor. 1.05 PROGRESS PAYMENTS Page 69 of 310 Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1090 - MEASUREMENT AND PAYMENT A. Limits: Progress payments for work under the Contract shall be processed once monthly, shall be made according to Iowa Code Chapter 573, and shall be made on the basis of monthly estimates of labor �pI performed, equipment and materials delivered and incorporated in to the work, as determined by the Engineer. Payment may be made for materials delivered to the project area but not incorporated into the i project If they can be specifically identified and cost verified by invoice and in accordance with Section 1060, Article 1.04. B. Retainage: The Jurisdiction shall retain from each monthly progress payment 5% of the amount determined to be due according to the calculation of the Engineer. Early release of retained funds may be requested by the Contractor according to Iowa Code Chapter Sections 573 C. Quantities: Quantities used for progress payments shall be considered as only approximate and provisional and shall be subject to recalculation, adjustment, and correction by the Engineer in subsequent partial payments and in the final payment. Inclusion of any quantities in a progress payment, or failure to disapprove the work at the time of any progress payment, shall not be construed as acceptance of the corresponding work or materials. 1.06 PAYMENT OF RETAINAGE A. Retained funds shall be retained by the Jurisdiction for a period of 30 calendar days after the completion and final acceptance of the improvement by the Jurisdiction. If at the end of the 30 calendar day period claims are on file as provided, the Jurisdiction shall continue to retain from the unpaid funds, a sum equal to double the total amount of all claims on file. The remaining balance of the unpaid fund, or if no claims are on file, the entire unpaid fund, shall be released and paid to the Contractor. B. The Jurisdiction, the Contractor, any claimant for labor or material who has filed a claim, or the surety on any bond given for the performance of the contract, may, at any time after the expiration of 30 calendar days, and not later than 60 calendar days, following the completion and final acceptance of said improvement, bring action in equity in the county where the improvement is located to adjudicate all rights to said fund, or to enforce liability on said bond, pursuant to Iowa Code Chapter 573. Upon written demand of the Contractor, served in, the manner prescribed for original notices, on the person filing a claim, requiring the claimant to commence action in court to enforce the claim, an action shall be commenced within 30 calendar days, otherwise the retained and unpaid funds due the Contractor shall be released to the Contractor, C. After issuance of the Substantial Completion Certificate of the whole project or if a designated portion of the Project has been specified in the Contract Documents, the Contractor may request an early release of retainage. The Contractor must provide the request for early release of retainage in accordance with Iowa Code Section 573.28. The request shall be accompanied by a sworn statement of the Contractor that, ten calendar days prior to filing the request, notice was given as to all known subcontractors, sub - subcontractors, and suppliers. D. If labor and materials are yet to be provided at the time the request for the release of the retained funds is made, an amount equal to two hundred percent of the value of the labor or materials yet to be provided, as determined by the Jurisdiction's authorized contract representative, may be withheld until such labor or materials are provided. Retained funds that are approved as payable shall be pald at the time of the next monthly payment or within thirty days of receipt of the Contractor's request, whichever is sooner. If partial retained funds are released pursuant to the Contractor's request, no retained funds shall be subsequently held based on that portion of the work. An itemization of the labor or materials yet to be provided, or the reason that the request for release of retained funds is denied, shall be provided to the Contractor in writing within thirty calendar days of the receipt of the request for release of retained funds. E. The Contractor shall release retained funds to the subcontractor or subcontractors and suppliers in the same manner as retained funds are released to the Contractor by the Jurisdiction. Each subcontractor shall pass through to each lower tier subcontractor or supplier all retained fund payments from the Contractor. 1.07 ACCEPTANCE AND FINAL PAYMENT A. Final payment will be based on the actual final total amount of the work accomplished and finally accepted by the Jurisdiction under the Contract. Under no circumstances or conditions will the Contractor Page 70 of 310 N I Division 1 - GENERAL CONDITIONS AND COVENANTS SECTION 1090 - MEASUREMENT AND PAYMENT be paid anything for anticipated profits for the work, nor will it be paid for any work not actually included in the Project. Payments shall be based on the actual units installed and work completed. The Jurisdiction will not give final acceptance of the work until the Contractor has submitted all documentation required by the Contract Documents. B. The Engineer shall, after determining the work on the Project has been finally and fully completed according to the Contract Documents, make a final calculation of the amount of work done and the value thereof. C. Final acceptance of construction shall be defined as final approval of the project only in the sense that it has been constructed, cleaned up, and completed in apparent substantial compliance with the Contract Documents. Said final acceptance is stipulated to mean a written acceptance by the Jurisdiction. D. It is mutually agreed between the parties to the contract that a certificate of completion of the project, submitted by the Engineer and approved by the Jurisdiction, shall constitute final acceptance of the work and materials included in the contract on the date of such approval, subject to the provision any such approval, acceptance, or payment as herein provided shall not constitute an acceptance of any unauthorized or defective work, or of any improper material. END OF SECTION Page 71 of 310 [Page Intentionally Left Blank], Page 72 of 310 DIVISION 2 - EARTHWORK Page 73 of 310 Page Intentionally Left Blank] Page 74 of 310 DIVISION 2 - EARTHWORK Section 2010 — EARTHWORK, SUBGRADE, AND SUBBASE ( Section 2010 - EARTHWORK, SUBGRADE, AND SUBBASE PARTI-GENERAL 1.07 CONTRACTOR RESPONSIBILITY Add the following to Article 1.07. Contractor shall be responsible for notifying and coordinating with appropriate agency when working around exposed utilities. 1.08 MEASUREMENT AND PAYMENT Delete E.1.b.2. and replace with new E.1.b.2. Delete F and replace with new F Delete 11. And 2. And replace with new 1 1. And 2. Delete K 1. a and b and replace with new K 1. a and b Delete K 2. And replace with new K 2, a, b, and c E. Class 10, Class 12 or Class 13 Excavation: 1. On -site Topsoil: b. Payment: 2) The truck count method is not allowed as an acceptable method measurement. F. Below Grade Excavation (Core Out): If unsuitable or unstable soils are encountered at or below the subgrade elevation, as a result of proof rolling in accordance with 2010 3.06 B.1, the unsuitable or unstable soil shall be removed and replaced as directed by engineer and according to 2010 3.06 B.2 except that granular stabilization materials meeting section 2010 2.04 B.1 will be used. 1. Measurement: Will be in tons of granular stabilization material used, obtained from load tickets. 2. Payment: Will be made at the bid unit price per ton 3. Includes: but is not limited to equipment, tools, labor, disposal of unsuitable or unstable soils, dewatering, furnishing and placement of granular stabilization material (2010 2.04 B.1), compaction, finishing of the excavated area, and all other incidental work as may be required. I. Subbase: 1. Measurement: Will be in tons of granular material used as obtained from load tickets. 2. Payment: Will be made at the bid unit price per ton. K. Filling and Plugging of Culverts, Pipes and Conduits: 1. Known pipe culverts, pipes, and conduits a. Measurement: The quantity of flowable mortar used to fill and abandon the culverts, pipes or conduits will be computed from the load tickets in cubic yards. b. Payment: Will be at the bid unit price for flowable mortar. 2. Unknown pipe culverts, pipes, and conduits: a. Measurement: The quantity of flowable mortar used to fill and abandon the culverts, pipes or conduits will be computed from the load tickets in cubic yards. b. Payment: Will be at the bid unit price per cubic yard for flowable mortar c. Filling and plugging of all private utility lines is the responsibility of the respective utility agency, and will not be measured or paid. Page 75 of 310 DIVISION 2.- EARTHWORK Section 2010- EARTHWORK, SUBGRADE, AND SUBBASE PART 2-PRODUCTS 2.04 FOUNDATION MATERIALS Delete B.1 and replace with the new B.1 Delete C6 and replace with new C6 Delete D. 1. a. and replace with new D. 1. a. B. Granular Stabilization Material: 1. Course aggregate subbase (3" Breaker Run) C. Subgrade Treatment: 6. Use fabric complying with Iowa DOT Article 4196.01-5 D. Subbase 1. Special Backfill: a. Comply with IDOT Specifications; 4132 Gradation 30 or IDOT Specification 4133 - Gradation 32 PART3-EXECUTION 3.02 STRIPPING, SALVAGING AND SPREADING TOPSOIL Modify A.2 and C.2 (topsoil thickness) as follows. A. Stripping and Salvaging Topsoil: 2. Topsoil placement thickness based on a uniform 4" thickness C. Topsoil Spreading and finish Grading: 2. Topsoil placement thickness based on a uniform 4" thickness 3.06 - SUBGRADE PREPARATION Delete first sentence and add the following. Shape and consolidate subgrade in preparation for the placement of pavement. Follow both 3.06 A and 3.06 B for new street construction. Follow 3.06 B for street reconstruction, and pavement widening 3.07 SUBGRADE TREATMENT Delete Asphalt from A. A. Delete Asphalt Page 76 of 310 DIVISION 2 - EARTHWORK SECTION 2020 - Contaminated Soil and Groundwater Handling 11 NEW SECTION SECTION 2020 - Contaminated Soil and Groundwater Handling 1 1 1 1 I[ IC J( 11 PART 1— GENERAL 1.01 SECTION INCLUDES A. Handling of contaminated soil that is expected to be encountered at the site. B. Pumping and dewatering of contaminated groundwater that may be encountered at the site. C. Protection methods and safety practices for workers that may come into contact with contaminated soil and groundwater. 1.02 DESCRIPTION OF WORK A. Excavation and trenching of contaminated soils. B. Replace clean backfill in trench. C. Provide Jurisdiction with safe access to trench so groundwater samples can be obtained. D. Dewatering of excavated trenches. 1.03 SUBMITTALS A. Comply with Division 1 — General Provisions and Covenants B. Provide the Jurisdiction Representative 48 hours advanced notice prior to any work at the site. C. Submit to the Jurisdiction a Health and Safety Plan prior to preceding with work at the site. D. Submit to the Jurisdiction within 10 days disposal documentation (including manifests) at the end of the work. E. Prior to the start of any work, submit OSHA First Responder Awareness Training Certificate for designated site supervisor. Operators of machinery that will be handling any contaminated materials or groundwater must meet all of the requirements of an OSHA First Responder Awareness Training. 1.04 SUBMITTALS A. Comply with Division 1 — General Provisions and Covenants 1.05 DELIVERY, STORAGE, AND HANDLING A. Comply with Division 1 — General Provisions and Covenants 1.06 SCHEDULING AND CONFLICTS A. Comply with Division 1 — General Provisions and Covenants 1.07 SPECIAL REQUIREMENTS A. Comply with soil and groundwater environmental report recommendations 1.08 MEASUREMENT AND PAYMENT A. Excavation, Contaminated, Hauling & Stockpiling: Excess class 10, 12, or 13 contaminated excavation spoils are to be stockpiled on site, or an alternate stockpiling site that has been identified In the contract documents. The contractor must haul the excavated material and place in a uniformly shaped stockpile, where the engineer will conduct testing of the materials. B. Measurement and Payment for excavating, hauling and stockpiling Contaminated material will be as follows: 1. Measurement: Topographic survey of the completed stockpile will be made. The volume will be calculated, in cubic yards, with a shrinkage factor of 1.35 applied. Truck load counts are not an acceptable method of measurement. Page 77 of 310 DIVISION 2,- EARTHWORK SECTION 2020 - Contaminated Soil and Groundwater Handling 2. Payment: Payment will be at the unit price per cubic yard of stockpiled soils. C. Includes: Unit price includes but is not limited to excavation, hauling, and stockpiling the suspect soils. The stockpile must be placed on two layers of 6 mil plastic and covered with a single layer of 6 mil plastic with the cover layer of 6 mil plastic. The cover layer of plastic must be secured. This item also includes removal of all soils, from equipment and trucks, prior to leaving the site(s). Excavation, Contaminated, Hauling & Disposal: Areas identified in the contact documents as contaminated Class 10, 12, or 13 excavated materials must be excavated and disposed of according to the environmental report recommendations. Measurement and Payment for excavating, hauling and disposal of Contaminated Class 10, 12, or 13 material will be as follows: 1. Measurement: Measurement will be in tons for the quantity disposed. Certified scale tickets must be provided, to the Engineer, for each load. Truck load counts are not an acceptable method of measurement. 2. Payment: Payment will be at the unit price per ton of soil disposed of. 3. Includes: Unit price Includes but is not limited to excavation, hauling, and disposal according to the environmental report. If the identified disposal site is the Dubuque Metropolitan Area Solid Waste Agency Landfill, Tipping fees will be paid directly by the City and must not be included in this bid item. C. Dewatering, Lowering Groundwater Levels: This unit price is for site dewatering efforts. Dewatering is defined as groundwater pumping efforts to lower the subsurface groundwater levels, in advance of excavation, to prevent groundwater seepage into the excavation. The contractor must submit their dewatering plan, to the City, for review and coordination with the city's environmental engineering consultant. The review may take one to two weeks. City will provide sampling and testing of the discharge water.: 1. Measurement: Measurement will be in days of dewatering efforts (pumping). 2. Payment: Payment will be at the unit price per day. a. In the event this item Is not needed, no payment will be made. 3. Includes: Unit price Includes but is not limited to all equipment, labor, materials, and fuel to provide, Install, operate, and maintain an effective dewatering operation and discharging into an identified storm sewer(s) or ,in the case of contaminated groundwater, sanitary sewer(s). The unit price also includes ground and structure monitoring throughout the dewatering efforts and the complete removal of the dewatering system including proper abandonment of the dewatering wells. a. Sump pumping, within an excavation, is not included in this dewatering Item and Is incidental to the item being installed. PART 2— PRODUCTS None PART 3 — EXECUTION 3.01 GENERAL A. Contractor must review all previously completed environmental reports that are listed In Section 00775. Reports will provide information on locations of materials that have been identified at the site, such as lead, ethylbenzene xylenes, diesel, gasoline, arsenic, barium, and chromium. These reports will also identity any limiting conditions experienced during the assessment. Care should be taken to observe, characterize, and segregate any suspect materials encountered during the work. B. Mitigate exposure risk: Provide appropriate protection to the general public and to all employees working outside of the contaminated area as required by Local, State, and Federal regulations. Additionally, all Page 78of310' NC 'l 1 1 1 1 DIVISION 2 - EARTHWORK SECTION 2020 - Contaminated Soil and Groundwater Handling employees entering the contaminated area must be property trained, certified, and wearing the appropriate personal protective equipment (PPE) as required by Local, State, and Federal regulations, 3.02 CONTRACTOR -EMPLOYEE REQUIREMENTS A. Employees must be properly trained and licensed to perform work. B. Project foremen, supervisors, and managers that will be at the site that are responsible for completion of work covered by this specifications section must meet all of the requirements of an OSHA First Responder Awareness Training and this training must include a minimum 4-hour training course. C. The contractor must comply with OSHA health and safety regulations. Beyond typical construction Personal Protective Equipment (PPE) OSHA requires additional PPE for employees working around contaminated soil and groundwater. D. Any personnel involved with the handling of groundwater or excavation activities working at the site shall wear disposable nitrile gloves, safety glasses, and rubber safety boots. An employee may wear standard steel toe boots if disposable latex covers are worn over them. E. Rubber boots should be cleaned at the end of the work day while still at the project site. F. Nitrile gloves/latex boot covers should be replaced and disposed of as needed. Nitrile gloves/latex boot covers should also be discarded at the end of day. The receptacle for discarding and disposal of these gloves and boot covers shall be designated, signed and labeled for hazardous materials. G. Personal hygiene practices while excavating potentially contaminated soil are also important. Before eating, drinking, smoking, or using the restroom, workers shall wash their hands and arms. 3.03 EXCAVATION REQUIREMENTS A. Testing of the soil must be conducted when hazardous materials are suspected or known to be present. Coordinate with the Jurisdiction Representative to allow for test samples to be collected. B. Contractor shall restore the site to original elevation and follow the first out, last in protocol for replacing excavated soils. Soils must be separated and stockpiled based on depth of excavation. Place the first 0-2 feet of excavated material in a stockpile. Place soils from 2-6 feet in a separate stock pile. Place the soils from 6- 10 feet in another stockpile. The method of stockpiling shall segregate the original location of the soils within the excavated area. C. Other vertical or horizon designations and methods of stock piling are acceptable based on varying fill horizons and changes in natural soil type within the excavated area. D. The contractor must document how soil is stockpiled and sorted at the project site. E. If dust is generated during excavation activities, watering of excavation area and stockpiles by method of spraying must be implemented as a means to control dust. F. If rain is anticipated while the excavation work is occurring contaminated material stockpiles must be covered with 4 mil plastic and storm water BMPs such as silt fence, straw, or hay bales, must be employed around covered stockpiles and project site to contain contaminated material, to prevent erosion and cross contamination between stockpiles. G. All excess soils from the project site must be disposed in the State of Iowa. All excess soils shall become the property of the contractor unless otherwise indicated in the contract documents. 3.04 ENVIRONMENTAL REQUIREMENTS A. If strong petroleum or chemical odors are noted, or if the color of soils are suspect (black or green) the suspect portions of excavated soils must be containerized or segregated in a stockpile until the soil can be appropriately sampled. Page 79 of 310 DIVISION 2 - EARTHWORK SECTION 2020 - Contaminated Soil and Groundwater Handling 1. The contractor shall utilize a rock box or similar to containerize suspect soils. Any storage container should be covered until results of sampling are obtained. Alternatively, durable 4 mil plastic sheeting shall be placed under and over top of the suspect soils, this sheeting must be weighted down and storm water BMPs should be employed around the pile. 2. Jurisdiction Representative must be notified within 1 hour upon discovering suspect material and an environmental professional shall be mobilized to the site to field measure the soils using a photo - ionization detector and sample the soils for laboratory analysis. B. All contaminated soils that are to be transported off site must be fully covered. C. Any equipment leaving project site must have soil and any excess materials removed to prevent contamination from leaving the site. 3.05 MATERIAL DISPOSAL A. Hazardous Materials and Building Material Segregation: If material is encountered during the excavation that Is suspected or known to be hazardous then excavation activities must stop to allow for appropriate sampling, removal, segregation, and disposal of the material by a licensed professional. B. For any soil not placed back into excavation, the contractor shall coordinate to have it tested by an environmental professional. After testing the soil the Jurisdiction Representative shall receive these results and take control of any contaminated material and arrange for offsite disposal. 3.06 GROUNDWATER PUMPING A. If dewatering is necessary, the Jurisdiction Representative and an environmental professional must be notified 48 hours in advance. B. The Jurisdiction Representative shall coordinate to have an environmental professional mobilize to the site to sample the groundwater for laboratory analysis, before any dewatering can occur. C. Groundwater sample results shall be used to determine if and at what flow rate discharge to the storm sewer or sanitary sewer is allowable. END OF SECTION, Page 80 of 310 DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION Page 81 of 310 [Page Intentionally Left Blank] Page 82 of 310 DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION Section 3010 — TRENCH EXCAVATION AND BACKFILL Section 3010 - TRENCH EXCAVATION AND BACKFILL PART 1- GENERAL 1.05 DELIVERY, STORAGE, AND HANDLING Add A. and B. A. All deliveries of granular materials to be incorporated into the project must follow IDOT 2001-07 A and must have a scale ticket completely filled out according to IDOT Materials IM 209. B. All certified granular materials, specified by gradation, must have a sieve analysis report submitted to the engineer during the submittal process. The report must be from the most recent crushing operation. 1.08 MEASUREMENT AND PAYMENT Delete A.4, D.1 thru D.3 and replace with the new A.4 and D.1 thru D.3. Add New G, H, I, J, K, L and M. A. General 4. Bedding material will be paid separately, at the bid unit price. D. Replacement of Unsuitable Backfill Material: 1. Measurement: Will be in tons of granular material used, obtained from load tickets. 2. Payment: Will be made at the bid unit price per ton. 3. Includes: Includes hauling and off -site disposal of unsuitable material. G. Pipe Anchors — Concrete: 1. Measurement: Each concrete pipe anchor installed will be counted. 2. Payment: Will be made at the bid unit price for each. 3. Includes: Includes but is not limited to, furnishing, hauling and placing concrete, form work, and reinforcing steel according to the plans. H. Hydraulically Compacted Backfill: 1. Measurement: Will be in tons of backfill material used, obtained from load tickets. 2. Payment: Will be made at the bid unit price per ton. 3. Includes: Includes but is not limited to equipment, tools, labor, disposal of excavated material, furnishing and placement of backfill material, furnishing water for hydraulic compaction, finishing of the excavated area, and all other incidental work as may be required. I. Trenching, 26" Depth: 1. Measurement: Will be per lineal foot of trench excavation. 2. Payment: Will be made at the bid unit price per linear foot. 3. Includes: Includes but is not limited to equipment, tools, labor for trench excavation, disposal of excavated material, placement of backfill material, finishing of the excavated area, and all other incidental work as may be required per the City of Dubuque's Excavation Policy. Does not include conduit. See section 8010 J. Trenching, 48" Depth: 1. Measurement: Will be per lineal foot of trench excavation. 2. Payment: will be made at the bid unit price per linear foot. 3. Includes: Includes but is not limited to equipment, tools, labor for trench excavation, disposal of excavated material, placement of backfill material, finishing of the excavated area, and all other incidental work as may be required per the City of Dubuque's Excavation Policy. Does not include conduit. See section 8010 K. Directional Drilling: 1. Measurement: Will be per linear foot of directional drilling completed. Measurement will be from the face of excavation to face of excavation. Installation of multiple conduits with a single bore will be considered one bore. The length of the directional drilling will not be multiplied by the number of conduits installed to determine the bore length. Page 83 of 310 DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION Section 3010 - TRENCH EXCAVATION AND BACKFILL 2. Payment: Will be made at the bid unit price per linear foot. 3. Includes: Includes but is not limited to equipment, tools, labor, disposal of excavated material, placement of backfill material, finishing of the excavated area, and all other incidental work as may be required. Does not include conduit. See section 8010 L. Rigid Insulation Board: 1. Measurement: Will be per square foot of insulation board installed. 2. Payment: Will be made at the bid unit price per square foot. 3. Includes: Includes but is not limited to equipment, tools, labor, furnishing and installation of the insulation as identified on the plans or as directed by the engineer. M. Pipe Insulation Wrap: 1. Measurement: Will be per foot of insulation wrap installed. 2. Payment: Will be made at the bid unit price per linear foot. 3. Includes: Includes but is not limited to equipment, tools, labor, furnishing and installation of the insulation as identified on the plans or as directed by the engineer. PART 2-PRODUCTS 2.02 BEDDING MATERIAL Delete A.1 and replace with the new A.1. Delete A.2 and A.3 Add new A.5, A.6, and A.7. A. Class I Material: 1. Class I Material - Use 1 inch clean stone or IDOT Specification 4115, Gradation 3 or IDOT Specification 4131, Gradation 29 5. Class II Material - Use IDOT Specification 4133, Gradation 32 or IDOT Specification 4121, Gradation 12a 6. Do not use class II material where water conditions in trench may cause instability 7. Engineering Fabric shall be placed at the interface between the 1 inch clean stone, Gradation 3 or 29 material and haunching or backfill containing fines being placed above. 2.03 BACKFILL MATERIAL Delete A and B and replace with the new A and B. Add new E A. Class II Materials - For use as Haunch Support, Primary and Secondary Backfill 1. 1 inch clean stone (screened but not washed) 2. IDOT Specification 4115, Gradation 3 3. IDOT Specification 4131, Gradation 29 4. IDOT Specification 4133.05, Gradation 35 5. IDOT Specification 4133.05, Gradation 36 6. IDOT Specification 4121, Gradation 30 may be used for primary and secondary backfill 7. IDOT Specification 4133, Gradation 32may be used for primary and secondary backfill 8. Do not use gradations 12a or 32 where water conditions in trench may cause instability 9. Engineering Fabric shall be placed at the interface between the Gradation 3 or 29 material and backfill containing fines being placed above. C. Class III Materials - For use as FinalBackfill 1. IDOT Specification 4121, Gradation 30 2. IDOT Specification 4133, Gradation 32 3. Engineering Fabric shall be placed at the interface between the 1 inch clean stone, Gradation 3 or 29 material and backfill containing fines being placed above. D. Class IVA Material - Hydraulically Compacted Sand: 1. Use IDOT Specification 4133.05, Gradation 35 2. When approved by the Engineer 3. Only for backfilling conduit and structures listed in Section 8010. 2.05 STABILIZATION (FOUNDATION) MATERIALS Page 84 of 310 I4 It, DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION Section 3010 — TRENCH EXCAVATION AND BACKFILL Delete A and replace with the new A. A. Coarse aggregate sub base (3" Breaker Run) 2.06 SPECIAL PIPE EMBEDMENT AND ENCASEMENT MATERIAL C and D not allowed 2.07 RIGID INSULATION BOARD A. 2" extruded polystyrene, Owens Corning Formula 250 R-Value 10 or equal. 2.08 PIPE INSULATION WRAP A. 3/8" Thick Pipe Insulation Wrap PART 3 - EXECUTION 3.03 TRENCH PROTECTION Add C C. Shall be placed in accordance with OSHA 29 CRF 1926. 3.04 DEWATERING Add the new D.8 D. Discharged Water: 8. If dewatering discharge is overwhelming an approved sewer, waterway, or street or is causing damage in any way, the Engineer may stop the dewatering efforts or require the rate of discharge to be reduced at no additional cost to the Jurisdiction. 3.05 PIPE BEDDING AND BACKFILL Add new A and B.1.g. Delete E.3.a and E.3.b and replace with the new E.3.a & E.3.b. Delete E.4.c and replace with the new E.4.c. A. General 3. Add: In accordance with ASTM 2216 B. Pipe Bedding: 1. Granular Material: g. Engineering Fabric shall be placed at the interface between the 1 inch clean stone, Gradation 3 or 29 material and backfill containing fines being placed above. E. Final Trench Backfill: 3. Class I and II Backfill Material: a. Compact to at least 95% of standard proctor density within right-of-way or under any paved surface o within two feet thereof. Moisture Content -1 % to +3% of optimum. b. Compact to at least 90% of standard proctor density outside right-of-way. Moisture Content -1 % to +3% of optimum. 4. Class III and Class IVA Backfill Material: c. Moisture Content -1% to +3% of optimum. 3.07 RIGID INSULATION BOARD 1. Insulate any water mains or water services that are less than 5'-6 below existing grade. Install the insulation board full width over the entire exposed water main or service. 2. Insulate between any water mains or water services and other utility structures. 3.08 PIPE INSULATION WRAP Page 85 of 310 DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION Section 3010'— TRENCH EXCAVATION AND BACKFILL 1. Insulate all water service lines that are exposed across the entire length of the excavation. If the water service is less then 5'-6" below the existing grade additional 2" rigid insulation shall be placed above the water service across the entire length of the excavation. Pipe Insulation Wrap Material shall be 3/8" thick END OF SECTION Page 86 of 310 11 1 1I, I DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION Section 3020 — TRENCHLESS CONSTRUCTION Section 3020 — TRENCHLESS CONSTRUCTION PART 1- GENEPAL 1.03 SUBMITALS Add the new E E. Soil borings as necessary and as outlined in Contract Documents. 1.07 SPECIAL REQUIREMENTS Add the new A A. Per Contract Documents 1.08 MEASUREMENT AND PAYMENT Add new K and K. 1 K. Directional Drilling, with Pipe 1. Measurement: Will be per linear foot of directional drilling completed. Measurement will be from the face of excavation to face of excavation. Installation of multiple conduits with a single bore will be considered one bore. The length of the directional drilling will not be multiplied by the number of conduits installed to determine the bore length. 2. Payment: Will be made at the bid unit price per linear foot. 3. Includes: Includes but is not limited to equipment, tools, labor, disposal of excavated material, placement of backfill material, finishing of the excavated area, and all other incidental work as may be required. K. 1 Directional Drilling, without Pipe 1. Measurement: Will be per linear foot of directional drilling completed. Measurement will be from the face of excavation to face of excavation. Installation of multiple conduits with a single bore will be considered one bore. The length of the directional drilling will not be multiplied by the number of conduits installed to determine the bore length. 2. Payment: Will be made at the bid unit price per linear foot. 3. Includes: Includes but is not limited to equipment, tools, labor, disposal of excavated material, placement of backfill material, finishing of the excavated area, and all other incidental work as may be required. Does not include conduit. See section 8010 PART2-PRODUCTS 2.01 CARRIER PIPE Add new B.5 and 6. B. Carrier Pipe Installed without Casing Pipe: 5. Electrical Conduit b. Comply with section 8010-2.01-B. 6. Fiber Optic Conduit a. Comply with section 8010-2.01-B. 2.03- CASING SPACERS Delete B and replace with the new B. B. Meet the following Material Requirements 1. Shall be USA made. 2. Fabricated of stainless steel with stainless steel fasteners. 3. Polyethylene glides. 4. Cascade Waterworks Mfg. or approved equal. 5. Casing spacers shall be installed at intervals that comply with the manufacturer's recommendations. Page 87 of 310 DIVISION 3 - TRENCH AND TRENCHLESS CONSTRUCTION Section 3020- TRENCHLESS CONSTRUCTION 2.06 CASING END SEAL Delete A and replace with the new A. A. Manufactured: 1. Shall be USA made. 2. End seals shall be Cascade Waterworks style CCES or approved equal. 3. A double wrap of woven geotextile. Secured w/#14 insulated copper wire. 4. Alternate elastomeric boot as approved by the Engineer. PART 3- EXECUTION 3.04 TRENCHLESS INSTALLATION Delete B and replace with the new B. B. Casing Pipe or Un-cased Carrier Pipe Installation: 1. General a. Install pipes by approved methods. b. Use jacking collar, timbers and by other means as necessary to protect driven end of the pipe from damage. c. Do not exceed the compressive or ensile strength capacity of the pipe during pushing or pulling operations. d. Fully supported bore hole at all times to prevent collapses. Insert pipe assoll is removed or support bore with drilling fluid. e. Fully weld all casing pipe joints. Using an interlocking connection system when approved by the Engineer. f. Fill annular space between the inside of the bore hole and the outside of the pipe with special fill material if the space is greater than one inch. Comply with section 3010, 2.06 (B) 2. Electrical Conduit a. Multiple conduits shall be installed with a single bore when possible. 3. Fiber Optic Conduit a. Four 1 1/2 inch conduits shall be installed with a single bore. 3.05 PIT RESTORATION Add D.2, D.3, and E D. Primary and Secondary Backfill: 2. Granular Material: a. Place in lifts no greater than 12" b. Compact to at least 90% relative density 3. Suitable Backfill Material: a. Place in lifts no greater than 12" b. For Class II Backfill material compact to at least 90% relative density E. Final Trench Backfill: 2. Class I and II backfill: a. Compact to at least 95% relative density within right-of-way END OF SECTION Page 88 of 310 DIVISION 4 - SEWERS AND DRAINS Page 89 of 310 Page 90 of 310 11 q A[ DIVISION 4 - SEWERS AND DRAINS Section 4010— SANITARY SEWERS Section 4010 - SANITARY SEWERS PAF?T 1- GENERAL 1.04 SUBMITTALS Delete Article 1.03 reference to Division 1 and Replace with the following. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction. 1.08 MEASUREMENT AND PAYMENT Delete A.1.a and A.1.c and replace with the new A.1.a and A.1.c. Delete A.2.c and replace with the new A.2.c Delete B.1.c and replace with the new B.1.c Delete B.2.c and replace with the new B.2.c Delete C.1.a and C.1.c and replace with the new C.1.a and C.1.c. Delete C.2.c and replace with the new C.2.c. Delete D.1.c and replace with the new D.1.c. Delete D.2.c and replace with the new D.2.c. Delete E and replace with the new E Delete E.1.a, E.1.b, E.1.c and replace with new E.1.a, E.1b, and E.1.c. Delete E.2.a, E.2.b, E.2.c and replace with new E.2.a, E.2b, and E.2.c. Delete F and replace with new F.1, F.2 and F.3 Delete G and replace with new G.1, G.2 and G.3 Delete H and replace with new H.1, H.2 and H.3 Delete I and replace with new 1.1.a, 1.1.b, 1.1.c, I.2.a, I.2.b, and 1.2.c. Delete K and replace with new K Delete L1. And L2. And replace with new L1. And L2. Add new M, N, 0, P, Q, R, S and T. A. Sanitary Sewer Gravity Main: 1. Trenched: a. Measurement: Each type and size of pipe installed in a trench will be measured along the centerline of the pipe from inside face of manhole to inside face of manhole. c. Includes: Unit price includes, but is not limited to, hand excavation, trench excavation, dewatering, placing and compacting bedding and backfill material, pipe joints, pipe connections, including connection to private building services and municipal sewer, testing, and Inspection. 2. Trenchless: c. Includes: Unit price includes, but is not limited to, furnishing and installing pipe, trenchless installation, materials and equipment, pit excavation, dewatering, placing and compacting backfill material, pipe connections, including connection to private building services and municipal sewer, testing, and inspection. B. Sanitary Sewer Gravity Main with Casing Pipe: 1. Trenched: c. Includes: Unit price includes, but is not limited to, furnishing and installing both carrier pipe and casing pipe, hand excavation, trench excavation, dewatering, placing and compacting bedding and backfill material, furnishing and installing annular space fill material (ONLY if shown on plans), casing spacers, end seals, pipe joints, pipe connections including connection to private building services and municipal sewer, testing, and inspection. 2. Trenchless: c. Includes: Unit price includes, but is not limited to, furnishing and installing both carrier pipe and casing pipe, trenchless installation, materials and equipment, pit excavation, dewatering, placing and compacting backfill material, pipe connections, including connection to private building services and municipal sewer, furnishing and installing annular space fill material (ONLY if shown on plans), casing spacers, end seals, testing and inspection. Page 91 of 310 DIVISION 4 SEWERS AND DRAINS Section 4010- SANITARY SEWERS C. Sanitary Sewer Force Main: 1. Trenched: a. Measurement: Each type and size of pipe installed in a trench will be measured along the centerline of the pipe from the inside face of the pump station to the inside face of manhole or inside face of manhole to inside face of manhole. c. Includes: Unit price includes, but is not limited to, trench excavation, dewatering, placing and compacting bedding and backfill material, pipe Joints, joint restraints, pipe connections, including connection to private building services and municipal sewer, testing and inspection. 2. Trenchless: c. Includes: Unit price includes, but is not limited to, furnishing and installing pipe, trenchless Installation, materials and equipment, pit excavation, dewatering, placing and compacting backfill material, pipe connections, including connection to private building services and municipal sewer, testing and inspection. D. Sanitary Sewer Force Main with Casing Pipe: 1. Trenched: c. Includes: Unit price includes, but Is not limited to, furnishing and installing both carrier pipe and casing pipe, hand excavation, trench excavation, dewatering, placing and compacting bedding and backfill material, furnishing and installing annular space fill material (ONLY if shown on plans), casing spacers, end seals, pipe joints, joint restraints, pipe connections including connection to private building services and municipal sewer, testing, and inspection. 2. Trenchless: c. Includes: Unit price includes, but is not limited to, furnishing and installing both carrier pipe and casing pipe, trenchless installation, materials and equipment, pit excavation, dewatering, placing and compacting backfill material, pipe connections, furnishing and installing annular space fill material (ONLY if shown on plans), casing spacers, end seals, testing and inspection. E. Sanitary Sewer Service Stub: Shall read as follows: The portion of the sanitary sewer service from the main to the right of way or property line, or as specified in the contract documents (see figure 4010.201) 1. Trenched: a. Measurement: Each type and size of pipe will be measured in linear feet from the pipe connection to the end of pipe installed along with its associated cleanout. b. Payment: Payment will be made at the unit price per linear foot for each type and size of sanitary sewer service stub, and cleanout completed: c. Includes: Unit price includes, but is not limited to, hand excavation, trench excavation, placing and compacting bedding and backfill material, cleanout complete, tap, fittings, testing and inspection. 2. Trenchless: Measurement: Each type and size of pipe Installed will be measured along the centerline of the pipe from the face of the wye or tee fitting to the end of the service pipe or reconnection point to the existing service pipe. b. Payment: Payment will be made at the unit price per linear foot for each type and size of sanitary sewer service pipe. c. Includes: Unit price includes, but is not limited to, furnishing and installing pipe, trenchless installation, materials and equipment, pit excavation, dewatering, placing and compacting backfill material, pipe connections, including connection to private building services and municipal sewer, testing, and inspection. a. 3. Sanitary Sewer Service Pipe Only: a. Measurement: Each type and size of pipe installed in a trench will be measured along the centerline of the pipe from the face of the wye or tee fitting to the end of the service pipe or reconnection point to the existing service pipe. b. Payment: Payment will be made at the unit price per linear foot for each type and size of sanitary sewer service pipe. Page 92 of 310 DIVISION 4 - SEWERS AND DRAINS Section 4010 — SANITARY SEWERS c. Includes: Unit price includes, but is not limited to, hand excavation, trench excavation, dewatering, placing and compacting bedding and backfill material, pipe joints, pipe fittings, pipe connections, including connection to private building services and municipal sewer, testing, and inspection. F. Sanitary Sewer Service Relocation: 1. Measurement: Each type and size of pipe will be measured in linear feet from the pipe connection to the end of pipe installed along with its associated cleanout. 2. Payment: Payment will be made at the unit price per linear foot for each type and size of sanitary sewer service relocated. 3. Includes: Removal of existing pipe, hand excavation, trench excavation, furnishing new pipe, placing and compacting bedding and backfill material, connection back to existing service, compaction, cleanout, complete if shown in contract documents, tap, fittings, testing and inspection. G. Sewage Air Release Valve and Pit: 1. Measurement: Each completed installation, including valve, accessories, and pit, will be counted. 2. Payment: Payment will be made at the unit price for each sewage air release valve and pit. 3. Includes: Unit price, but not limited to, hand excavation, trench excavation, placing and compacting bedding and backfill material, compaction, and testing. H. Removal of Sanitary Sewer: 1. Measurement: Pipe removal will not be measured for reconstruction on the same alignment or on spot repair projects. 2. Payment: Payment will be made at the unit price per linear foot for each type and size of pipe. 3. Includes: Unit price, but not limited to, removal, disposal, and capping (if specified) of pipe. I. Sanitary Sewer Cleanout: 1. Double Sweep Cleanout: a. Measurement: Each complete sanitary sewer double sweep cleanout will be counted. b. Payment: Payment will be made at the unit price for each cleanout, complete. c. Includes: Unit price includes, but is not limited to, plug at the end of the main, double sweep tee, fittings, riser pipe, cap with screw plug, casting, and concrete casting pad encasement. 2. LMK Vac -A -Tee Cleanout: a. Measurement: Each complete cleanout will be counted. b. Payment: Payment will be made at the unit price for each cleanout, complete. c. Includes: Unit price includes, but is not limited to, excavation via vacuum or hydro excavation, installation of approved saddle to existing sewer service, riser pipe, cap with screw plug, casting, and concrete casting pad encasement. K. Sanitary Sewer Abandonment, Plug: Plugging sanitary sewers is incidental to other work and will not be paid for separately. L. Sanitary Sewer Abandonment, Fill and Plug: 1. Measurement: Each size of pipe filled and plugged will be measured in cubic yards of fill material used, obtained from load tickets. 2. Payment: Payment will be at the bid unit price per cubic yard of fill material used. M. Sanitary Sewer Lateral Wye Connection: 1. Measurement: Each sanitary sewer wye will be counted. 2. Payment: Payment will be made at the unit price for each wye installed. 3. Includes: Unit price includes, but is not limited to, excavation, placing and compacting bedding and backfill material, wye, bedding and backfill material will be paid separately, at the bid unit price. N. Sanitary Sewer Service Stub, Force Main, 1 1/4" and 1 1/2" HDPE: 1. Measurement: Each type and size of force main service stub will be measured in lineal feet along the centerline of the force main service, from the stop box to the connection point at the E-One pump. 2. Payment: Payment will be made at the unit price per lineal foot of force main service pipe installed. Page 93 of 310 DIVISION 4 - SEWERS AND DRAINS Section 4010 SANITARY SEWERS 3. Includes: Unit price includes, but is not limited to, excavation, boring, placing and compacting bedding and backfill material, connection to the pump and curb stop. Bedding and backfill material will be paid separately, at the bid unit price. O. Sanitary Sewer Service Stub, Force Main, Curb Stop with Box: 1. Measurement: Each type and size of force main service curb stop will be counted. 2. Payment: Payment will be made at the unit price for each curb stop installed. 3. Includes: Unit pace includes, but is not limited to, excavation, placing and compacting bedding and backfill material, connection fittings, curb stop and box, curb box extensions. Bedding and backfill material will be paid separately, at the bid unit price. P. Sanitary Sewer Service Stub, Force Main, E-One Pump System: 1. Measurement: Each type and size of Environmental One (E-One) Pump System will be counted 2. Payment Payment will be made at the unit price for each of E-One Pump System installed. 3. Includes: Unit price includes, but Is not limited to, complete installation of the E-One pump system according to manufacturer's instructions, E-One Pump system (E-One Extreme Simplex Pump "D" Series 240v, tank, alarm disconnect panel, wiring from the panel to the pump), connection of the owner supplied power source to the alarm disconnect panel, excavation, placing and compacting bedding' and backfill material, furnishing and placing concrete ballast, installing a redundant check valve, connection to existing gravity lateral, fittings, Permits and fees. Bedding and backfill material will be paid separately at the bid unit price. Q. Pump, Clean and Abandon Septic Tank(s): 1. Measurement: Measurement will be in gallons of waste removed and disposed of at the sewage treatment plan and will be obtained from the manifest received at the time of disposal. 2. Payment: Payment will be made at the unit price per gallon of waste removed.; 3. Includes: Unit price includes, but is not limited to: equipment, labor and materials to completely remove the contents of the existing septic tank(s) and to flush with contractor supplied water to remove any remaining residue; Completely collapse the lid into the septic tank and fill the septic tank with compacted sand, or flowable mortar. R. Special Gaskets: 1. Measurement: Each type and size of gasket installed will be counted. 2. Payment: Payment will be made at the unit price for each gasket Installed. 3. Includes: Unit price includes, but is not limited to, equipment, labor and materials required for complete installation of the, gasket S. Sanitary Sewer Main Fittings by Weight: 1. Measurement: The weight of each type and size of fitting installed will be calculated. 2. Payment: Payment will be made at the unit price for the weight of each fitting installed. 3. Includes: Unit price Includes, but is not limited to, equipment, labor and materials required for complete installation of the fitting. Sanitary Sewer Main Fittings by Count: 1. Measurement: Each type and size of fitting Installed will be counted, 2. Payment: Payment will be made at the unit price for each fitting installed. 3. Includes: Unit price includes, but is not limited to, equipment, labor and materials required for the complete installation of the fitting. U. Joint Restraint: 1. Measurement: Each type and size of joint restraint installed as specified in the contract documents or as required for proper installation of the water main will be counted. 2. Payment: Payment will be made at the unit price for each type and size of Joint Restraint. 3. Includes: Unit price includes, but is not limited to, complete installation of the Joint Restraint Page 94 of 310 It DIVISION 4 - SEWERS AND DRAINS Section 4010 — SANITARY SEWERS PART 2 - PRODUCTS 2.01 SANITARY SEWER (Gravity Mains) Delete A.1 and replace with new Al Delete A. 2. b Add new A 5 Delete B.2 and replace with new B.2 Add new B. 5. C thru F are not allowed. Delete G.1.b and replace with the new G.1.b. Delete G.2.b and G.2.c and replace with new G.2.b and G.2.c. Delete G.5 and replace with new G.5. Add new G.6.d. H, I, and J allowed with written approval of the city engineer A. Solid Wall Polyvinyl Chloride Pipe (PVC): 8 inch to 15 inch: 1. 8 Inch to 15 inch SDR-26 only 5. PVC not allowed in areas under or potentially under the influence of poly -hydrocarbons. B. Solid Wall Polyvinyl Chloride Pipe (PVC): 18 inch to 27 inch: 2. Pipe stiffness per ASTM D2412, 115 psi 5. PVC not allowed in areas under or potentially under the influence of poly -hydrocarbons. C thru F Not allowed. G.1.b Minimum Thickness Class 51 G.2.b Cement mortar lining G.2.c Comply with AWWA C104 G.5 Fittings: Fittings shall be USA made compact ductile iron a. Conform to AWWA C153. b. Mechanical joint (MJ) nuts, bolts, gaskets and glands shall be USA made. 1. Conform to AWWA C111 2. Nuts and bolts shall be high strength low allow steel and be marked to identify material, size and producer. 3. Nuts and bolts shall have a ceramic filled, baked -on fluorocarbon resin coating (Cor-Blue) G.6.d Polyethylene Encasement shall be translucent or black H, I, J. Only allowed with the written approval of the City Engineer. 2.02 SANITARY SEWER FORCE MAINS Delete D and replace with the new D Add new F, G, H, and s D. Tracer Wire: Comply with Figure 5010.102 1. Tracer wire will be required on all force mains 2. Tracer Wire: Stranded 10-gauge copper wire conductor a. Insulation Material: linear low density polyethylene (LLDPE) insulation suitable for direct burial applications b. Insulation Thickness: 30 mil F. Joint Restraint: 1. Retainer Gland: a. Wedge type retainer gland Page 95 of 310 DIVISION 4 - SEWERS AND DRAINS Section 4010 - SANITARY SEWERS b. DIP: EBAA Iron, Inc. Megalug Series 1100 or USA made approved equal c. Special restraining pipe joints integral to the DIP with approval of the Engineer 2. Joint Harness: a. Wedge type restraint harness b. High strength low alloy (Corten) rods and nuts c. Cor-Blue split ring assembly tee bolts d. EBAA Iron, Inc. Series 1700 Megalug Restraint Harness or USA made approved equal, e. Special restraining pipe joints integral to the DIP with approval of the Engineer, 3. Concrete Thrust Blocks: a. Use Iowa DOT Class C concrete. b. Comply with the contract documents for dimensions and installation of thrust blocks. Comply with Figure 5010.101. c. Use for all pipe sizes 16 inches in diameter or smaller or when specified. G. High Density Polyethylene (HDPE) 11/4" TO 6": 1. Pipe shall be manufactured from a PE 3408 resin listed with the Plastic Pipe Institute (PPI) as TR-4. 2. The resin material will meet the specifications of ASTM D3350-99 with a cell classification of PE: 345464C. 3. Pipe shall have a manufacturing standard of ASTM F714. 4. Pipe shall be DR 11 (160psi WPR) unless otherwise specified on the plans. 5. The pipe shall contain no recycled compounds except that generated in the manufacturer's own plant from resin of the same specification from the same raw material. 6. Outside diameters shall be based on iron pipe size (IPS). 7. Pipe shall be manufactured from a PE 3408 resin. H. Butt Fusion Fittings: 1. Fittings shall be PE3408 HDPE, Cell Classification of 345464C as determined by ASTM D3350-99. 2. Butt Fusion Fittings shall have a manufacturing standard of ASTM D3261. 3. Molded & fabricated fittings shall have the same pressure rating as the pipe unless otherwise specified on the plans. 4. Fabricated fittings are to be manufactured using a Data Logger. Temperature, fusion, pressure and a graphic representation of the fusion cycle shall be part of thequality control records. I. Electrofusion Fittings: 1. Fittings shall be PE3408 HDPE, Cell Classification of 345464C as determined by ASTM D3350-99. 2. Electrofusion Fittings shall have a manufacturing standard of ASTM F-1055. 3. Fittings shall have the same pressure rating as the pipe unless otherwise specified on the plans. 2.04 SANITARY SEWER SERVICES A.2 thru A4 Not allowed. 2.06 SANITARY SEWER CLEANOUT Add new A Add new B A. Double Sweep Cleanout: Shall be a double sweep tee, comply with figure 4010.203. B. LMK Vac -A -Tee Cleanout: As manufactured by LMK Technologies, Inc. or equal. 1. Shall be a one piece, molded PVC saddle and shall be compatible with the riser pipe and solvent welded to the boss of the saddle. The saddle shall conform to the lateral pipe by a snap fit where the lateral pipe is either four (4") or six (6") In diameter. 2. The riser pipe shall be SDR 26 PVC. The resin shall be a one -part marine grade adhesive/sealant designed for the application of a Vac -A -Tee saddle. 3. The cleanout shall comply with figure 4010.203 2.07 SPECIAL GASKETS A. For soils contaminated with gasoline, use neoprene or nitrile gaskets. Ir Page 96 of 310 1 I1 I1 it DIVISION 4 - SEWERS AND DRAINS Section 4010 — SANITARY SEWERS B. For soils contaminated with volatile organic compounds, use nitrile or fluorocarbon gaskets. C. For other soil contaminants, contact the Engineer for the required gasket. PAPT 3- EXECUTION 3.04 GRAVITY MAIN PIPE JOINTING Delete 8 and replace with new 8. E Not allowed Delete F and replace with new F. B. Polyvinyl Chloride Pipe (PVC): 1. Coat rubber gasket and joint with soap -based lubricant immediately prior to closing the joint. F. Connection between Dissimilar Pipes: 1. The inside diameter and inverts of the existing mainline and/or service pipe material shall match with the new sewer and/or service pipe, and shall be extended to the existing sewer service where necessary. 2. The pipe transition shall be made with a manufactured flexible elastomeric, plastic, or rubber coupling approved by the Jurisdiction such as Fernco or Indiana Seal. 3. All couplings shall have two (2) stainless steel clamps for positive attachment to sewer pipe and shall provide a positive seal infiltration and shall allow the pipe inverts to math elevations. 4. A compression seal ring will not be allowed to make up the difference in outside diameters. 5. Connections to the existing sewer shall be made at a point where the existing pipe is sound and free of structural defects. If applicable, the sewer main shall be severed to that a smooth pain end spigot exists. 3.06 SANITARY SEWER SERVICE STUBS Delete C.3. and C.5 and replace with new C.3. and C.5 C. Install service stub from sewer main to the property line or as specified in the contract documents. Comply with Figure 4010.201. 3. Terminate end of service stub with a double sweep cleanout, per Figure 4010.203. 5. For undeveloped properties, place a cleanout at the end of the sanitary sewer service. Mark the end of the service line as required by the Jurisdiction or as specified in the contract documents, typical 4x4 wood post painted green, marked with depth to flow line. 3.10 SANITARY SEWER CLEANOUT Delete 3.10 and replace with new 3.10 A and B A. Provide cleanouts where specified in the contract documents. Comply with Figure 4010.203. B. Provide LMK Vac -A -Tee Cleanout where specified in the contract documents. 1. In grass areas, the sod shall be neatly cut and removed. In pavement areas, the pavement shall be straight-line marked, cut and removed. 2. The vacuum excavated borehole shall be approximately twenty -inches (20") in diameter and all spoils shall be deposited in a vacuum truck. 3. The adhesive/sealant shall be applied to the underside of the saddle at no less than a Y<" thick layer. 4. The saddle and riser pipe shall be carefully inserted into the bore hole, setting the saddle onto the pipe, applying a downward force causing the saddle to expand and snap onto the lateral pipe. 5. Immediately after the saddle has been affixed to the lateral pipe, the riser pipe should be secured by backfilling the bore hole with sand or pea -gravel to within 6-inches of the original grade. 6. An exfiltration test shall be performed by filling the riser pipe with a 6-foot column of water. The test shall be performed no less than 12-hours from the time of affixing the saddle to the pipe. The column of water shall be held for five minutes, The water level shall be measured from the top of the riser pipe. Zero leakage is allowed. 7. A diamond core saw shall be introduced into the riser pipe, the crown of the pipe is cut and the coupon is removed. 8. An approved cap or cover is installed at ground level or below ground level. Page 97 of 310 DIVISION 4 SEWERS AND DRAINS Section 4010 — SANITARY SEWERS 9. Should soil conditions reveal running sand or similar conditions that would prohibit the installation, the installation shall be terminated and the borehole filled with flowable grout. The surface area shall be restored to Its original condition. 10. The site shall be left clean and the property restored to conditions equal to site conditions prior to the VAC -A -TEE® installation. 3.14 SANITARY SEWER MAIN AND LATERAL INSTALLATION WITH SPECIAL GASKETS A. Sanitary sewer main and laterals must be installed with special gaskets where site conditions are under the influence or may become under the influence of benzene/petrol. Page 98 of 310 Section 4020 — STORM SEWERS 1 DIVISION 4 - SEWERS AND DRAINS Section 4020 — STORM SEWERS PART 1- GENERAL. 1.03 SUBMITTALS. Delete Article 1.03 reference to Division 1 and Replace with the following. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction. 1.08 MEASUREMENT AND PAYMENT Delete A.1.a and c and replace with new A.1.a and c Delete A.2.c and replace with new A.2.c Delete 8.1.c and replace with new 8.1.c Delete 8.2.c and replace with new 8.2.c Delete D.1 and replace with new D.1. A. Storm Sewer: 1. Trenched: a. Measurement: Each type and size of pipe installed in a trench will be measured in linear feet along the centerline of the pipe from inside face of intake or manhole to inside face of intake or manhole. Where the end of the pipe discharges to a ditch or waterway, measurement will be to the end of the pipe, exclusive of apron. Lengths of elbows and tees, where permitted, will be included in the length of the pipe measured. c. Includes: Unit price includes, but is not limited to, trench excavation, dewatering, placing and compacting bedding and backfill material, joint wrapping, wyes and other fittings, pipe joints, pipe connections, testing, and inspection. 2. Trenchless: c. Includes: Unit price includes, but is not limited to, furnishing and installing pipe, trenchless installation, materials and equipment, pit excavation, dewatering, placing and compacting backfill material, pipe connections, including connection to private building services and municipal sewer, testing, and inspection. B. Storm Sewer with Casing Pipe: 1. Trenched: c. Includes: Unit price includes, but is not limited to, furnishing and installing both carrier pipe and casing pipe, trench excavation, dewatering, placing and compacting bedding and backfill material, if specified in the contract documents furnishing and filling annular space fill material, pipe joints, pipe connections, testing, and inspection. 2. Trenchless: c. Includes: Unit price includes, but is not limited to, furnishing and installing pipe, trenchless installation, materials and equipment, pit excavation, dewatering, placing and compacting backfill material, pipe connections, including connection to private building services and municipal sewer, testing, and inspection D. Removal of Storm Sewer: 1. Measurement: Each type and size of pipe removed will be measured in linear feet from end to end. Pipe removal will not be measured for payment for reconstruction on the same alignment or on repair projects. Page 99 of 310 DIVISION 4 - SEWERS AND DRAINS Section 4020 — STORM SEWERS PART 2 - PRODUCTS 2.01 STORM SEWERS Delete A.3, B.3 and C.3 and replace with new A.3, B.3 and C.3 Add A.4, 8.4 and C.4 G, H, I, J, K, Not Allowed Delete M and, replace with new M Delete N and replace with new N A. Reinforced Concrete Pipe (RCP): 3. Use tongue and groove joints with rubber 0-ring or profile gasket complying with ASTM C443. If specified, cold applied bituminous jointing material may be used with wrapped exterior joints. 4. If specified, wrap exterior joints complying with ASTM C877. B. Reinforced Concrete Arch Pipe (RCAP): 3. Use tongue and groove joints with rubber 0-ring or profile gasket complying with ASTM C443. If specified, cold applied bituminous jointing material may be used with wrapped exterior joints. 4. If specified, wrap exterior joints complying with ASTM C877. C. Reinforced Concrete Elliptical Pipe (RCEP): 3. Use tongue and; groove joints with rubber 0-ring or profile gasket complying with ASTM C443. If specified, cold applied bituminous jointing material may be used with wrapped exterior joints. 4. If specified, wrap exterior joints complying with ASTM C877. G, H, 1, J, K Not Allowed M. Bituminous Jointing Material: Use a cold applied mastic sewer joint sealing compound recommended by the manufacturer for the intended use and approved by the Jurisdiction complying with MSHTO M198; must be used with external joint wrap meeting ASTM C877. N. Engineering Fabric: Comply with Iowa DOT Materials I.M. 4196.01. Use of this material requires specific approval of the engineer Page 100of310 DIVISION 4 - SEWERS AND DRAINS Section 4030 — PIPE CULVERTS Section 4030 — PIPE CULVERTS i Ih a! 11 1 PART 1 - GENERAL 1.03 SUBMITTALS Delete and Replace with the following. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction. 1.08 MEASUREMENT AND PAYMENT Delete A.1.c and replace with new A.1.c. Delete 8.3 and replace with new B.3. A. Pipe Culverts: 1.c. Includes: Unit price includes, but is not limited to, trench excavation, dewatering, placing and compacting bedding and backfill material, connectors, testing and inspection. B. Pipe Aprons: 3. Includes: Unit price includes, but is not limited to, trench excavation, placing and compacting bedding and backfill material, connectors, and other appurtenances. PART 2 - PRODUCTS 2.01 PIPE CULVERTS 8.4, 5, 6, 7, and 8 Not Allowed C and D Not Allowed. END OF SECTION Page 101 of 310 [Page Intentionally Left Blank] Page 102 of 310 11 DIVISION 4 - SEWERS AND DRAINS Section 4040—SUBDRAINS AND FOOTING DRAIN COLLECTORS II Section 4040 — SUBDRAINS AND FOOTING DRAIN COLLECTORS PART 1-GENERAL 1.03 SUBMITTALS Delete Article 1.03 reference to Division 1 and Replace with the following. All materials to be incorporated into the work must have certifications furnished which show that If the materials comply with the Specifications prior to any construction 1.08 MEASUREMENT AND PAYMENT Il Delete A.3, 8.3, C.3, D.3 and replace with new A.3, 8.3, C.3, D.3 Add new F Add new G If A. Subdrains: 3. Includes: Unit price includes, but it not limited to, trench excavation, engineering fabric, placing bedding and backfill material, connectors, and fittings. B. Footing Drain Collectors: 3. Includes: Unit price includes, but it not limited to, trench excavation, pipe wyes, tap, placing bedding and backfill material, pipe wyes, fittings, and adjustment to finished grade. IS C. Subdrains or Footing Drain Outlets: 3. Includes: Unit price includes, but it not limited to, trench excavation, placing bedding and backfill material, casting, connectors, and fittings. I� D. Subdrains or Footing Drain Outlets and Connections: 3. Includes: Unit price includes, but it not limited to, core drilling of structures and pipe, flexible connectors (structures) and saddles (pipe), flexible sealant, coupling bands, and rodent guards for pipes 6 inches and smaller. F. Manufactured Trench Drain: 1. Measurement: Each type and size of trench drain will be measured in linear feet, along the centerline of the casting or grate. 2. Payment: Payment will be at the bid unit price per linear foot of each type and size of trench drain I[ installed. 3. Includes: Unit Price Includes, but is not limited to, equipment, labor and materials to required for complete installation of manufactured trench drain. II G. Groundwater Sampling Port: 1. Measurement: Each type and size of groundwater sampling port will be measured by Each. 2. Payment: Payment will be at the bid unit price per each groundwater sampling port installed. 3. Includes: Unit Price includes, but is not limited to, equipment, labor and materials required for complete installation of the groundwater sampling port. This includes the PVC Tee that ties into the subdrain. Includes Fernco couplers to connect to subdrain. Ir PART2-PRODUCTS 2.07 ENGINEERING FABRIC Delete 2.07 and replace with new 2.07 2.09 GROUNDWATER SAMPLING PORT Delete 2.09 and replace with new 2.09 Ir Use fabric complying with Iowa DOT Article 4196.01-2 Page 103 of 310 DIVISION 4 - SEWERS AND DRAINS Section 4040 SUBDRAINS AND FOOTING DRAIN COLLECTORS A. Polyvinyl Chloride Pipe and Fittings (Solid Wall PVC): 1. Comply with ASTM D 3034, minimum thickness SDR 35, 46 psi minimum pipe stiffness. 2. Use PVC plastic conforming to ASTM D 1784, Cell Classification 12454. 3. Casting to use for top of sampling port to be Neenah R-1973-1 or Approved Equal B. Corrugated Polyvinyl Chloride Pipe and Fittings (Corrugated PVC): 1. Use corrugated exterior, smooth interior, PVC. 2. Comply with ASTM F 949, minimum, pipe stiffness, 46 psi. 3. Use PVC plastic complying with ASTM D 1784, Cell Classification 12454. 4. Casting to use for top of sampl ng port to be Neenah R-1973-1 or Approved Equal END OF SECTION Page 104 of 310 �l DIVISION 4 - SEWERS AND DRAINS Section 4050 — PIPE REHABILITATION Section 4050 — PIPE REHABILITATION PART 1- GENERAL 1.03 SUBMITTALS Delete Article 1.03 reference to Division 1 and Replace with the following. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction 1.08 MEASUREMENT AND PAYMENT Delete Al and replace with new Al Delete Cl and replace with new Cl Added new L, M and N A. Pipe Cleaning and Inspection for Rehabilitation: 1. Pre -Rehabilitation Cleaning and Inspection: a. Measurement: Each type and size of pipe will be measured in linear feet along the centerline of the pipe, from inside face of manhole to inside face of manhole. C. CIPP Lining: 1. CIPP Main Lining: a. Measurement: Each type and size of pipe lining will be measured in linear feet along the centerline of the pipe, from inside face of manhole to inside face of manhole. L. Sanitary Sewer Service, Cleaning and Inspection: 1. Measurement: Inspection will be measured in linear feet along the center line of the pipe from inside face of the main to the end of the inspected distance. 2. Payment: Payment will be made at the unit price per linear foot. 3. Includes: Unit price includes pipe inspection, and all costs associated with, public information and notification program. The contractor shall be responsible for notifying the residents 24 hours in advance of performing the work. M. Sanitary Sewer Service, Lining: 1. Measurement: Each service to be lined will be measured in linear feet from inside face of the main to the termination point of the liner material. 2. Payment: Payment will be made at the unit price per linear foot for each diameter of lateral lined. 3. Includes: Unit price includes but not limited to, all equipment and materials required to perform the work, any sewer pumping that may be needed, grouting, removal of Internal obstructions, heavy pipe and lateral cleaning, inspection via post CCTV lateral launch camera or lateral plumbing camera in color, and all costs associated with public information and notification program. The contractor shall be responsible for notifying the residents 24 hours in advance of performing the work. N. Sanitary Sewer Service, Interface Seal 1. Measurement: Each Sanitary Sewer Service, Interface Seal Installed will be counted. 2. Payment: Payment will be made at the unit price for each Sanitary Sewer Service, Interface Seal. 3. Includes: Unit price includes but not limited to, all equipment and materials required to perform the work, connection to 4" or 6" diameter lateral, any sewer pumping that may be needed, removal of internal obstructions, heavy pipe and lateral cleaning, inspection via post CCTV lateral launch camera or lateral plumbing camera in color, and all costs associated with public information and notification program. The contractor shall be responsible for notifying the residents 24 hours in advance of performing the work. Page 105 of 310 DIVISION 4 - SEWERS AND DRAINS Section 4050 — PIPE REHABILITATION PART2-PRODUCTS 2.06 PIPE REPAIR COUPLINGS FOR SPOT REPAIRS BY PIPE REPLACEMENT Delete 2.06 A and replace with new 2.06 A A. Transitions between dissimilar pipe materials shall be accomplished with non -shear, flexible elastomeric plastic or rubber couplings as manufactured by Fernco, Mission or an approved equal. All couplings shall have (4) stainless steel clamps for positive attachment and shall provide a positive seal against infiltration and exfiltration. 2.08 SANITARY SEWER SERVICE, LINING Added new 2.08, 2.09 and 2.10 A. Lining Material: 1. CIPP: CIPP shall be designed per ASTM F1216, Appendix XI. Materials and Installation practices shall adhere to the minimum requirements of ASTM F2561-11. 2. Product: Liner shall be, T-Liner as manufactured by LMK,Technologies, Inc. or equal. 3. Liner Assembly: The liner assembly shall be continuous in length and consist of one or more layers of absorbent textile material i.e. needle punched felt, circular knit or circular braided tubes that meet the requirements of ASTM F1216 and ASTM D5813 Sections 6 and 8. No intermediate or encapsulated elastomeric layers shall be in the textile that may cause de -lamination in the cured in -place pipe. The textile tube and sheet shall be constructed to withstand installation pressures, have sufficient strength to bridge missing pipe segments, and flexibility to fit irregular pipe sections. The wet -out textile tube and sheet shall meet ASTM F 1216, 7.2 as applicable, and shall have a uniform thickness and 5% to 10% excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure. 4. Mainline Liner Tube: The main sheet will be flat with one end overlapping the second end and sized accordingly to create a circular lining equal to the inner diameter of the main pipe., The interior of the textile sheet shall be laminated with an impermeable, translucent flexible membrane. The textile sheet before insertion shall be permanently marked on the membrane as a "Lateral Identification" correlating to the address of the building the lateral pipe provides service. 5. ,Lateral Liner Tube: The exterior of the lateral liner tube shall be laminated with an impermeable, translucent flexible membrane. Longitudinal seams in the tube shall be stitched and thermally sealed. The lateral tube will be continuous in length and the wall thickness shall be uniform. The lateral tube will be capable of conforming to offset joints, bells, disfigured pipe sections and pipe diameter transitions. 6. Mainline Connection: The main tube and lateral tube shall be formed as a one-piece assembly by stitching the lateral tube to the main sheet aperture. The connecting end of the lateral tube shall be shaped to match the aperture and curvature of the main tube. The lateral tube and main tube are connected by stitching, and sealing the stitching using a flexible UV cured adhesive/sealant. The main and lateral tubes are assembled in the shape of a'T' or WYE with corresponding dimensions. 7. Gasket Seals: The mainline connection shall include a seamless molded flange shaped end seal gasket attached to the main liner tube by use of stainless steel snaps The lateral tube shall include an 0-ring gasket attached six -inches from the upstream terminating end of the lateral tube. B. Resin Material: 1. The resin/liner system shall conform to ASTM D5813 Section 8.2.2. 2. The resin shall be a corrosion resistant polyester, vinyl ester, epoxy or silicate resin and catalyst system that when properly cured within the composite liner assembly, meets the requirements of ASTM F1216, the physical properties herein, and those which are to be utilized in the design of the CIPP, for this project. Page 106 of 310r, DIVISION 4 - SEWERS AND DRAINS Section 4050 — PIPE REHABILITATION 3. The resin shall produce CIPP, which will comply with the structural and chemical resistance requirements of ASTM F1216. 2.09 SANITARY SEWER SERVICE, INTERFACE SEAL Refer to Section 4050 2.08 for Product Information. 2.10 SANITARY SEWER SERVICE, CLEANING and INSPECTION 1. Camera: A. Produce a high resolution, quality color video image. B. Integral lighting to provide proper illumination and a clear video image of the entire periphery of the pipe. C. Capable of operating in 100% humidity conditions. 2. Provide closed-circuit video inspection equipment capable of displaying on screen footage of camera distance measured to within 1 % of actual distance. 3. Record the inspection in color. I PART3-EXECUTION Add new 3.09, 3.10, 3.11, 3.12 and 3.13 3.01 SEWER CLEANING AND INSPECTION FOR REHABILITATION Add new B.4 B.4. Pre and post videos shall be submitted on a weekly basis for review. 3.02 Bypassing Sewage i1 Add new D D. Traffic control and environmental safety according to Section 1070. 3.03 CIPP MAIN LINING Add new H. 7 H. Service Reinstatement: 7. 1. The Contractor shall outline specific repair or replacement procedures for potential defects In the installed CIPP. Repair/replacement procedures shall be as recommended by the CIPP system manufacturer and shall be submitted to the Owner at the Pre -Construction Meeting. a. Repairable defects in the installed CIPP shall be specifically defined by the Contractor based on manufacturer's recommendations, including a detailed step-by-step repair procedure, resulting in a finished product meeting the requirements of SUDAS. b. Un-repairable defects to the CIPP shall be clearly defined by the Contractor based on the manufacturer's recommendations, including a recommended procedure for the removal and replacement of the CIPP. 2. Defects in the installed CIPP that will not affect the operation and long term life of the product shall be identified and defined. The Owner reserves the right to request an independent evaluation of a defective CIPP identified and defined by the Contractor to not affect the operation and long term life of the product. In the event, the Owner/Owner's representative determines the defect does not result in a finished product meeting the requirements of SUDAS, the Contractor shall follow SUDAS Division 4, Section 4050 Pipe Rehabilitation, Part 3 — Execution, 3.06 Resin Impregnated CIPP Lining, D (1). 3. After the sewer lining is complete and any insitu testing is complete, the contractor shall re-establish all service connections. This shall be done without excavation from the interior of the pipe by means of a television camera and a remotely controlled cutting device. 4. All service edges shall be smoothed with a wire brush attachment after internal reinstatement. 5. Dye testing of service connections shall be performed during pre -lining televising at no additional cost to the owner; this is to be performed to establish whether services are active. 6. The contractor shall reopen active services only and services to vacant lots only as directed by the Engineer. The responsibility for determining which services are inactive and which do not serve vacant lots shall be the contractor's. 7. Holes cut through the liner shall be neat, smooth, and to the full diameter of the existing connection in order to prevent blockage at the connection. Page 107 of 310 DIVISION 4 - SEWERS AND DRAINS Section 4050— PIPE REHABILITATION 8. Coupons shall beremoved at the downstream manhole., Do not open abandoned service connections except at Engineer's direction. If abandoned service connections are opened without Engineer's approval, perform an internal spot repair to close the connection, at no additional cost to the owner. 9. All leaks shall be sealed or stopped with grout prior to lining. 10. Pipe ends shall be sealed with Hydrophilic end seals at all manhole connections. 3.07 Spot Repairs by Pipe Replacement Add new G and H G. Traffic control and environmental safety according to Section 1070 H. Material and installation according to Section 4010 3. 09 Chemical Grout/NG OF PIPE Contractor shall install Chemical Grout per the manufacturer's instructions. If grout sealing is determined by the Contractor to be necessary, the Contractor shall notify the Owner for approval, prior to installation. 3.10 SANITARY SEWER SERVICE, LINING A. Prior to entering access areas such as manholes, an excavation pit, performing inspection or cleaning operations, an evaluation of the atmosphere to determine the presence of toxic or flammable vapors or lack of oxygen shall be undertaken in accordance with local, state, or federal safety regulations. B. Cleaning and Inspection - As per NASSCO Standards. C. If a cleanout is required, the cleanout shall be located no less than within two (2) feet of the finished liner. D. The upstream side of the cleanout (if installed) shall be plugged during insertion and curing of the liner assembly ensuring no flows enter the pipe and no air, steam or odors will enter the building. When required, the main pipe flows will be by-passed. The pumping system shall be sized for normal to peak flow conditions. The upstream manhole shall be monitored at all times and an emergency deflating system will be incorporated so that the plugs may be removed at any time without requiring confined space entry. E. The interior of the pipeline shall be carefully inspected to determine the location of any condition that shall prevent proper installation, such as roots, and collapsed or crushed pipe sections. These conditions shall be noted. Experienced personnel trained in locating breaks, obstacles, and service connections by closed circuit television shall perform inspection of pipelines. F. The existing service lateral shall be clear of obstructions that prevent the proper insertion and expansion of the lining system. Changes in pipe size shall be accommodated, if the lateral tube is sized according to the pipe diameter and condition. Obstructions may include dropped or offset joints of no more than 20% of inside pipe diameter. G. The liner assembly is encapsulated within the translucent bladder (liner/bladder assembly) shall be saturated with the resin system (wet -out) under controlled vacuum conditions. The volume of resin used shall be sufficient to fill all voids in the textile lining material' at nominal thickness and diameter. The volume shall be adjusted by adding 5% to 10% excess resin for the change in resin volume due to polymerization and to allow for any migration of resin into the cracks and joints in the original pipe. No dry or unsaturated area in the mainline sheet or lateral tube shall be acceptable upon visual inspection. H. The lateral tube and inversion bladder will be inserted into the carrying device. The main bladder and main flat sheet shall be wrapped around a "T" launching device, formed Into a tube and secured by use of rubber bands. A seamless molded flange shaped end seal gasket shall be attached to the main liner tube by use of stainless steel snaps. The end seal shall be installed at the main/lateral pipe interface by inserting the gasket tube into the lateral pipe until the brim of the gasket is firmly seated against the mainline pipe. An end seal 0- ring for lateral CIPP shall be installed 6-inches from the upstream terminating end of the lateral tube. The launching device is inserted into the pipe and pulled to the point of repair. The pull is complete when the lateral tube is aligned with the lateral pipe. The lateral tube is completely protected during the pull. The mainline liner is supported on a rigid "T" launcher that Is elevated above the pipe invert through the use of a rotating skid system. The liner assembly shall not be contaminated or diluted by exposure to dirt or debris during the pull. 1. The maln bladder shall be inflated causing the mainsheet to, unwrap and expand; pressing the main tube firmly into contact with the main pipe and embedding the flange shaped gasket between the main tube and the main pipe at the lateral opening.The lateral tube is inverted through the main tube aperture by the action of the lateral bladder extending into the lateral pipe to a termination point that shall be no less than 2-feet from the exterior cleanout. The bladder assembly shall extend beyond each end of the liner, so the liner remains open-ended and no cutting shall be required. Page 108' of 310 I1 1t 1. 11, II, DIVISION 4 - SEWERS AND DRAINS Section 4050— PIPE REHABILITATION J. After the liner has been fully deployed into the lateral pipe, pressure is maintained pressing the liner firmly against the inner pipe wall until the liner is cured at ambient temperatures or by a suitable heat source. The heating equipment shall be capable of delivering a mixture of steam and air throughout the liner bladder assembly to a uniform raise the temperature above the temperature required to cure the resin. The curing of the CIPP must take into account the existing pipe material, the resin system, and ground conditions (temperature, moisture level, and thermal conductivity of the soil). The heat source temperatures shall be monitored and logged during the cure and cool down cycles. The manufacturer's recommended cure schedule shall be submitted. K. Curing shall be done without pressure interruption with air or a mixture of air and steam for the proper duration of time per the resin manufacturer's recommendations. The curing process is complete when the temperature of the CIPP reaches 100 degrees Fahrenheit or less, the processing shall be finished. L. The finished CIPP shall be a homogenous liner assembly located within a lateral service pipe for a specific length, and extending into the main pipe to renew 18-inches of the main pipe including the service connection). The CIPP shall be smooth with minimal wrinkling. The CIPP shall be free of dry spots, lifts, and delaminated portions. The CIPP shall include an engineered taper at each end providing a smooth transition to the host pipe for accommodating video equipment and maintaining proper flow in the mainline. After the work is completed, the installer will provide the owner with video footage documenting the repair and the visual markings identifying the sewer lateral address as completed work. The finished product must provide an airtight / watertight verifiable non -leaking connection between the main sewer and sewer service lateral. 3.11 SANITARY SEWER SERVICE, CLEANING and INSPECTION A. Equipment shall be able to be launched through a manhole and travel along the sewer main to the sanitary laterals. B. Inspect all sanitary sewer services from the main / lateral connection to the R.O.W. (Right of Way) or 25 linear feet up the lateral or as far as the equipment can safely maneuver. Contractor shall verify each lateral connection from the main to the corresponding property, either using dye testing, sonde locating device or similar equipment. D. The contractor shall be responsible for notifying the residents 24 hours in advance of performing the work. E. Provide a binder with copies of the video inspections and the PDF print outs for each lateral inspected. F. Videos shall include on -screen continuous footage counter, pipe diameter, direction of camera movement, manhole and street location references in the recording. 3.12 SANITARY SEWER SERVICE, INTERFACE SEAL Refer to Section 4050 3.11 for Installation Information. 3.13 OBSTRUCTIONS B. If a point repair is determined by the contractor as being needed, then the contractor shall notify the engineer of the need and the owner will either: 1. Perform the necessary repair, the owner will coordinate the repair within four (4) weeks of receiving the notification. 2. At its discretion, have this work performed by a third party. 3. At its discretion, have the contractor perform the necessary repair. 4. Should a contractor's equipment become lost during operation, the contractor shall be responsible for the recovery of said equipment along with any point repair as necessary. D. Protruding Service Connections: 1. Protruding service connections' IA" or less: When inspection reveals a protruding service connection ofYz' or less, the contractor may line over it. 2. Protruding service connections greater than'/z': It shall be the responsibility of the contractor to clear the line of protruding service connections greater than '/" in length. The protruding service connections shall be ground flush with the mainline pipe prior to lining. Any protruding service connections greater than''/z' shall be pointed out to the Engineer prior to grinding. END OF SECTION Page 109 of 310 Page 110of310 1 DIVISION 5 - WATER MAIN AND APPURTENANCES The performance of the work, material requirements and standard details will be governed by the City of Dubuque Water Distribution Specifications dated September 12, 2011. Bedding and backfill materials shall follow division 3 of Statewide Urban Design Specifications, and applicable supplemental specifications. The basis of measurement and the basis of payment will be governed by Iowa Statewide Urban Design Specifications; and applicable supplemental specifications, developmental specifications, and special provisions. Page 111 of 310 [Page Intentionally Left Blank] Page 112 of 310 �l I( Section 5010 — PIPE AND FITTINGS li PART 1-GENERAL 1.03 SUBMITTALS Delete Article and Replace with the following. DIVISION 5 - WATER MAIN AND APPURTENANCES Section 5010— PIPE AND FITTINGS All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction 1.08 MEASUREMENT AND PAYMENT Delete A.1.a and replace with new A.1.a Delete A.1.c and replace with new A.1.c Delete B.1.c and replace with new B.1.c Delete C.1.c and 2.c and replace with new C.1.c and 2.c Delete D.3 and replace with new D.3 Add new E.2.c and E.3.c Add new F, G, H and l A. Water Main: 1.a Measurement: Each type and size of pipe installed in an open trench will be measured in linear feet along the centerline of the pipe. Fittings and valves will be measured separately. 1.c. Includes: Unit price includes, but is not limited to, trench excavation, dewatering, placing bedding and backfill material, tracer system, testing, disinfection, and polyethylene wrap for ductile iron pipe. 11[ B. Water Main with Casing Pipe: 1.c. Includes: Unit price includes, but is not limited to, furnishing and installing carrier and casing pipe, trench excavation, dewatering, placing bedding and backfill material, casing spacers, if specified placing and �I installing annual spacing fill material, tracer system, testing, and disinfection. C. Fittings: 1[ 1.c Includes: Unit price includes, but is not limited to complete installation of the fitting. Joint restraint will be paid for separately. 2.c Includes: Unit price includes, but is not limited to complete installation of the fitting. Joint restraint will be paid for separately. r[ 3. Joint Restraint: a. Measurement: Each type and size of joint restraint installed as specified in the contract documents or as required for proper installation of the water main will be counted. b. Payment: Payment will be made at the unit price for each type and size of Joint Restraint. c. Includes: Unit price includes, but is not limited to, complete installation of the Joint Restraint D. Water Service Stubs by Each: 3. Includes: Unit price includes but is not limited to, water service corporation, service pipe, curb stop, stop 11 box, trench excavation, dewatering, furnishing and installing pipe, placing and compacting bedding and backfill material, and installation of tracer wire system for non-metallic service pipe. Shall include permits and city of Dubuque Water department tap fees, tapping of the main shall be completed by the City of Dubuque Water Department 1 E. Water Service Stub by Length: 2.c. Includes: Unit price includes but is not limited to, water service corporation, trench excavation, dewatering, furnishing and installing pipe, placing and compacting bedding and backfill material. Shall include permits and city of Dubuque Water department tap fees, tapping of the main shall be completed by the City of Dubuque Water Department Page 113 of 310 DIVISION 5 WATER MAIN AND APPURTENANCES Section 5010 PIPE AND FITTINGS 3.c. Includes: Unit price includes, but is not limited to, excavation, hand excavation, equipment, materials, couplings, installing new valve, installing new stop box, connecting to the new / existing service pipe, placing and compacting bedding and backfill. F. Water Service Curb Stop Valve Replacement: 1 Measurement: Each Water Service Curb Stop Valve installed will be counted. 2. Payment: Payment will be made at the unit price for each Curb Stop Valve installed. 3. Includes: Unit price includes, but is not limited to, excavation, hand excavation, equipment, materials, couplings, new valve, connecting to the new / existing service pipe, placing and compacting bedding and backfill, installing new Curb Stop Valve. G. Water Service Curb Stop Box and Riser Replacement: 1. Measurement: Each Water Service Curb Stop Box and Riser installed will be counted. 2. Payment: Payment will be made at the unit price for each Curb Stop Box and Riser installed` 3. Includes: Unit price includes, but is not limited to, excavation, hand excavation,equipment, materials, placing and compacting bedding and backfill, installing new Curb Stop Box and Riser. H. Water Service Curb Stop Box Extension: 1. Measurement: Each Water Service Curb Stop Box Extension installed will be counted. 2. Payment: Payment will be made at the unit price for each Curb Stop box extension Installed. 3. Includes: Unit price includes, but is not limited to, excavation, hand excavation, equipment, materials, placing and compacting bedding and backfill, installing new curb stop box extension. I. Removal and Salvage — Water Main Fittings and Appurtenances: 1. Measurement: No measurement will be made of individual salvaged materials' 2. Payment: Payment will be lump sum price 3. Includes: Unit price includes, but is not limited to, excavation, hand excavation, equipment, materials, placing and compacting backfill, removal of identified appurtenances, and delivering to the water department. PART 2 — PRODUCTS 2.01 JOINT RESTRAINT A. COMPLY with Section 4010 2.02 SPECIAL GASKETS A. COMPLY with Section 4010 PART 3 — EXECUTION 3.01 JOINT RESTRAINT A. COMPLY with Section 4010 3.02 SPECIAL GASKETS A. COMPLY with Section 4010 END OF SECTION Page 114 of 310 DIVISION 5 - WATER MAIN AND APPURTENANCES Section 5020 — VALVES, FIRE HYDRANTS, AND APPURTENANCES 11 Section 5020 — VALVES, FIRE HYDRANTS, AND APPURTENANCES 1 PART 1-GENERAL 1.03 SUBMITTALS Delete Article 1.03 reference to Division 1 and Replace with the following. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction 1.08 MEASUREMENT AND PAYMENT Delete 8 and replace with new B Delete C.3 and replace with new C.3 B. Jurisdiction to complete tap. Contact jurisdiction for tapping fee. C.3. Includes: Unit price includes, but is not limited to, the fire hydrant, barrel extensions I sufficient to achieve proper bury depth of anchoring pipe and height of fire hydrant above finished grade, and components to connect the fire hydrant to the water main, including anchoring pipe, fittings, joint restraint, fire hydrant gate valve and appurtenances. All backfill will be paid for separately. END OF SECTION 11 Page 115 of 310 [Page Intentionally Left Blank] Page 116of310 DIVISION 5 - WATER MAIN AND APPURTENANCES Section 5030 — TESTING AND DISINFECTION Section 5030 - TESTING AND DISINFECTION See City of Dubuque Water Distribution Specifications dated September 12, 2011. END OF SECTION it Page 117 of 310 [Page Intentionally Left Blank] Page 118 of 310 N[ 11 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS iJ I1 N IL IL 1 11 IL If Page1119 [Page Intentionally Left Blank] Page 120 of 310 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS Section 6010 — STRUCTURES FOR SANITARY AND STORM SEWER Section 6010 - STRUCTURES FOR SANITARY AND STORM SEWER PART 1-GENERAL 1.03 SUBMITTALS Delete Article 1.03 reference to Division 1 and Replace with the following. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction 1.08 MEASUREMENT AND PAYMENT Delete A and replace with new A Delete B and replace with new 8 Delete C2. c and replace with new C2 c. Delete D and replace with new D Delete F.1 and F.3 replace with new F.1 and F.3 Delete G.3 and replace with new G.3 Add new I, J, and K A. Manhole: 1. Measurement: Each size and type of manhole will be measured in vertical feet from the flow line to top of casting. 2. Payment: Payment will at the Unit price per vertical foot for each size and type of manhole. 3. Includes: Unit price includes, but is not limited to, excavation, placing bedding and backfill material, compaction, base, structural concrete reinforcement steel, pre -cast units (if used), inverts, pipe connections at the manhole and to any existing sewers, infiltration barriers (sanitary sewer manholes only), castings, and adjustment rings. B. Intake: 1. Measurement: Each size and type of intake will be measured in vertical feet from the flow line to the flow line of gutter. 2. Payment: Payment will at the Unit price per vertical foot for each size and type of intake. 3. Includes: Unit price includes, but is not limited to, excavation, placing bedding and backfill material, compaction, base, structural concrete reinforcement steel, pre -cast units (if used), inverts, pipe connections at the intake and to any existing sewers, castings, and adjustment rings. C. Drop Connection: 2. External Drop Connection: c Includes: Unit price includes, but is not limited to, the connection to the manhole and all pipe, fittings, concrete encasement, and placing and compacting bedding and backfill material. D. Casting Extension Rings: 1. Measurement: Adjusting rings are incidental as part of the Manhole. 2. Payment: Adjusting rings are incidental as part of the Manhole. F. Manhole or Intake Adjustment, Major: 1. Measurement: Each existing manhole or intake adjusted to grade by addition or removal of riser, cone or flat top sections, or the exchange of existing riser sections with sections having different vertical dimensions or modification of cast in place structures will be counted. 3. Includes: Unit price includes, but is not limited to, removal of existing casting, adjustment rings, top sections, risers, sawing and removal of cast -in -place concrete; excavation, concrete reinforcing steel, precast sections, installing new casting; installing new infiltration barrier (sanitary sewer manhole only), new cast in place concrete, placing backfill material, and compaction. G. Connection to Existing Manhole or Intake: 3. Includes: Unit price includes, but is not limited to, coring or cutting into the existing manhole or intake, flexible pipe connectors, flexible sealant, and water stop (when required). All connections to sanitary sewer manholes must be core drilled to accommodate proper size flexible pipe connector. Page 121 of 310 DIVISION 6 STRUCTURES FOR SANITARY AND STORM SEWERS Section 6010 — STRUCTURES FOR SANITARY AND STORM SEWER I. Sanitary Sewer Lift Station: 1. Measurement: Each Lift station will be counted. 2. Payment: Payment will be made at the bid lump sum price. 3. Includes: Lump sum price includes, but is not limited to the complete construction of the lift station according to the plans and details, electrical service to the lift station, permits. J. Manhole Remove and Replace: 1. Measurement: Each size and type of manhole being installed will be measured in vertical feet from the flow line to top of casting. 2. Payment: Payment will at the Unit price per vertical foot for each size and type of manhole being installed: 3. Includes: Unit price includes, but is not limited to, complete removal of existing structure and replacement with new structure of type and size specified, excavation, placing bedding and backfill material, compaction, base, structural concrete reinforcement steel, pre -cast units (if used), Inverts, pipe connections at the manhole and to any existing sewers, infiltration barriers (sanitary sewer manholes only), castings, and adjustment rings. K. Intake Remove and Replace: 1. Measurement Each size and type of intake being installed will be measured in vertical feet from the flow line to gutter line.. 2. Payment: Payment will at the Unit price per vertical foot for each size and type of intake being installed. 3. Includes: Unit price includes, but is not limited to, complete removal of existing structure and replacement with new structure of type and size specified, excavation, placing bedding and backfill material, compaction, base, structural concrete reinforcement steel, pre -cast units (if used), inverts, pipe connections at the manhole and to any existing sewers, castings, and adjustment rings. PART 2-PRODUCTS 2.01 MANHOLE AND INTAKE TYPES Table 6010.01: Manhole and Intake Types Allowable Sanitary Sewer Manholes: Figure 6010.301, SW-301 Figure 6010.303, SW-303 Figure 6010.304, SW-304 Storm Sewer Manholes: Figure 6010.401, SW-401 - 48" diameter manholes shall use a cone section Storm Sewer Intakes: Figure 6010.501, SW-501 1. Cast -In -Place Only 2. Short wall dimension - 2'-6" 3. Wall Thickness - 0'-8" 4. Casting - Neenah R-3246-AL, with enviro notice cast into curb 'DUMP NO WASTE DRAINS TO FRESH WATER' Figure 6010.504, SW-503 1. Cast -In -Place Only 2. Grate opening dimension - 2'-6"x3'-0" 3. Long Wall Dimension - Varies, See Plan 4. Wall Thickness - 0'-8" 5. Intake Casting - Neenah R-3246-AL, with enviro notice cast into curb 'DUMP NO WASTE DRAINS TO FRESH WATER' 6. Manhole Opening — Eliminate Page 122 of 310 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS Section 6010 - STRUCTURES FOR SANITARY AND STORM SEWER Figure 6010.505, SW-505 1. Cast -In -Place Only 2. No center beam 3. Short wall dimension - 2'-6" 4. Double intake long wall dimension - 6'-1" 5. Triple intake long wall dimension - 9'-2" 6. Wall Thickness - 0'-8" 7. Casting - Neenah R-3246-AL, with enviro notice cast into curb 'DUMP NO WASTE DRAINS TO FRESH WATER' a. Frame left flange removed: R-3246-0043 b. Frame right flange removed: R-3246-0044 c. Frame left and right flange removed: R-3246-0045 Figure 6010.505, SW-505 - SPECIAL 1. Cast -In -Place Only 2. No center beam 3. Box behind intake to be the full length of the intake 4. Short wall dimension -Varies, See Plan 5. Double intake long wall dimension - 6'-1" 6. Triple intake long wall dimension - 9'-2" 7. Wall Thickness - 0'-8" 8. Casting - Neenah R-3246-AL, with enviro notice cast into curb 'DUMP NO WASTE DRAINS TO FRESH WATER' a. Frame left flange removed: R-3246-0043 b. Frame right flange removed: R-3246-0044 b. Frame left and right flange removed: R-3246-0045 Figure 6010.511, SW-511 1. Cast -In -Place Only 2. Inside wall dimension - 3'-0"x3'-0" 3. Wall Thickness - 0'-8" 4. Casting - Neenah R-1878-A10G, with surface mount enviro notice 'DUMP NO WASTE DRAINS TO FRESH WATER' set in surrounding concrete. Figure 6010.512, SW-512 (pipe < 30" Diameter) Figure 6010.513, SW-513 (pipe > 30" Diameter) 1. Cast -In -Place Only 2. Wall Thickness - 0'-8" 3. Casting - Neenah R-1642 A 2.05 PRECAST RISER JOINTS Delete B.2. 2.07 BASE Delete A.2 Add new C.1 C.1 Precast intakes allowed for new construction only, subject to Jurisdictional approval. 2.08 PIPE CONNECTIONS Delete A and replace with new A. A. Flexible, Watertight Gasket: Comply with ASTM C923. Approved manufacturer A-Lok Industries and Press -Seal PSX Direct Drive Manhole connector or equal. 2.09 MANHOLE OR INTAKE ADJUSTMENT RINGS (GRADE RINGS) Delete A. replace with new A. Delete A.2 and replace with new A.2 Page 123 of 310 DIVISION 6 STRUCTURES FOR SANITARY AND STORM SEWERS Section 6010 STRUCTURES FOR SANITARY AND STORM SEWER A. Use High Density Polyethylene Adjustment Rings wherever possible, If sizes are not available use Reinforced Concrete Adjustment Rings or shim and PCC grout. Reinforced Concrete Adjustment Rings: Comply with ASTM C 478. Provide rings free form cracks, voids, and other defects. 2. High Density Polyethylene Adjustment Rings: comply with ASTM D4976. 2.10 CASTINGS (Ring, Cover, Grate, Extensions) Delete C and replace with new C and C. 1. Delete D.1 and D.2 and replace with new D.1 and D.2. Add new D.2.c and D.2.d C. Load Capacity: Heavy Duty unless otherwise shown on the casting figures. 1. Heavy Duty: Casting certified for 40,000 pound proof load according to AASHTO M306. D. Casting Types: 1. Manholes: a. Sanitary Sewer manhole 1. Neenah R-1642-A (Paved Areas) 2. Neenah R-1916-F - Bolted frame and cover (Non -Paved Areas) b. Storm Sewer manhole 1. Neenah R-1642-A (Paved Areas) 2. Neenah R-1916- F - Bolted frame and cover (Non -Paved Areas). 2. Intakes: b. Castings must include environmental symbols and message "DUMP NO WASTE, DRAINS TO FRESH WATER" Add new c and d c. Storm Intakes Neenah R-3246-AL (Curb inlet) d. Storm Intakes Neenah R-1878 (Area drain) 2.11 ADDITIONAL MATERIALS FOR SANITARY SEWER MANHOLES Delete B.1 and replace with new B.1 B.1 When exterior waterproof coating is specified, provide bituminous or water based acrylic coating. PART 3 — EXECUTION 3.05 CONNECTION TO EXISTING MANHOLE OR INTAKE Add new A.4 A.4 All connections to sanitary sewer manholes shall be completed using a flexible connector. No concrete collars shall be used. END OF SECTION IC NL. J Page 124 of 310 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS Section 6020— REHABILITATION OF EXISTING MANHOLES Section 6020 — REHABILITATION OF EXISTING MANHOLES PART 1 - GENERAL 1.03 SUBMITTALS Delete Article 1.03 reference to Division 1 and Replace with the following. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction 1.04 SUBSTITUTIONS Not Allowed 1.08 MEASUREMENT AND PAYMENT A.2 Not Allowed A.3 Not Allowed B. Not Allowed C. Not Allowed Delete D.3 and replace with new D.3 Add E Add F D. 3. Includes: Unit prices includes, but is not limited to, the handling of sewer flows during lining operations as required to properly complete the installation, existing casting shall be left in place. E. Manhole Lining with Centrifugally Cast Cementitious Mortar Liner: 1. Measurement: The vertical dimension of manhole lining will be measured for depth in feet from the bottom of the lining to the top of the lining for each liner thickness specified. 2. Payment: Payment will be at the unit price per vertical foot for each liner thickness. 3. Includes: The unit price includes, but is not limited to, the handling of sewer flows during lining operations as required to properly complete the installation, casting shall be left in place. F. Chemical Grouting of Manholes: 1. Chemical Grouting of Sanitary Sewer Manholes a. Measurement: Per gallon injected as approved for the discontinuation of leaks. b. Payment: Will be made per the unit price Per Gallon Injected. c. Include: Unit price includes but is not limited to furnishing all materials, labor, and equipment to complete all work specified. The contractor shall be responsible for sealing all visible leaks and areas with evidence of leaks (deposits or staining) in the listed manholes for this project. The contractor shall verify the condition of the manholes before bidding. PART2-PRODUCTS 2.01 INFILTRATION BARRIER B. Not Allowed C. Not Allowed 2.02 IN -SITU MANHOLE REPLACEMENT, CAST -IN -PLACE CONCRETE Not Allowed____ 2.03 CENTRIFUGUALLY CAST CEMENTITIOUS MORTAR LINER WITH EPDXY SEAL New A.4, New B.3, Remove C and replace with new C A.4. Cementitious mortar liner shall be installed to meet a 0.5 inch minimum thickness. B.3. Two -Part 100% solids epoxy shall be installed to meet a 25 square foot per gallon coverage at 0.065 inch thickness. Page 125 of 310 DIVISION 6 STRUCTURES FOR SANITARY AND STORM SEWERS Section 6020 — REHABILITATION OF EXISTING MANHOLES C. Casting shall be left in place. New 2.04 2.04 MANHOLE LINING WITH CENTRIFUGALLY CAST CEMENTITIOUS MORTAR LINER Refer to Section 6020 2.03 - A for materials. (Section 6020 2.03: B not required) PART 3 - EXECUTION 3.01 INFILTRATION BARRIER B. Not Allowed C. Not Allowed 3.02 VISUAL INSPECTION Not Allowed 3.03 REPAIR Delete B.2 replace with new B.2 Delete D replace with new D New E B. Mortar Application 2. Retrieve the applicator head at the manufacturer's recommended speed to achieve the desired thickness. Thickness' shall be a minimum of 1/2". D. Casting shall be left In place. E. Repair/Replacement of Defects. 1. The Contractor shall outline specific repair or replacement procedures for potential defects in the installed cementitious mortar liner with epoxy seal. Repalr/replacement procedures shall be as recommended by the liner/sealer system manufacturer and shall be submitted to the Owner at the Pre -Construction Meeting. a. Repairable defects in the installed cementitious mortar liner with epoxy seal shall be specifically defined by the Contractor based on manufacturer's recommendations, including a detailed step-by- step repair procedure, resulting in a finished product meeting the requirements of SODAS. b. Un-repairable defects to the cementitious mortar liner with epoxy seal shall be clearly defined by the Contractor based on the manufacturer's recommendations, including a recommended procedure for the removal and replacement. 2. Defects in the installed cementitious mortar liner with epoxy seal that will not affect the operation and long term life of the product shall be identified and defined. The Owner reserves the right to request an independent evaluation of a defective cementitious mortar liner with epoxy seal identified and defined by the Contractor to not affect the operation and long term life of the product. In the event, the Owner/Owner's representative determines the defect does not result in a finished product meeting the requirements of SUDAS, the Contractor shall follow SUDAS Division 6, Section 6020 — Rehabilitation of Existing Manholes, Part 3 — Execution, 3.03 Centrifugally Cast Cementitious Mortar Liner with Epoxy Seal E (1). New 3.06 3.06 MANHOLE LINING WITH CENTRIFUGALLY CAST CEMENTITIOUS MORTAR LINER: Refer to Section 6020 3.03 - A & B for installation New 3.07 3.07 Chemical GROUTING OF MANHOLES Contractor shall install Chemical Grout per the manufacturer's Instructions. If grout sealing is determined by the Contractor to be necessary, the Contractor shall notify the Owner for approval, prior to installation. END OF SECTION Page 126 of 310 ƒ } } } } } IL ƒ ƒ f DIVISION 7 - STREETS AND RELATED WORK Page ,2a9n [Page Intentionally Left Blank] Ir Page 128 of 310 DIVISION 7 — STREETS AND RELATED WORK Section 7010 — PORTLAND CEMENT CONCRETE PAVING Section 7010 — PORTLAND CEMENT CONCRETE PAVING PART 1- GENERAL 1.03 SUBMITTALS Delete Article 1.03 A in its entirety and Replace with the new A. A. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction. PART 3 - EXECUTION 3.02 PAVEMENT CONSTRUCTION Add New K.1.f to Article 3.02 Add New 0 to Article 3.02 K. Construction of Joints: f. All joints shall be saw cut. O. End of Run: Whenever 30 minutes or more have elapsed since the last concrete has been finished or if such a delay is anticipated an approved header shall be installed. It shall be shaped to fit the cross section of the pavement and so placed that the upper edge will conform to the crown of the pavement and shall be installed on the stone base perpendicular to the surface and at a right angle to the centerline of the pavement. 3.07 QUALITY CONTROL Delete D.4 (except a. and b.) replace with new D.4 (except a. and b.) D. Pavement Thickness: 4. If the thickness index deficiency is greater than 0.51 for pavements thinner than 7 inches or 0.91 for pavement 7 inches or thicker, the Engineer will study the extent and severity of the deficiency of the pavement areas. The Engineer will require one of the following based on a review of the level of deficiency, the amount of the payment penalty, and the estimated reduction in the design life of the deficient pavement: D. Table 7010.05 Delete title replace with new title: Pay Factor for PCC Pavement for Design Thickness less than 7" D. Table 7010.06 Delete title replace with new title: Pay Factor for PCC Pavement for Design Thickness 7" or Greater FIGURES Figure 7010.102 PCC CURB DETAILS. 4" and 6" Sloped Curb Details only allowed with City of Dubuque approval. Primarily used on roundabouts. Figure 7010.901 PCC PAVEMENT JOINTING. Only Quarter Point Jointing is allowed on pavements with a thickness less than 9 inches. Gutterline Jointing can only be used in pavements 9" thick or greater with City of Dubuque approval. END OF SECTION Page 129 of 310 [Page Intentionally Left Blank], Page 130 of 310 DIVISION 7 — STREETS AND RELATED WORK Section 7020 — HOT MIX ASPHALT PAVEMENT Section 7020 — HOT MIX ASPHALT PAVEMENT PART 1 - GENERAL 1.03 SUBMITTALS Delete Article 1.03 A and F and replace with new A and F A. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction. F. Weight tickets must include mix size and type or correlate to the bid item, and must be signed by the Certified Aggregate Technician. ADD NEW Article 1.09 1.09 SCALES Scales shall conform to the Iowa DOT Standard Specifications for Highway and Bridge Construction latest series, Section 2001 Weighing Equipment and Procedures. PART 3 — EXECUTION 3.01 HMA PAVEMENT Delete Article 3.01 F 2. And 3. And replace with new F 2. F. Fixtures in the Pavement Surface 2. All fixture locations are to be cored with a core bit assembly after final pavement placement. Manhole castings shall be encased in a ring of M-4 concrete, matching pavement thickness and 10 inches wide. See PV-201 for Circular Boxout. Water valve boxes shall be encased in a ring of M-4 concrete, 8 inches wide and matching pavement thickness. The ring and cover shall be''/a inch below the adjacent HMA surface. Before paving, a metal plate will be placed over the fixture location to be adjusted. Contractor to ensure plate will not shift or move during paving. After final surface is placed and fully compacted, fixture can be adjusted after 24 hours has passed to allow for cooling of the pavement surface. Any HMA mix that falls into the structure and pipe will be completely removed by the contractor. END OF SECTION Page 131 of 310 [Page Intentionally Left Blank] 1[. Page 132 of 310 DIVISION 7 — STREETS AND RELATED WORK Section 7030 — SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS Section 7030 - SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS PART 1-GENERAL 1.03 SUBMITTALS Add new 1.03F F. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction. 1.08 MEASUREMENT AND PAYMENT Delete title of 8 and replace with new title. Delete B. 1 and replace with new B.1. Add City Policy Language to F: Brick Sidewalk Delete F.3 and replace with new F.3. Delete H.2 in its entirety Add New J. I� B. Removal of Curb: B. Removal of Curb and Curb Head 1. Measurement: Measurement will be in linear feet for removal of curb and curb head by sawing. Grinding of the curb and curb head by Jurisdictional approval. F. Brick Sidewalk: City Policy pertaining to the installation and location of Brick Sidewalk was adopted on October 15, 2007 by City Council. The policy prohibits the installation of brick sidewalks in the traveled portion of the right -of way, which shall be a minimum of four feet in width. II 1 3. Includes: Unit price includes, but is not limited to, subgrade preparation including'/z leveling base of sand meeting dry sand -cement mixture complying ASTM C-91 and ASTM C144 passing No. 16 sieve, setting the bricks/pavers, installing weep holes and associated materials, and sand/cement joint filler. H. Driveways 2. Not allowed. PART 2-PRODUCTS Delete 2.08 in its entirety. 2.01 PORTLAND CEMENT CONCRETE Delete Article 2.01 A. and replace with new A. A. Class C concrete with materials complying with Section 7010. Use coarse aggregate of Class 2 durability or better. 2.08 GRANULAR DRIVEWAY SURFACING Not Allowed. PARTS EXECUTION 3.04 PCC SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS Delete F.2 (b) (3) in its entirety and replace with new F.2 (b) (3) Delete F.3 (b) (2) in its entirety and replace with new F.3 (b) (2) Delete F.4 (c ) in its entirely and replace with new F. 4 (c ) F. Jointing: 2. (b) (3) Form transverse contraction joints to a depth 1-1/4 inches or 25% pavement thickness (whichever is greater). The joint may be formed using a pointed trowel or jointing tool, not exceeding '/ inch in width. Page 133 of 310 DIVISION 7 STREETS AND RELATED WORK Section 7030 SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS In lieu of forming, joints may be sawed within 12 hours of placement with a 1/8 inch blade saw. Use a straightedge if joints are sawed with a hand-held saw. 3. (b) (2) Form longitudinal contraction joints to a depth 1-1/4 inches or 25% pavement thickness (whichever is greater). The joint may be formed using a pointed trowel or jointing tool, not exceeding '/ inch in width. In lieu of forming, joints may be sawed within 12 hours of placement with a 1/8 inch blade saw. Use a straightedge if joints are sawed with a hand-held saw. 4. (c) Install a '% inch thick strip of preformed resilient joint material, according to Section 7010 (IA DOT 4136.03 (A) & (B)), to the full depth of concrete. Trirn any isolation join material' protruding above the finish work to the level of the abutting concrete. 3.09 GRANULAR DRIVEWAY SURFACING Not Allowed. 3.10 ADA/PROWAG Compliance: 1. The Contractor shall be responsible for the final grade and installation of sidewalks, shared use paths, and driveway in compliance with the current ADA/PROWAG Regulations. FIGURES Figure 7030.101 CONCRETE DRIVEWAY, TYPE A Delete Note 3 and Replace with new Note 3. 3. Pavement thickness. Residential: 6 inches minimum. Commercial and Industrial: 8 inches minimum Figure 7030.102 CONCRETE DRIVEWAY, TYPE B Delete Note 3 and 5 and Replace with new Note 3 and 5. 3. Pavement thickness. Residential: 6 inches minimum. Commercial and Industrial: 8 inches minimum 5. Box out shall extend to the first longitudinal panel joint. Full depth saw cut is still required. Figure 7030.202 CURB DETAILS FOR CLASS A SIDEWALK Delete Detail 1 and Detail 2 in their entirety. Detail 3 Jurisdictional Approval only. Figure 7030.205 GENERAL SIDEWALK AND CURB RAMP DETAILS Delete Note 3 and replace with new Note 3 3. Target slope of 1.5% with maximum slope perpendicular to the travel directions of 2.0%; minimum 5 feet by 5 feet. Figure 7030.206 CURB RAMPS OUTSIDE OF INTERSECTION RADIUS Delete Note 3 and replace with new Note 3 3. Turning space: Target slop of 1.5% with maximum slope perpendicular to the travel directions of 2.0%. At mid -block crossing, cross slope of landing may exceed 2.0% to match roadway grade; minimum 5 feet by 5 feet. Figure 7030.207 CURB RAMP FOR CLASS B OR C SIDEWALK Delete Note 2 and replace with new Note 2 2. Turning space: Target slope of 1.5% with maximum slope perpendicular to the travel directions of 2.0%; minimum 5 feet by 5 feet. Figure 7030.208 ALTERNATIVE CURB RAMP FOR CLASS B OR C SIDEWALK Delete Note 2 and replace with new Note 2 2. Turning space: Target slope of 1.5% with maximum slope perpendicular to the travel directions of 2.0%; minimum 5 feet by 5 feet Figure 7030.209 CURB RAMPS FOR CLASS A SIDEWALK Delete Note 1 and replace with new Note 1 1. Turning space: Target slope of 1.5% with maximum slope perpendicular to the travel directions of 2.0%; minimum 5 feet by 5 feet (turning spaces may overlap). END OF SECTION Page 134 of 310 DIVISION 7— STREETS AND RELATED WORK Section 7040 — PAVEMENT REHABILITATION Section 7040 — PAVEMENT REHABILITATION PART 1 - GENERAL 1.03 SUBMITTALS Add new C. C. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction. 1.08 MEASUREMENT AND PAYMENT Delete G.3 AND replace with new G.3. Add New section L, M and N. G. Milling: 3. Includes: Unit price includes, but is not limited to, milling pavement; furnishing water; cutting or clipping of reinforcement; and salvaging, stockpiling, and removing cuttings and debris. L. Historic Brick Paver Removal and Salvage: 1. Measurement: Will be in square yards of pavers removed 2. Payment: Payment will be at the bid unit price for each square yard of pavers removed. 3. Includes: a. Removal of brick pavers b. Cleaning each paver of loose soils and debris c. Palletizing pavers on contractor supplied pallets and wrapping the palletized pavers with shrink wrap. d. Loading, trucking, unloading palletized pavers to the storage area at the Dubuque Metro Landfill or other designated area as directed by City Engineer. M. Curb and Gutter, Remove and Replace 1. Measurement: Measurement will be in linear feet measured along the face of the curb for each different width and thickness of curb and gutter. 2. Payment: Payment will be at the unit per linear foot of curb and gutter removed and replaced. 3. Includes: Unit price includes, but not limited to, sawing, breaking, removing, and disposing of existing curb and gutter; and final subgrade/sub-base preparation, furnishing and installing base material, bars and reinforcement, joints and sealing, surface curing and pavement protection, and box outs for fixtures. N. Removal — Railroad Track 1. Measurement: Measurement will be in Track Lineal Feet (TLF) which includes the length for both rails. The length will be measured down the centerline of the railroad. If the contractor removes only one rail of the railroad tracks, the Contractor will be paid for 0.5 feet for each 1.0 feet of Track Lineal Feet removed. 2. Payment: Payment will be at the unit price per Track Lineal Feet removed. 3. Includes: Unit price includes, but not limited to, all labor required to saw, cut, and removal of both rails, ties, and other items associated with railroad track removal. PART 3 - EXECUTION 3.03 PARTIAL DEPTH PATCHING Delete A.2 in its entirety and replace with newA.2. A. Pavement Removal: 2. Saw cut to a depth as specified in the contract documents or in the absence of a defined depth, to a depth where a material change occurs. Saw cut shall extend to the removal limits. 3.05 MILLING Delete Article 3.05 - H in its entirety and replace with new H. H. Do not leave a vertical drop of more than 2 inches at the centerline or lane line overnight. Taper the ends of milled sections subject to traffic to provide a uniform and gradual transition. Tapers shall be placed at pedestrian crossing locations and along the pavement edge. 3.09 CURB AND GUTTER REMOVAL Delete Article 3.09 in its entirety and replace with new 3.09. Page 135 of 310 DIVISION 7 - STREETS AND RELATED WORK Section 7040 PAVEMENT REHABILITATION A. Saw longitudinally beyond the the existing gutterjoint in an area of sound pavement or location directed by the Jurisdiction. Saw transversely at the curb and gutter removal limits. 8 Remove `existing curb and gutter without damaging the remaining pavement. 2.10 REMOVAL - RAILROAD TRACK Add new Article 3.10 A. Saw or cut both railroad track rails perpendicular to rail. Remove rail and associated ties and ballast/pavement below ties. Pavement removal will be paid for separately. 8. Dispose of rails and ties following all required state/federal disposal requirements. Rails and ties become the property of the Contractor. END OF SECTION IL Page 136 of 310 DIVISION 7 — STREETS AND RELATED WORK Section 7080 — PERMEABLE CONCRETE BLOCK PAVERS Section 7080 — PERMEABLE CONCRETE BLOCK PAVERS REPLACE SECTION 7080 — PERMEABLE CONCRETE BLOCK PAVERS WITH BELOW IN ENTIRETY. PART 1-GENERAL 1.01 SECTION INCLUDES: Permeable interlocking concrete pavers 1.02 DESCRIPTION OF WORK: Install Permeable interlocking concrete pavers 1.03 SUBMITTALS A. Permeable concrete pavers: 1. Manufacturer's product catalog sheets with specifications. 2. [Four] representative full-size samples of each paver type, thickness, color, and finish. Submit samples indicating the range of color expected in the finished installation. 3. Accepted samples become the standard of acceptance for the work of this Section. 4. Laboratory test reports certifying compliance of the concrete pavers with ASTM C 936. 5. Manufacturer's material safety data sheets for the safe handling of the specified materials and products. 6. Manufacturer's written quality control procedures including representative samples of production record keeping that ensure conformance of paving products to the project specifications. B. Paver Installation Subcontractor: 1. A copy of Subcontractor's current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. a. Paver Installation Subcontractor Qualifications: 1. Utilize an installer having successfully completed concrete paver installation similar in design, material and extent indicated on this project. 2. Job references from projects of a similar size and complexity. Provide Owner/Client/General Contractor names, postal address, phone, fax, and email address. 3. Written Method Statement and Quality Control Plan that describes material staging and flow, paving direction and installation procedures, including representative reporting forms that ensure conformance to the project specifications. C. Mock -Ups: 1. Install a 5 ft x 5 ft (1.5 x 1.5 m) paver area. 2. Use this area to determine surcharge of the bedding layer, joint sizes, lines, laying pattern(s), color(s) and texture of the job. 3. This area will be used as the standard by which the work will be judged. 4. Subject to acceptance by owner, mock-up may be retained as part of finished work. 5. If mock-up is not retained, remove and properly dispose of mock-up. 1.04 SUBSTITUTIONS: Comply with Division 1 - General Provisions and Covenants 1.05 DELIVERY, STORAGE, AND HANDLING: A. General: Comply with Division 1 General Provision and Covenants. B. Comply with manufacturer's ordering instructions and lead-time requirements to avoid construction delays. C. Delivery: Deliver materials in manufacturer's original, unopened, undamaged container packaging with identification tags intact on each paver bundle. 1. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. 2. Deliver concrete pavers to the site in steel banded, plastic banded, or plastic wrapped cubes capable of transfer by forklift or clamp lift. 3. Unload pavers at job site in such a manner that no damage occurs to the product or existing construction. D. Storage and Protection: Store materials in protected area such that they are kept free from mud, dirt, and other foreign materials. Page 137 of 310 DIVISION 7 — STREETS AND RELATED WORK Section 7080 — PERMEABLE CONCRETE BLOCK PAVERS 1.06 SCHEDULING AND CONFLICTS: Comply with Division 1 - General Provisions and Covenants 1.07 _ SPECIAL REQUIREMENTS: A. Do not install in rain or snow. B. Do not install frozen bedding materials. 1.08 MEASUREMENT AND PAYMENT F. Permeable interlocking concrete pavers: 1. Measurement: Measurement will be in square feet of pavers Installed. 2. Payment: Payment will be at the bid unit price for each square foot of pavers Installed. 3. Includes: Unit price includes, but is not limited to, subgrade preparation, furnishing and placing bedding and void aggregate, Permeable interlocking concrete pavers. see 7030-108-F 1. Measurement: Measurement will be In square feet of pavers Installed. 2. Payment: Payment will be at the bid unit price for each square foot of pavers installed. 3. Includes: Unit price includes, but is not limited to, subgrade preparation, Concrete Base, Reinforcing, furnishing and placing bedding aggregate, brick pavers. H. Foundation Waterproofing, Surface Leveling: 1. Measurement Measurement will be in square feet of leveling product applied to the surface. 2. Payment: Payment will be at the bid unit price for each square foot of leveling product applied to the surface. 3. Includes:Unit price includes, but is not limited to, cleaning and preparing the surface in accordance with manufacturer's instructions, installation of the leveling product. Foundation Waterproofing, Sealer: 1. Measurement Measurement will be in square feet of sealing product applied to the surface. 2. Payment: Payment will be at the bid unit price for each square foot of sealing product applied to the surface. 3. Includes: Unit price includes, but is not limited to, cleaning and preparing the surface in accordance with manufacturer's instructions, installation of the leveling product. PART 2-PRODUCTS 2.01 PERMEABLE INTERLOCKING CONCRETE PAVERS A. Manufacturer: Borgert, County Materials, Unilock and Interlock Concrete Products. 1. Local Distributor: Top Block & Brick, East Dubuque, IL, County Materials B. Permeable Interlocking Concrete Paver Units: 1. Paver Type: H2O Pro Paver, Unilock Eco-Optiloc Paver and Holland Eco Paver. a. Material Standard: Comply with ASTM C 936. b. Color: To be approved by City of Dubuque. c. Color Pigment Material Standard: Comply with ASTM C 979. 2.02 GEOTEXTILE FABRIC A. Geotextile Fabric - Use Fabric complying with Iowa DOT Section 4196, requirements for subsurface drainage. 2.03 Waterproofing Surface Leveling A. Surface leveling material is to be 2-lb minimum closed cell expanding foam. 2.04 WATERPROOFING, SEALER A. The water proofing sealer shall be ORSLM polyurea waterproofing membrane from Oak Ridge Foam and Coatings or an approved equal. PART 3 - EXECUTION 3.01 EXAMINATION OF SITE, CONDITIONS A. Acceptance of Site Verification of Conditions: 1. General Contractor shall Inspect, accept and certify in writing to the paver installation subcontractor that site conditions meet specifications for the following items prior to installation of Interlocking concrete pavers. a. Verify that subgrade preparation, compacted density and elevations conform to specified requirements. Page 138 of 310 DIVISION 7 — STREETS AND RELATED WORK Section 7080 — PERMEABLE CONCRETE BLOCK PAVERS b. Provide written density test results for soil subgrade to the Owner, General Contractor and paver installation subcontractor. c. Verify location, type, and elevations of edge restraints, concrete collars around utility structures, and drainage pipes and inlets. 2. Do not proceed with installation of bedding and interlocking concrete pavers until subgrade soil conditions are corrected by the General Contractor or designated subcontractor. 3.02 PREPARATION A. Verify that the soil subgrade is free from standing water. B. Stockpile joint/opening filler, base and subbase materials such that they are free from standing water, uniformly graded, free of any organic material or sediment, debris, and ready for Placement. C. Edge Restraint Preparation: 1. Install edge restraints per the drawings. 3.03 INSTALLATION A. General: 1. Any excess thickness of soil applied over the excavated soil subgrade to trap sediment from adjacent construction activities shall be removed before application of the geotextile and subbase materials. 2. Keep area where pavement is to be constructed free from sediment during entire job. Geotextiles Base and bedding materials contaminated with sediment shall be removed and replaced with clean materials. 3. Do not damage drainpipes, overflow pipes, observation wells, or any inlets and other drainage appurtenances during installation. Report any damage immediately to the project engineer. B. Geotextile Fabric: 1. Place on bottom and sides of the soil subgrade. The fabric on the sides shall extend to the bottom of the proposed pavement or collar. Secure in place to prevent movement. 2. Overlap seam a minimum of twelve inches, in the direction of drainage flow. C. Storage Aggregate: 1. Place storage aggregate in 6 inch maximum lifts to the thickness specified in the contract documents. If underdrain system is specified, take care not to damage or displace pipe during placement of storage aggregate. 2. Storage Aggregate to be ASTM #2 or as specified by engineer. 3. Compact each lift with a vibratory drum roller until no visible movement can be seen in the aggregate layer. Do not crush aggregate. Do not operate compaction equipment directly over underdrain, until a minimum of 12 inches of storage aggregate is placed over the underdrain. 4. Install storage aggregate to the elevation specified in the contract documents. D. Filter Aggregate: 1. Place filter aggregate directly over storage aggregate. 2. Filter aggregate to be ASTM #57 or as specified by engineer. 3. Install aggregate in a single lift with a thickness of 4 inches. 4. Lightly compact filter aggregate with one or two passes from a vibratory plate compactor or vibratory roller. If a vibratory roller is utilized, perform the final pass without vibration. Do not crush aggregate. E. Bedding layer: 1. Moisten, spread and screed the ASTM Gradation # 8 stone bedding material. 2. Fill voids left by removed screed rails with ASTM Gradation # 8 stone. 3. The surface tolerance of the screeded ASTM Gradation # 8 bedding layer shall be ±3/8 in (10 mm) over a 10 ft (3 m) straightedge. 4. Do not subject screeded bedding material to any pedestrian or vehicular traffic before paving unit installation begins. F. Permeable interlocking concrete pavers and joint/opening fill material: 1. Lay the pavers [paving slabs] in the pattern(s) and joint widths shown on the drawings. Maintain straight pattern lines. Page 1139 DIVISION 7 - STREETS AND RELATED WORK Section 7080 — PERMEABLE CONCRETE BLOCK PAVERS 2. Fill gaps at the edges of the paved area with cut units. Cut pavers subject to tire traffic shall be no smaller than 1/3 of a whole unit. Placement of cut units will be with approval of jurisdictional engineer. 3. Cut pavers and place along the edges with a [double -bladed splitter or] masonry saw. 4. Fill the openings and joints with ASTM Gradation # 8 stone. 5. Some paver joint widths may be narrow and not accept most of the ASTM Gradation # 8 stone. Use joint material that will fill joints such as washed ASTM No. 8 or No. 9 stone. 6. Remove excess aggregate on the surface by sweeping pavers clean. 7. Compact and seat the pavers into the bedding material using a low -amplitude, 75-90 Hz plate compactor capable of at least 4,000 lbs (18 kN) centrifugal compaction force. This will require at least two passes with the plate compactor. 8. Do not compact within 6 ft (2 m) of the unrestrained edges of the paving units. 9. Apply additional aggregate to the openings and joints, filling them completely. Remove excess aggregate by sweeping then compact the pavers. This will require at least two passes with the plate compactor. 10. All pavers within 6 ft (2 m) of the laying face must be left fully compacted at the completion of each day. 11. The final surface tolerance of compacted pavers shall not deviate more than ±3/8 (10 mm) under a 10 ft (3 m) long straightedge. 12. The surface elevation of pavers shall be 1/8 to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. 3.04 FIELD QUALITY CONTROL A. After sweeping the surface clean, check final elevations for conformance to the drawings. B. Lippage: No greater than 1/8 in: (3 mm) difference in height between adjacent pavers. C. The surface elevation of pavers shall be 1/8 to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. D. Contractor responsible for furnishing and placing additional ASTM # 8 chips in paver joints if settlement occurs within 1 year of installation of interlocking concrete pavement system. 3.05 PROTECTION A. After work in this section is complete, the General Contractor shall be responsible for protecting work from sediment deposition and damagedue to subsequent construction activity on the site. Page 140 of 310 1 1 DIVISION 7 — STREETS AND RELATED WORK Section 7092 SPECIAL PROVISION — TEMPORARY PAVEMENT Section 7092 SPECIAL PROVISION — TEMPORARY PAVEMENT PART 1- GENERAL 1.01 Section Includes A. Temporary Pavement 1.02 Description of Work Includes requirements for the construction of a Temporary HMA or PCC Pavement. 1.03 Submittals Follow the General Provisions (Requirements) and Covenants. 1.04 Substitution Follow the General Provisions (Requirements) and Covenants. 1.05 Delivery, Storage, Handling, and Salvage Follow the General Provisions (Requirements) and Covenants. 1.06 Scheduling and Conflicts Follow the General Provisions (Requirements) and Covenants. 1.07 Special Requirements 1. At the direction of City Engineer shall place a minimum depth of 3" of Cold or Hot Mix Asphalt or 4" minimum depth of PC Concrete. 2. Follow requirements in the City of Dubuque Policy for Excavation in Rights -of -Way 1.08 Measurement and Payment 1. Measurement: a. Measurement will be in square yards of Temporary Pavement for the thickness specified. 2. Payment: a. Payment will be at the unit price per square yard of Temporary Pavement at the thickness specified. 3. Includes: a. Unit price includes, but is not limited to, sawing, subbase preparation, furnishing and placement of temporary pavement, pavement protection and restoring disturbed surfaces. Granular Subbase Materials will be paid separately according to Section 2010 I. PART 2- PRODUCTS 1.01 Materials A. PCC: Comply with Section 7040, 2.01 A.2. B. HMA: Comply with Section 7040, 2.01 B. C. Cold Mix Asphalt PART 3 - EXECUTION A. Install cold or hot mix asphalt to a maximum depth of 3" or as specified in the contract documents. B. Install PC concrete to a maximum depth of 4" or as specified in the contract documents. C. Prior to installation of Temporary Pavement, the contractor shall prepare subgrade / subbase in preparation for Temporary Pavement. D. Sawcut existing pavement to provide a uniform edge. E. Protect temporary PCC Pavement against freezing for a minimum of 24 hours. END OF SECTION Page 141 of 310 [Page Intentionally Left Blank] Page 142 of 310 DIVISION 7 — STREETS AND RELATED WORK Section 7100 — Guardrail Construction and Removal Section 7100 — Guardrail Construction and Removal PART 1-GENERAL Follow Iowa Department of Transportation Specification Section 2505 1.01 DESCRIPTION OF WORK: Follow Iowa Department of Transportation Specification Section 2505.01 1.02 MATERIALS Follow Iowa Department of Transportation Specification Section 2505.02 1.03 CONSTRUCTION AND REMOVAL Follow Iowa Department of Transportation Specification Section 2505.03 1.04 METHOD OF MEASUREMENT Follow Iowa Department of Transportation Specification Section 2505.04 1.05 BASIS OF PAYMENT Follow Iowa Department of Transportation Specification Section 2505.05 END OF SECTION Page 143 of 310 [Page Intentionally Left Blank] Page 144 of 310 DIVISION 8 - TRAFFIC The performance of the work, material requirements and standard details under Division 8- Traffic shall be under separate Supplemental Specifications provided in the City of Dubuque's Engineering Department. The basis of measurement and the basis of payment will be governed by Iowa Statewide Urban Design Specifications; and applicable supplemental specifications, developmental specifications, and special provisions. Page 145 of 310 [Page Intentionally Left Blank] Page 146 of 310 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS Delete Section 8010 in its entirety and replace with City of Dubuque Supplemental Section 8010 PART 1- GENERAL 1.01 SECTION INCLUDES A. Underground B. Cabinets, Pedestals, and Poles C. Detection D. Emergency Preemption E. Data Aggregator F. Pan / Tilt -Zoom Cameras G. Stop Bar Cameras H. ITS Components 1.02 DESCRIPTION OF WORK This part of the specifications includes the furnishing of all material and equipment necessary to complete, in place and operational, traffic control signal(s) as described in the project plans. 1.03 SUBMITTALS Comply with Division 1 - General Provisions and Covenants, as well as the additional requirements listed below. All of the following must be submitted within 30 days after awarding of the contract for the project. Verify the method of submittal with the Jurisdiction. A. Schedule of Unit Prices: Submit a completed schedule of unit prices. Estimates of the work performed on the project will be made by the Jurisdiction and the unit costs will be used to prepare progress payments to the Contractor. B. Material and Equipment List: Submit a completed list of materials and equipment to the Jurisdiction for written approval before any equipment or materials are ordered. C. Contractor Certification: Submit the name(s) and contact information of the International Municipal Signal Association (IMSA) Level II Certified Traffic Signal Technician(s) working on the project and a copy of their IMSA certificate. D. Shop Drawings: Submit shop drawings for traffic signal poles and structures to be furnished on the project. Submit catalog cuts and manufacturer's specifications for all items in the equipment list. 1.04 SUBSTITUTIONS Comply with Division 1 - General Provisions and Covenants. 1.05 DELIVERY, STORAGE, AND HANDLING Comply with Division 1 - General Provisions and Covenants. 1.06 SCHEDULING AND CONFLICTS Comply with Division 1-- General Provisions and Covenants. 1.07 SPECIAL REQUIREMENTS Comply with the current edition of the MUTCD as adopted by the Iowa DOT. A. Any existing traffic signal equipment designated to be removed on the project shall remain the property of the City of Dubuque, unless Dave Ness or Duane Richter, City of Dubuque, 563-589-4270, indicates the Contractor shall retain ownership. The Contractor shall deliver any removed equipment to the City of Dubuque Public Works Department at the address given by the City Project Engineer. The Contractor shall take all reasonable precautions in protecting existing equipment. If any equipment is damaged, the Contractor shall be liable for replacement. The existing signal shall remain in operation until the new system Page 147 of 310 DIVISION 8 — TRAFFIC Section 8010 - EQUIPMENT, LIGHTING, AND SIGNALS is ready for service. The Contractor shall notify the City Project Engineer and Police Dispatcher prior to any operational shutdown of the traffic signals, either existing or new. B. Fabrication or assembly process materials shall comply with the applicable parts of Section 2523 "Highway Lighting" of the "1992 Standard Specifications" with the additions as stated herein C. Equipment and materials shall be of new stock unless the plans provide for the relocation of or the use of fixtures furnished by others. New equipment and materials shall be the product of reputable manufacturers of electrical equipment, and shall meet Engineer approval D. One (1) copy of catalog cuts and manufacturer's specifications shall be furnished for all standard "off -the - shelf' items shall be emailed to the City of Dubuque. Engineer review of shop drawings and catalog cuts shall not relieve the Contractor of any responsibility under the Contract documents.' E. All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), and all material and work shall conform to the requirements of the National Electrical Code (NEC), the Standards of the American Society for Testing Materials (ASTM), the American Standards Association (ASA), and local ordinances. Miscellaneous electrical equipment and materials shall be UL approved. F. Wherever reference is made in these specifications or in the standard provisions to the code, the safety orders, the general order, or the standards mentioned above, the reference shall be construed to mean the code, order, or standard that is in effect at the date of advertising of these Specifications. G. Certification from the manufacturers of all electrical equipment, signal supports, conduit and cable shall be supplied by the Contractor stating said material complies with these Specifications. 1.08 MEASUREMENT AND PAYMENT A. Traffic Signal 1. Measurement: Lump sum item; no measurement will be made. 2. Payment: Payment will be at the lump sum price for traffic signal installation. B. Temporary Traffic Signal: 1. Measurement: Lump sum item; no measurement will be made. 2. Payment: Payment will be at the lump sum price for temporary traffic signal. 50% of the lump sum bid amount will be paid upon completion of the installation and successful initial operation of the signal; the final 50% will be paid upon removal of the temporary traffic signal and cleanup of the site. 3. Includes: Lump sum price includes but is not limited to furnishing, installing, maintaining, and removing poles; wiring; traffic signal control equipment including pedestrian equipment if specified; all modifications of signal timing due to changes in construction staging; relocation of trailer mounted temporary traffic signal systems; placement in another physical location to address changes in construction staging; and all appurtenances. C. Handholes: 1. Measurement: Each type of handhole installed will be counted. 2. Payment: Payment will be at the unit price for each type of handhole installed. 3. Includes: Unit price includes but is not limited to furnishing each type of handhole, excavation, installation, placing bedding and backfill, backfill compaction, casting, core drilled and sealed conduit connections and grounding and bonding. Bedding and backfill material, In accordance with section 3010, paid for under separate bid items. D. Fiber Vault, PC: 1. Measurement: Each type of fiber vault installed will be counted. 2. Payment: Payment will be at the unit price for each type of fiber vault installed. 3. Includes:: Unit price includes but is not limited to furnishing each type of fiber vault, excavation, installation, placing bedding and backfill, backfill compaction, casting, core drilled and sealed conduit connections and grounding and bonding. Bedding and backfill material, in accordance with section 3010, paid for under separate bid items. Page 148 of 310 Il 11 11 1� II, 11 I I1 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS E. Fiber Vault, Composite: 1. Measurement: Each type of fiber vault installed will be counted. 2. Payment: Payment will be at the unit price for each type of fiber vault installed. 3. Includes: Unit price includes but is not limited to furnishing each type of fiber vault, excavation, installation, placing bedding and backfill, backfill compaction, core drilled and sealed conduit connections and grounding and bonding. Bedding and backfill material, in accordance with section 3010, paid for under separate bid items. F. Traffic Signal Tub: 1. Measurement: Each type of Traffic Signal Tub installed will be counted. 2. Payment: Payment will be at the unit price for each type of Traffic Signal Tub installed. 3. Includes: Unit price includes but is not limited to furnishing each type of Traffic Signal Tub, excavation, installation, placing bedding and backfill, backfill compaction, casting, core drilled and sealed conduit connections and grounding and bonding. Bedding and backfill material, in accordance with section 3010, paid for under separate bid items. G. Connections, Existing Handholes and Vaults: 1. Measurement: Each additional connection, as directed by the Jurisdiction, to a vault or handhole will be counted. 2. Payment: Payment will be at the unit price for each connection installed. 3. Includes: Unit price includes but is not limited to core drilling the structure to accommodate the new conduit connection, sealing the annular space around the conduit with a flexible sealant. H. Conduits: 1. Measurement: Each size and type of conduit will be measured along its centerline, from inside face of structure to inside face of structure. If there are not any structures, the conduit will be measured from the ends of the conduit installed. 2. Payment: Payment will be at the unit price per lineal foot for each size and type of conduit installed. 3. Includes: Unit Price Includes, but is not limited to conduit, innerduct (if required), microduct, tracer wire, couplings, bends, sweeps, fittings, pull tape, plugs, and installation. Trenching, boring, bedding and backfill material, in accordance with section 3010, paid for under separate bid items. I. Conduit, Re-route: 1. Measurement: Each size and type of conduit will be measured along its centerline, from coupling to the centerline of terminal structure. If there are is not a terminal structure, the conduit will be measured from the ends of the conduit installed. 2. Payment: Payment will be at the unit price per lineal foot for each size and type of conduit installed. 3. Includes: Unit Price Includes, but is not limited to; removal, modifying and reinstalling the existing wiring / cable / fiber; modifying the existing innerduct / microduct as needed; modifying the existing conduit as needed; installation of new conduit, tracer wire, couplings, bends, sweeps, fittings, pull tape, plugs and installation. J. Wiring and Cable: 1. Measurement: Each type and size of wire or cable will be measured in linear feet, from face of structure to face of structure. Wiring or cabling within cabinets, and poles will not be measured. 2. Payment: Payment will be at the bid unit price per linear foot of each type and size of wire or cable installed. Payment for wire and cable within cabinets and poles shall be considered incidental to the cabinet or pole and merged into the unit price of that item. 3. Includes: Unit Price Includes, but is not limited to, wire / cable / fiber optic cable, accessories, and installation. K. Footings and Foundations: 1. Measurement: Each type of precast footing will be counted. 2. Payment: Payment will be at the bid unit price for each precast footing installed. Bedding and backfill will be paid separately, at the bid unit price. 3. Includes: Unit Price Includes, but is not limited to, excavation, placing bedding and backfill material in accordance with section 3010, precast foundation unit, installation, conduit connections and grounding and bonding. Page 149 of 310 DIVISION 8- TRAFFIC Section 8010 EQUIPMENT, LIGHTING, AND SIGNALS L. Bonding and Grounding: 1. Measurement: Each structure being grounded will be counted. 2. Payment: Payment will be at the bid unit price for each structure being grounded, at the bid unit price. 3. Includes: Unit Price Includes, but Is not limited to, furnishing and installation of ground rods, copper wire fittings, and approved mechanical connectors. M. Cabinets and Pedestals: 1. Measurement: Each cabinet or pedestal will be counted. 2. Payment: Payment will be at the bid unit price for each cabinet or pedestal installed. 3. Includes: Unit Price Includes, but is not limited to, furnishing and installation of the cabinet or pedestal on the PC foundation, identified components, wiring, cabling, fiber optic cable, connections and terminations to internal components. City will pay all fees to supply the electrical service. N. Street Lights: 1. Measurement: Each type of light will be counted. 2. Payment: Payment will be at the bid unit price for each light Installed. 3. Includes: Unit Price Includes, but is not limited to, furnishing and the complete installation of the pole, arm, and fixture on the PC foundation, wiring from the handhole, and connections. O. Removals: 1. Measurement: Each item removed will be counted. 2. Payment: Payment will be at the bid unit price for each item removed. 3. Includes: Unit Price Includes, but is not limited to, the complete removal of street lights, intersections signal systems, wiring, conduit, cabinets, vaults, handholes, and PC bases. This unit, price also includes, if required, salvaging and delivery of identified items to the City storage yard on Terminal Street. Backfilling, in accordance with section 3010, of excavations due to the removal of underground structures is also included. Surface restoration and backfill material is paid for separately. P. , Relocate: 1. Measurement: Each item relocated will be counted. 2. Payment: Payment will be at the bid unit price for each item relocated. 3. Includes: Unit Price Includes, but is not limited to, the complete relocation of identified items. This unit price also includes all necessary modifications and connections for conduit, wiring, cabling, and backfilling, in accordance with section 3010, of excavations. Surface restoration and backfill material is paid for separately. Q. Abandonment, CIP or PC Concrete Base: 1, Measurement: Each item abandoned in place will be counted. 2. Payment: Payment will be the bid unit price for each item abandoned in place. 3. Includes: Unit Price Includes, but is not limited to, removal of the top portion of the concrete footing or foundation to four feet below grade, and backfilling, in accordance with section 3010, of excavations. Surface restoration and backfill material is paid for separately. R. Cameras, Traffic & Surveillance, Fixed:: 1. Measurement:- Each item installed will be counted. 2. Payment: Payment will be at the bid unit price for each camera installed. 3. Includes: Unit Price Includes but is not limited to complete installation of the camera, mounting brackets and hardware, wiring, licensing and testing. S. Cameras, Traffic & Surveillance, 180 Deg: 1. Measurement: Each item installed will be counted. 2. Payment: Payment will be at the bid unit price for each camera installed. 3. Includes: Unit Price Includes but is not limited to complete installation of the camera, mounting brackets and hardware, wiring, licensing and testing. T. Cameras, Traffic & Surveillance, PTZ: 1. Measurement: Each item installed will be counted. 2. Payment: Payment will be at the bid unit price for each camera installed. Page 150 of 310 Ir DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS 3. Includes: Unit Price Includes but is not limited to complete installation of the camera, mounting brackets and hardware, wiring, licensing and testing. PART2-PRODUCTS 2.01 UNDERGROUND A. Traffic Signal: 1. See Below for specifications related to the individual components B. Traffic Signal — Temporary: 1. See Below for specifications related to the individual components C. Handholes: 1. General: a. Granular Base: Comply with section 3010; however, the Engineer may authorize a change in gradation, subject to materials available locally at the time of construction. b. Cover: Include "TRAFFIC SIGNAL" as a message on the cover. Alternate messages may be required as specified in the contract documents. 2. Precast Concrete Handhole: a. Pipe: Comply with ASTM C 76. Minimum Class III, Wall B (Iowa DOT Class 2000D). b. Casting: Gray cast iron and certified according to requirements of AASHTO M 306 for a 16,000 pound proof -load (HS-20). 3. Composite Handhole and Cover: a. Composed of mortar consisting of sand, gravel, and polyester resin reinforced by a woven glass fiber mat or of resin mortar and fiberglass. b. handhole and cover rated for a load of 20,000 pounds. c. Provides a skid resistant surface on the cover and includes "TRAFFIC SIGNAL" or "ELECTRIC" as a message on the cover. Alternate messages may be required as specified in the contract documents. d. Provide two 3/8-16 UNC stainless steel hex head bolts with washers D. Fiber Vault, Precast Concrete: 1. General: a. Precast Concrete Base: Integral base and sidewall comply with ASTM C 478 b. Precast Concrete Top: Top comply with ASTM C 478. Provide 27" dia. opening centered in the top. c. Joint Sealant: Use Profile gasket comply with ASTM C 443. d. Adjustment Rings (Grade Rings): High Density Polyethylene Adjustment Rings. Comply with ASTM D 1248 e. Conduit Openings: Manufactured Knock -outs or Core drilled from the inside. f. Cable Hooks: Provide four cable hooks with a minimum diameter of 3 inch saddle hook. Material shall be plastic, aluminum, or stainless steel. g. Sump and Drainage: Each vault shall include a drainage system (where applicable) as shown on in the plans. The vault will have a 6" dia. x 3" deep sump with 4 —%" drain holes in the sump pit for water to drain. h. Granular Base: Maintain 18" of 1" clean stone beneath and around the structure Comply with section 3010; however, the Engineer may authorize a change in gradation, subject to materials available locally at the time of construction. i. Casting: Casting shall be Neenah 1642-4 or equal. Include "Fiber Optics" as a message on the cover. Alternate messages may be required as specified in the contract documents, j. Sizes: i. Square: 48" x 48" outside dimension, 36" x 36" inside dimension fiber vault manhole. 48" deep (inside dimension). ii. Round: 48" inside diameter x 48" deep (inside dimension) E. Fiber Vault, Composite: Page 151 of 310 DIVISION 8 — TRAFFIC Section 8010- EQUIPMENT, LIGHTING, AND SIGNALS 1. General: a. Composite vault: Comply with Tier 22 b. Conduit Openings: Core drilled from the inside. c. Cable Hooks: Provide three 3/8" diameter female threaded inserts. Hooks shall be 3/8" diameter and a minimum length of 5 inches. Hook material shall be plastic, aluminum, or stainless steel. d. Sump and Drainage: Each vault shall include a drainage system (where applicable) as shown on in the plans; e. Granular Base: Maintain 18" of 1" clean stone beneath and around the structure Comply with section 3010; however, the Engineer may authorize a change in gradation, subject to materials available locally at the time of construction. f. Cover: Include "Fiber Optics" as a message on the cover. Alternate messages may be required as specified in the contract documents. g. Cone Dimensions: Top opening — 26 3/8" inside diameter, Bottom opening - 48" inside diameter, 36" outside vertical dimension. F. Traffic Signal Tub, Precast Concrete: 1. General: a. Precast Concrete: Comply with ASTM C 478 b. Adjustment Rings (Grade Rings): High Density Polyethylene Adjustment Rings. Comply with ASTM D 1248 c. Conduit Openings: Manufactured Knock -outs or Core drilled from the inside. d. Cable Hooks: Provide four cable hooks with a minimum diameter of 3/8 inch and a minimum length of 5 inches. Material shall be plastic, aluminum, or stainless steel. e. Sump and Drainage: Each vault shall include a drainage system (where applicable) as shown on in the plans. Open bottom. f. Granular Base: Maintain 18" of 1" clean stone beneath and around the structure Comply with section 3010; however, the Engineer may authorize a change In gradation, subject to materials available locally at the time of construction. g. Casting: Casting shall be Neenah R-6685-5 or equal. Include `Traffic Signal" as a message on the cover. Alternate messages may be required as specified in the contract documents. h. Size: 24" x 36" inside dimension, 32" deep (inside dimension), 4" wall thickness. G. Connections, Existing Handholes and Vaults: 1. General: a Core drill openings to receive new conduit installation b. Seal annular space with NP-1 flexible sealant H. Conduit: 1. General: a. Conduit shall meet the requirements of Sections 2523.10 and 4185.10 of the Iowa DOT Standard Specifications b. Furnish weatherproof fittings of identical or compatible material to the conduit. Use standard factory elbows, couplings, and other fittings. c. All conduit openings In the controller cabinet, handholes, and bases shall be sealed with an approved polyurethane expansion Joint sealing compound such as BASF Sonolastic NP1,'Bostik Chem -Calk 915, Tremco Vulkem 116 or approved equal. This compound shall be readily workable soft plastic. It shall be workable at temperatures as low as 30° F, and shall not melt or run at temperatures as high as 300° F. d. All empty conduits to have flat polyester pull -tape (1,250 lbs. tensile) with footing markings. 2. Plastic Conduit and Fittings: a. PVC: 1) 2" diameter. 2) PVC Schedule 40 plastic conduit and fittings complying with NEMA TC-2 (pipe), NEMA TC-3 (fittings), and UL 651 for Schedule 40 heavy wall type. 3) Solvent welded, socket type fittings, except where otherwise specified in the contract documents. 4) Threaded adaptors for jointing plastic conduit to rigid metal ducts. Page 152of310 E DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS 5) Provide bell end fittings or bushings. b. HDPE: 1) 2" diameter 2) ASTM F 2160 (conduit) and ASTM D 3350 (HDPE material), SDR 13.5. 3) Use orange colored conduit. 4) Continuous reel or straight pieces to minimize splicing. c. Inner Duct: 1) 1" & 1 Yz' diameter 2) ASTM D 3350 (HDPE material), SDR 13.5. 3) Inner duct colors: Red, Blue, Green, Yellow 4) Continuous reel or straight pieces to minimize splicing. d. Microduct: 1) Future Path or approved equal. 2) 7 way, 16/12 MM. 3) Over sheath color: orange 4) Duct colors: Red, Gray, Orange, White, Brown, Green, Blue 5) Internal ribs 6) Rip cord for sheath opening 7) Continuous reel or straight pieces to minimize splicing. e. Conduit Connections & dissimilar conduit material 1) PE to PE a fusion splice or ETCO Double E-LOC Coupling is required. Fusion splicing shall not cause significant interior deformation or ridges. If deformation or ridges are present the conduit needs to be cut and refused. 2) PE to PVC the approved coupling is a Shurlock II system as manufactured by AD Technologies or approved equal for the appropriate size conduit. 3) PVC to PVC, an approved PVC primer must be applied along with an approved PVC glue to seal the connection. 4) Future path to future path, a 3" schedule 40 conduit by 3' long shall be used to in case splice. The inner connectors shall be staggered in and 18" opening of the polyethylene covering. Both ends shall have a 1" neoprene stripping and then filled with expansion foam. 5) Existing splices that need to be repaired, or a coupling is needed for conduits with existing infrastructure, the approved coupling is the MOR Clamp or approved equal. The MOR Clamp is manufactured by AD Technologies. The MOR Clamp shall only be used with the approval of the engineer. I. Re-route: See "H" above J. Wiring and Cable: Provide wire that is plainly marked on the outside of the sheath with the manufacturer's name and identification of the type of the cable. Wire and cable construction types, conductor sizes, and working voltage ratings will be specified in the contract documents. 1. Power Cable: a. Comply with Iowa DOT Article 4185.12. b. 600-volt, single conductor, stranded copper, Type XHHW, UL approval c. Conform to the National Electric Code currently in effect d. Unless otherwise specified, use a 3 conductor #8 gauge (Black, White, Ground) to feed between the traffic control pedestal and the meter pedestal 2. Signal Cable: a. Comply with IMSA Specifications 19-1 (PVC jacket) or 20-1 (polyethylene jacket) for polyethylene insulated, 600 volt, solid, multi -conductor copper wire, #14 American Wire Gauge (AWG). 3. Loop detector Wire (With Plastic Tubing) a. The loop wire shall meet the requirements of the International Municipal Signal Association (IMSA) Specification 51-5, latest revision thereof for polyvinyl chloride insulated, nylon jacketed, loosely encased in a polyvinyl chloride or a polyethylene tube loop detector wire. The conductor shall be #14 AWG unless otherwise specified on plans. 4. Detector Lead -In Cable Page 153 of 310 DIVISION 8 — TRAFFIC Section 8010- EQUIPMENT, LIGHTING, AND SIGNALS a. Detector lead-in cable shall meet the requirements of the International Municipal Signal Association (IMSA) Specification 50-2, latest revision thereof for polyethylene insulated, polyethylene jacketed loop detector lead-in cable. All conductors shall be #14 AWG unless otherwise specified on the plans 5. Tracer Wire: a. Tracer wire shall be a 10 AWG solid,'.PRO-TRACE® HF-CCS PE30 with orange insulation color. Conductor shall be soft -drawn, 21 % IACS, copper clad steel, utilizing a AISI 1006 low carbon steel core (required to meet break load and flexibility), with break load of 448 lbs. (55,000 psi). Conductor shall be extruded with a 30 mil, high density polyethylene, and meet the APWA color code of the buried utility line. Tracer wire shall be rated for direct burial use at volts and RoHS compliant. Tracer wire shall be PRO - TRACE ® HF-CCS PE30 as manufactured by Pro -Line Safety Products 6. Street Light Cable: a. shall be single conductor, Class B stranded, annealed copper, six -hundred (600) volt, ninety (90) degrees centigrade Type XHHW. Street light cable shall be of the size shown on the plans. All underground cable shall be in conduit of the type and size shown on the plans and shall conform to the National Electric Code currently in effect. Unless otherwise specified, use a 3 conductor #8 gauge XHHW (Black, White, Green) to feed between the luminaires and the meter pedestal 7. Communications Cable: a. Comply with IMSA Specifications 39-2 or 40-2 for #19 AWG, solid copper conductor, twisted pairs. Superior Essex Cat 6 BBDN6.'Use polyethylene Insulated,` aluminum shielded, complying with REA Specification PE-39 for paired communication cable with electrical shielding. 8. Fiber Optic Cable and Accessories: a. Furnish fiber optic cable of the mode type, size, and number of fibers specified in the contract documents and all associated accessories. b. Optical fibers shall be placed inside a loose buffer tube, minimum six (6) fibers per tube, normally twelve (12) fibers per tube. Actual number of fibers per tube shall be 12 or 24 fibers per tube unless specified differently on the Plans c. Meet the latest applicable standard specifications by ANSI, Electronics Industries Association (EIA), and Telecommunications Industries Association (TIA). d. Single -mode only — each buffer tube shall contain 6, 12 or 24 fibers e. All fibers shall be glass and be manufactured by Corning or pre -approved equal. f. All fiber shall be loose tube construction for both indoor and outdoor installation. Indoor cabling shall use plenum rated conduit to within less than 50 foot of point of termination eliminating the requirement to convert to indoor cable g. The cable shall be new, unused, and of current design and manufacture h. All fiber cables shall be 10 Gigabyte rated i. Fillers shall be included in the cable core to lend symmetry to the cable cross-section where needed �. The central anti -buckling member shall consist of a glass reinforced plastic rod. The purpose of the central member Is to prevent buckling of the cable k. Single -Mode Fiber: 1) All fibers In the cable must be usable fibers and meet required specifications. 2) Fiber shall consist of a dry water block coupled with a dry tube construction 3) Typical Core Diameter: 8.3 pm 4) Cladding Diameter: 125 +1.oum by fiber end measurement 5) Core -to -cladding offset: <1.0um Page 154 of 310 1( 1 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS 6) Attenuation Uniformity: No point discontinuity shall be greater than 0.1 dB, except terminations or patch cords, at either 1310nm or 1550nm 7) Factory cable rating shall be 0.35 dB/KM at 1310 nM and 0.24 dB/KM at 1550 nM 8) Installed tolerance shall be less than 0.44 dB/KM at 1310 nM and less than 0.33 dB/KM at 1550 nM, testing tolerance 9) Dual layer UV cured acrylate coating applied by the fiber manufacturer, mechanically or chemically strip -able without damage to the fiber. 10) Glass reinforced plastic rod central member designed to prevent the buckling of the cable. Cable core interstices filled with water blocking tape to prevent water infiltration. Dielectric fillers may be included in the cable core where needed to lend symmetry to the cable cross-section. I. Buffer tubes of dual layer construction with a polycarbonate inner layer and polyester outer layer. Each buffer tube filled with a water-swellable yarn or tape. Buffer tubes stranded around the central member using reverse oscillation or "SZ" stranding process. Gel -free cable and buffer tubes. m. Six (6) Buffer tubes and fibers meeting TIA/EIA-598A, "Color coding of fiber optic cables," with 12 fibers per buffer tube 1) Buffer Tube/Fiber Tube/Fiber Color #1, 1st tube or fiber blue #2, 2nd tube or fiber orange #3, 3rd tube or fiber green #4, 4th tube or fiber brown #5, 5th tube or fiber slate #6, 6th tube or fiber white #7, 7th tube or fiber red #8, 8th tube or fiber black #9, 9th tube or fiber yellow #10, 10th tube or fiber violet #11, 11th tube or fiber rose #12, 12th tube or fiber aqua n. Cable tensile strength provided by a high tensile strength aramid yarn and/or fiber glass. o. All dielectric cables (with no armoring) except microfiber shall be sheathed with medium density polyethylene. The minimum nominal jacket thickness shall be 1.4 mm. Jacketing material shall be applied directly over the tensile strength members and flooding compound. Cable jacketing shall utilize the newer designs to provide maximum flexibility without loss or appreciable dB attenuation. Cable diameter shall not exceed 0.50 inch. Additionally, provide a durable weather proof label on the cable jacket showing the actual attenuation of each fiber expressed in dB/km. p. The jacket or sheath shall be marked with the manufacturer's name, the words "optical cable", the year of manufacture, number of fibers, type of fiber (SM or MM) and sequential feet or meter marks. The markings shall be repeated every one -meter or three feet. The actual length of the cable shall be within — 0/+1 % of the length marking. The marking shall be in a contrasting color to the cable jacket. The height of the marking shall be approximately 2.5 mm. A copy of the manufacturer fiber definition and shipping sheet identifying all tests, results and fiber indexes shall be provided to the Engineer on delivery of cable to the City or shall be included with a contractor's listing of place(s) of installation when installed by a q. Contractor (See 22.3.2). All optical fibers shall be 100% attenuation tested at the manufacturer. The attenuation of each fiber shall be provided with each cable reel. The measured attenuation shall be for both 1310 or 1550 frequency for single mode. This documentation shall be provided with each spool. r. Cable fabricated to withstand a maximum pulling tension of 600 pounds during installation (short term) and 135 pounds upon installation (long term). s. Shipping, storing, and operating temperature range of the cable: -40 deg C to + 70 deg C. Installation temperature range of cable: -10 deg C to + 60 deg C. Page 155 of 310 DIVISION 8 — TRAFFIC Section 8010'- EQUIPMENT, LIGHTING, AND SIGNALS t. Each fiber of all fiber optic cable tested by manufacturer at the 100% level for the following tests: 1) Proof tested at a minimum load of 100 kpsl 2) Attenuation u. Meet the appropriate standard Fiber Optic Test Procedure for the following measurements: ❑ Fluid Penetration 1) Compound Drip 2) Compressive Loading Resistance 3) Cyclic Flexing 4) Cyclic Impact 5) Tensile Loading and Bending p. Make cable ends available for testing. Seal cable ends to prevent moisture impregnation. q. Fiber Optic Connectors: Connectors shall be mechanical LC or ST/SC (ceramic ferrule -outdoor connections) compatible, field installable, and self -aligning and centering or factory fabricated pigtails. Connectors to the special devices used for Ethernet network connections shall utilize a factory converter cable of LC or SC to ST or manufacturer specified converter patch cord. Fiber optic equipment, used for terminating fibers, shall be rated for the type of connectors used. Connectors shall be Siecor CamLite, UniCam, or NEMA temperature rated epoxy type, or Engineer approved equal. All single mode fiber shall use LC or ST type connectors. All multimode fiber shall use SC type connectors r. Fiber Optic Jumpers/Patch Cords: For connections in the cabinet, provide factory assembled duplex pigtail jumpers with dielectric strength member, durable outer jacket and ST or SC compatible connectors. Provide adequate length for connections and 2 feet minimum slack. s. Fiber Optic Breakout Kits: The breakout kits or termination boxes used to terminate each fiber cable in the cabinet shall provide for the separation and protection of the individual fibers with the buffer tubing and jacketing materials. The terminationhousing shall be installed within a wall or shelf mountable interconnect housing which shall provide for storing fibers, arnple room for feed through cable, strain relief for multiple cables within unit, and accommodate LC or ST/SC compatible connectors. All fiber pigtails shall be terminated through LC or ST/SC connectors on the wall or shelf mounted interconnect panel. All terminations shall be LC or ST/SC type, ceramic core (outdoor connections), and plug into the provided controller unit internal fiber optic modern. Acceptable enclosures for combination termination/splice points shall be CCH-CS24 enclosures or pre -approved equal. All new cabinets shall use high density CCH- CS24 enclosures. Splices to pigtail fiber, where used, shall utilize fan out kit protection to the fiber, heat shrink tubing with metal bar reinforcement and 900 micron rated pigtail insulation. Splices to factory pigtails shall use pigtails that are rated for a minimum temperature range of zero degrees to +150 degrees Fahrenheit. In the absence of pigtails meeting this temperature rating, fibers shall utilize loose tube fiber in fanout kit tubes and mechanical LC or ST/SC connectors. These splices, fiber cable to pigtails, may be external to splice trays mounted internally to the enclosure, when shown on the wiring diagrams. The glass/fiber in the pigtails shall be from the same manufacture of glass/fiber installed in the field. All other splices, not specified to be installed external to the fiber splice tray, shall be installed in splice trays and be supported with heat shrink tubing. t. Splices/ Splice Enclosures: The fiber cable shall be installed In continuous runs between cabinets. No splices shall be allowed, unless shown on the plans or for testing. Splices, where specified, shall be by fusion splice and shall be installed using an automatic fusion splicer. Splices between two fibers leaving the cabinet shall be supported in splice trays installed in splice enclosures. All splices shall be re - enterable splice capsules, gas or gel, filled only and shall be protected by heat shrink tubing designed for fiber optic splicing applications. Fibers being terminated in two separate termination or splice enclosures shall be supported between enclosures by the use of buffer tubing or approved equal support material or shall be pigtail patch cords. Termination / splice enclosures shall be separated by less than 12 inches unless a conduit is installed between enclosures. All splices shall be performed by an automated splicer device that verifies the final splice termination quality. All splices shall be nominally .03 to .05 dB loss but shall be less than a 0.08 dB loss. Page 156 of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS u. Cable Termination: Terminations shall be made using the method recommended by the connector manufacturer. All fibers shall utilize a fan -out kit of the size and type recommended by the manufacturer and of the number of fibers provided in each fiber tube. All fibers terminated shall utilize a ceramic ferrule (outdoor connections), LC or ST/SC, mechanical termination equal to Siecor UniCam connectors, or be a wide temperature (-40 to +170 degrees Fahrenheit) epoxy. Heat cured or epoxy type connections meeting the full temperature ratings are acceptable for this Project, including factory manufactured pigtails. The Contractor shall be required to provide proof of purchase of sufficient quantities of ceramic terminations for outdoor terminations to verify ceramic connector usage or temperature ratings on epoxy or heat cured processes prior to terminating any fibers. The Contractor may terminate fibers by splicing factory pigtails to the fiber ends and then connecting the pigtail to the fiber coupler in the fiber tray. When splicing pigtails to terminate, all splices shall be provided with the metal reinforced shrink tube protector. The contractor may terminate fibers by the use of UniCam mechanical termination connectors. All termination ST/SC couplers shall be rated for dual fiber application, MM and SM K. Footings and Foundations: 1. Concrete bases/foundation for traffic control cabinets, fiber hub cabinets, light poles, pedestal poles, electrical services and battery backups should be precast from a pre -approved vendor 2. Use Class C structural concrete complying with Iowa DOT Section 2403. 3. Furnish precast concrete handhole or fiber vault, or fiberglass handhole, each with cast iron ring and cover or heavy duty fiberglass cover as specified in plans. 4. 24" Round Handhole HH 24-24: a. The 24" round handhole shall be a 3" thick concrete 24" diameter by 24" in depth with a 22.25" b. cast iron manhole cover with the legend "Traffic Signal" set flush to the ground. c. Cast iron ring and shall be rated heavy duty for traffic areas (320 pounds minimum) where shown on the plans. Deviations in weights shall not exceed plus or minus five percent d. Each HH 24-24 handhole shall have a 5/8" by 10' ground rod driven into the center of the handhole (for later use if not needed immediately). e. Each HH 24-24 shall include a drainage system as shown in the plans. f. The body of the pre -cast handhole shall meet the requirements for Class 1500D concrete pipe insofar as applicable.. 5. Fiber Vault, Square EVS48-48: a. Fiber Optics Junction Vault shall be a Square 48" x 48" outside dimension, b. 36" x 36" inside dimension c. Vault shall be 48" deep (inside dimension). d. Each vault shall include a drainage system (where applicable) as shown on in the plans. e. The vault will have 4 —%' drain holes in the sump pit for water to drain. f. A minimum of 4 cable hooks will be installed in each vault to support fiber optic cables. g. All conduits shall enter the vault at a depth of 18" to 30" from the bottom of the vault. h. All holes cut into vaults for conduit entry/exit shall be core drilled from the inside out or shall use manufactured knock -outs of appropriate size. i. Cast iron rings and covers 6. Fiber Vault, Round FVR 48-48: a. FVR48-48 which is an internal 48" diameter x 48" deep fiber vault manhole. b. 4" or larger opening in the bottom sump area with 4 — %" drain holes in the sump pit for water to drain. Each vault shall include a drainage system as shown on in the plans (Where applicable). c. 8 knockout locations, each measuring 2'-2" x 6" x 2' every 45 degrees in angle; d. 48" lid with a 24" cast iron cover marked "Fiber Optics" as shown on the details In the plans. e. A minimum of 4 cable hooks will be installed in each vault to support fiber optic cables f. All components are to be plastic, aluminum, or stainless steel to avoid rusting. g. Each vault shall have a 5/8" by 10' ground rod driven into the ground near the sump pit opening. This ground and the tracer wires shall be wired together and (if applicable) into the locator station. 7. Fiber Vault, PCL CONE FVR 36-48: Page 157 of 310 DIVISION 8 - TRAFFIC Section 8010—EQUIPMENT, LIGHTING, AND SIGNALS a. PCL CONE FVR36-48 shall be a cone shape 33.5 inches at the top and 48 inch inside dimension and 54" inch outside dimension at the bottom: Vault shall be 36 inches deep (inside dimension): b. 24" cast iron cover marked 'Fiber Optics" as shown on the details in the plans. c. Alt components are to be plastic, aluminum; or stainless steel to avoid rusting. d. Each vault shall have a 5/8" by 10' ground rod driven into the ground near the sump pit opening. This ground and the tracer wires shall be wired together and Of applicable) into the locator station. 8. Traffic Signal Tub, (Indicated as "TCHH" and located adjacent to the Control Cabinet: a. Tubs shall be a 36"x44"x32" precast concrete b. Casting shall be Neenah R-6685-5 (or equal) with the legend "Traffic Signal" on the lid. c. Covers shall support an 8,000 pound load over a 10" square with a minimum test load of 12,000 pounds. Covers subject to heavy loads shall support a 15,000-pound load over a 10" square with a minimum test load of 22,568 pounds. d. Traffic tub shall be constructed with a open bottom. A coarse aggregate drain shall be provided. e. The ground rod assembly at this location shall conform to the Grounding and Bonding at a cabinet location standard 9. Bonding and Grounding: a. Ground Rods: Ground rods must be UL listed, made of copper -clad steel with a nominal diameter of 5/8 inches. Ground rod sections must be a minimum of 8 feet in length and manufactured for the sole purpose of providing electrical grounding b. Ground rod assemblies: consistingof one or more ground rods coupled together, such that the total length of the assembly is a minimum of 10 feet, driven into the earth at a single point, without disrupting the electrical continuity of the assembly. Ground rod assemblies shall be full length as shown on the plans and each rod length shall be the tapered end style, not threaded. c. Ground Rod Array: is the inter -connection of the ground rods at each pole or structure at the site, consisting of two or more ground rod assemblies, bonded together in accordance with NEC Article 250 bonding d. Ground wires shall be connected to the ground rods with one (1) piece non-ferrous clamps which employ set screws as tightening devices ILSCO clear tap cat no. PCT(4/10), often referred to as Acorn Nuts. Connections to ground rods need not be taped. Ground rods and assemblies shall be of the length specified on the plans e. Cabinet location shall use a 20-foot ground rod assembly as specified In 11.2 with a #4 AWG, bare, tinned, solid annealed copper ground wire bonded back to the cabinet earth and electrical neutral bus at the cabinet and main service disconnect. f. Ground rod assembly electrodes shall be provided in and accessible at the adjacent hand holes at each structure including but not limited to signal poles, pedestal poles and controllers as detailed on the plans. The entire intersection grounding array shall be a single ground array and bonded back to the cabinet ground along with the cabinet and main disconnect g. Metal structures and their associated grounds shall be bonded together to the cabinet main disconnect, (NEC Article 250 Bonding). Ground rods should extend to Just below the top of the manhole or vault and be located between 3" and 6" of the side to allow measuring of ground array using a clamp- on tester and inspection of the connections as part of a preventative maintenance program h. Ground wires between metal structure and nearest ground rod shall be #4 AWG, bare, solid, annealed copper wire unless otherwise specified on the plans. Each steel pole or pedestal shall be firmly connected to the ground rod provided, by means of an internal grounding terminal or earth lug. Placing the ground wire under an anchor bolt nut, anchor bolt cover, or similar device will not be permitted. i. Conduit, steel poles, pedestals, and hand holes in the Immediate intersection shall be bonded between structures and cabinet to form a continuous effective ground array. Bonding ground wires shall be No. 6 AWG; XHHW insulated green, multi -strand copper wire or equal connected by appropriate sized split bolt or crimp connectors to the #4 ground wires specified in section 11.5 J. The No. 6 AWG, XHHW insulated green multi -strand copper wire shall be installed in all PVC conduit that carries electrical conductors (including low voltage) 1,09 CABINETS, PEDESTALS and POLES A. Fiber Hub Cabinet 1. Meets all Caltrans and FHWA requirements 2. Combined 24V DC power supply and power distribution assembly Page 158of310 DIVISION 8 - TRAFFIC Section 8010 - EQUIPMENT, LIGHTING, AND SIGNALS 3. Aluminum (0.125" thick), Natural Finish. Dimensions 66" H x 24" W x 30" D, Mounting Base Mounted, Bolt Pattern 25" x 15" with (4) 3/4" x 16" Anchor Bolts, Full size doors, front and back 4. 100 CFM Fan with Thermostatic Control. Filtered air intake in front door. Door Stops 90° & 180° stop, each door, top & bottom (± 10°). 5. Three Point Lock System 6. Rack Assembly Removable, Standard, 19" EIA Rack B. Lighting Controller Cabinet 1. Approved UL-508 pad mounted metered service pedestal/dedicated lighting controller. 2. contain a photo -eye that will be wired to the lighting controller. 3. Nema 3R approved 4. Contain a factory installed breaker panel with separate circuits for each electrical branch or direction. 5. Lighting controller must be set on a precast concrete foundation 6. Comply with all local electrical codes. C. Traffic Controller Cabinet: 1. The cabinet and auxiliary equipment shall conform to the requirements of the National Electrical Manufacturer's Association (NEMA) Standard TS-1 and TS-2, most current revision, and to these specifications. 2. The cabinet shall be a DBQTS2-NU-P or DBQTS2-NU-R D. Electric Service Pedestal: 1. Tesco, model 27-22, or equal, combination battery backup with Dubuque Specifications, electrical service with meter and lighting controller as shown in the plan details. a. When specified the Contractor shall supply and install a side mount Tesco, model 2200 battery backup system as specified below. 2. The service pedestal shall be part of the continuously grounded system discussed in section 2.02 L of this specification. 3. Enclosure shall be Anodized aluminum weatherproof enclosure shall house BBS and batteries. 4. Enclosure shall be TIG welded construction with welding materials specifically designed for the material to be welded. 5. Enclosure shall have fully framed side hinged outer doors with swaged close tolerance sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. 6. Front door shall incorporate a full-length piano hinge, pad -lockable draw latch (center area on door -latch side), and a pad lockable welded -in place vandal -proof tabs rated at 2000 lbs. 7. There shall be no exposed nut, bolts, screws, rivets or other fasteners on the exterior of the enclosure. 8. Maximum cabinet dimensions 46" H x 20" W x 10.25" D. Weight 250 lbs. with batteries. 9. BBS shall be mounted in an interior tilt out housing with 800 Ib. rated stops. 10. Battery connectors shall be Anderson Connectors with silver plated contacts. 11. Batteries shall be installed in fixed position framed trays for seismic safety and be readily accessible for maintenance. 12. Batteries shall be mounted allowing airflow front and back. 13. Enclosure shall include two transfer bypass switches, one for BSS bypass the second for auxiliary generator (optional). 14. All switched must be panel mounted on interior dead front panel board. 15. UV resistant plastic laminated nameplates shall identify all controls and major components. 16. A plastic covered wiring diagram will be attached to the inside of the front door. 17. All components shall be factory wired and conform to required NEMA, NEC, and UL standards. 18. A chassis ground point shall be provided. 19. Panel shall be UL 508 Industrial Control Panel rated Main breakers shall be 1, 2 or 3 pole 20. Operating temperature shall be a minimum -37°C to + 74° C 21. BBS Panel Minimum features: a. System shall provide 700 watts of full control run time for two (2) hours. In addition the system shall provide six (6) to eight (8) hours of flash. b. BBS bypass and BBS isolation switch Page 159 of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS c, Dead front safety panel board with all switches, indicating fuses, plugs, and isolation fuses for each battery pre -wired with phenolic nameplates d. All nameplates shall be screwed on phenolic engraved type e. All wire terminating lugs shall be full wrap around type f. All batteries shall be captive spaced from external captive sides in earthquake proof buckets g. Cabinet ventilation shall be by (qty. 2) 4" x 1/4" louvers top and bottom with encapsulated bug screens, cleanable filters and 100cfm fan to completely exchange air 25 time minimum per minute h. All DC terminals and connections shall incorporate safety covers such that the safety covers are in place for every normal maintenance mode i. Event Counters & Total Run Time Counter 22. BBS Unit Minimum Specifications: a. BBS unit shall provide a true sine -wave output with minimum 1400VA 950 Watts continuous capacity, with quick make/break connectors and plugs, b. BBS will provide on-line operation for a minimum input on 92 to 145 VAC, provide full load output of 120VAC 10% / +4% at 60 Hz +/- 0.05% over a temperature range of -37° C,(optional adder) to +74° C and be a UL Approved Design c. Surge energy withstand 480 Joules, 6.5kA d. Transient lighting protection - 160 Joules e. BBS must provide for utility service isolation when in operation.; f. Common mode clamping 0 ns < 5ns typical UL 1449 g. Conditioned power - Computer quality h. Transfer to battery time - 2ms I. Retransfer to utility - 2ms j. Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused (dead front panel mounted 30 amp) connections to the BBS for greater system reliability and ease of maintenance.. Series wiring in unacceptable k. The BBS shall be capable of running an intersection with LED lights (for Run Time consult manufacturer). I. The unit shall operate off-line, with battery condition indicator, with automatic test provisions, and with hot-swappable batteries (all batteries in system). m. BBS will automatically recharge, batteries from full discharge to 95% capacity within 6 hours. n. Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable). o. Fan cooling shall be fused for locked rotor current p. Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery q. BBS covers shall be 60% open on both sides to diminish the environmental effects of extreme temperatures r. Includes USB & RS232, DB9 Computer Interface Ports s. For Safety and maintenance the BBS shall not exceed 28 pounds. t. The BBS unit will be delivered with maintenance manuals and schematic diagrams. u. Separate pull section v. Full length dead front with stainless steel hinge and %turn latch & knurled knobs w. Dead front hinged on same side as the front door and opens up to 120 degrees x. Completely prewired in the factory y. Wiring will be to NEMA IIB standards showing external connections & external equipment 23. BBS Unit Minimum Features a. 1400VA 950 Watts, with quick make/break connectors and plugs. (Systems requiring hard wiring termination to/from the Inverter are unacceptable) b. ' Surge energy withstand 480 Joules, 6.5kA c. Common mode clamping 0 ns < 5ns typical UL 1449 d. Conditioned power - Computer quality e. Transient lighting protection - 160 Joules f. Transfer to battery time 2ms g. Retransfer to utility - 2ms Page 160 of 310 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS h. Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused (dead front panel mounted 30 amp) connections to the BBS for greater system reliability and ease of maintenance. Series wiring in unacceptable i. Fan cooling shall be fused for locked rotor current j. Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery k. BBS covers shall be 60% open on both sides to diminish the environmental effects of extreme temperatures. I. Includes USB & RS232, DB9 Computer Interface Ports m. Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable) 24. BBS Communication Module a. All inverter connections shall be made without the use of tools. This includes: NC -Input, NC -Output, Normally -Open, and Normally -Closed programmable contacts b. Smart Slot Relay I/O Module: 1) Input #1 Turn the BBS on. 2) Input #2 Turn the BBS off. 3) Input #3 Start the BBS self -test. 4) Input #4 Shut down the BBS (when on battery). 5) Output #1 The BBS is on -battery (during a power failure, self -test or run time calibration). 6) Output #2 BBS has a low battery - Programmable. 7) Output #3 The protected load is not receiving power from the BBS. 8) Output #4 Replace the BBS batteries. 9) Output #5 The BBS is overloaded. 10) Output #6 Any BBS fault or self -test failure. 25. Batteries a. Batteries shall be maintenance -free, type AGMNRLA (Absorbed Glass Mat / Valve Regulated Lead Acid), such as APC Smart -UPS RMXL or approved equal. Batteries shall be independently pre -wired and individually fused. Batteries shall be furnished with heavy-duty 50 amp rated silver-plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 26 lbs. are not acceptable 26. Enclosure Temperature Compensation a. Operating temperature shall be a minimum -37°C to + 74° C 27. Power System Analyzer and Conflict Resolution Module a. The 1400XL incorporates an integrated Power System Analyzer and Conflict Resolution Module. The Analyzer will evaluate and make limited adjustments to the incoming utility power and will automatically transfer load to the battery back-up power if utility power is lost. When utility power becomes available, the BBS will analyze the power to verify stability and return to normal operation. The system provides automatic BBS failure detection and automatically isolates the failed BBS and locks the unit on to utility power. Once the failure has been corrected, the system will return to the normal operation. 28. Triple Bypass System for Offline BBS a. SPACT - Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module. b. PCM — Power Conflict Monitor. c. The PCM is a totally redundant failsafe system. The PCM monitors load bus power available continuously. If load bus power fails for 5ms the PCM will transfer and isolate the BBS and guarantee that commercial power will be locked on. d. Watchdog Timer - Redundant 5 ms delay and hard transfer to utility power. e. The outboard Smart Transfer Switch shall not interrupt the normal controller function. Transfer time shall be 2ms. f. Onboard Smart I/O module will execute lockout of battery backup system upon Smart detection of any inverter BBS fault. If BBS resets itself, it will automatically be available for backup. g. ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours. Page 161 of 310 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS 29. Smart Battery, Charger a. Small charge from shut off discharge to 95% fully charged in less than 6 hours. Batteries shall be ambient enclosure compensated to less than 120°. The battery charger shall utilize Smart Cell Technology to extend battery life 30. Intelligent Battery Management a. Cell Guard means longer battery life Improved reliability results from a precision battery charging system, and automatic true -load battery tests. Redundant overcharge protection contributes to longer battery life. Smart Boost and SmartTrim regulate under and over voltages without switching to battery 31. Battery Replacement Warning prevents downtime a. 1400XL-BBS automatically performs a self -test every two weeks. This ensures that you will be alerted to degrading batteries before they wear out. Through software, or the push of a button, self - tests may be performed at any time. Faster Recharge Time — 1400XL-BBS battery charging systems are microprocessor controlled to precisely charge batteries in less time than legacy BBS systems. This makes the system available more quickly for subsequent power disturbance 32. Hot-Swappable Battery Replacement a. The 60 second, user friendly, hot-swappable battery replacement system Saves the time and expense of returning the BBS to the factory for battery; service, and allows safe and easy replacement of batteries while your system is up and running. Replacement battery packs ship in a reusable box for convenient return of exhausted batteries to a recycling center. 33. General a. The service pedestal shall be installed as shown In the plans. Two inch conduit connecting the service pedestal and the control cabinet shall be installed as shown in the plans. b. The meter shall be an Alliant Energy approved meter. The contractor shall verify acceptability with Alliant Energy and coordinate power connection to the meter from the power source E. Communications Cabinet: As specified in the contract documents. F. Multi -Use Cabinet: As specified in the contract documents. G Poles: 1. The fabricator shall certify that the mast arms are capable of withstanding winds up to 80 MPH with a 1.3 gust factor without failure; that only certified welding operators in accordance with AWS D1.1-80 or latest revisions were used; and that only electrodes as modified by AASHTO 1981 Standard Specifications for Welding of Structural Steel for Highway Bridges were used 2 Poles shall be manufactured in accordance with the requirements of the latest Standard Specifications for Structural Supports for Highway Signs, Luminaries, and Traffic Signals as approved by the American Association of State Highway and Transportation Officials. a. Poles shall have minimum_ yield strength of 48,000 PSI. The base and flange plates shall be of structural steel conforming to AASHTO M183 (ASTM A36) and cast steel conforming to ASTM A27, Grade 65-35 or better. b. The pole shall be designed to support the traffic signals, lighting and/or signs as shown on the plans c. The pole shall be galvanized inside and out in accordance with the requirements of ASTM A123, latest revision d. Where mast arms are used, the hole located on the upright pole shall be large enough for all the wires usedfor equipment located on the mast arm e. Where a combination street lighting/signal pole Is specified on the plans, the pole shall be equipped with a minimum 4"x 6" hand hole and cover located opposite the signal mast arm f. Where a combination street lighting/signal pole is specified on the plans, the luminaire arm is to be mounted in the same vertical plane as the signal arm unless otherwise indicated on the plans. g. The luminaire arm type shall be a single member type arm unless specified otherwise on the plans h. The luminaire arm shall provide the spread and nominal mounting height as shown on the plans i. The luminaire arm shall be arched. Page 162 of 310 11 1 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS j. The pole shall be equipped with a minimum 8"x 12" hand hole and aluminum cover located in the transformer base of the pole. Securing of the cover to the base shall be done with the use of simple tools. Hardware shall be corrosion resistant. k. The mast arms and poles shall be equipped with all necessary hardware, shims and anchor bolts to provide for a complete installation without additional parts I. All hardware shall be steel, hot dipped galvanized meeting the requirements of ASTM A123, Class D m. Commercial style lighting shall use a galvanized Valmont four anchor bolt style transformer base with 12" bolt circle, 15 foot arm length. n. Subdivision Style lighting shall use a Valmont three anchor bolt style base (DS-200 style 20 foot galvanized pole) with a Urban Townguide Classic "T" Clear o. The anchor bolts shall meet the requirements of ASTM A36 or better 1) The anchor bolts shall be hot dip galvanized for a minimum of 12 inches on the threaded end. 2) The anchor bolts shall be threaded and exposed a minimum of 6 inches at one end and have a 4-inch long, 90-degree bend at the other end. 3. Mast -arm Mounted Street Lighting — 40': a. LED luminaires shall be a Lumec / Philips brand Roadview RVS-135W80LED4K-R-LE3-UNIV-GY3-RC - Cobra head style multi -tap luminaires set for 240-volt operations 1) Lamps shall be Type III or as specified in the contract documents b. Luminaire housing shall consist of single piece aluminum castings with integral slipfitter for two-inch bracket mounting c. Slipfitter shall be arranged to accommodate a two-inch standard pipe bracket 1) shall consist of bracket clamps 2) shall provide for vertical adjustment and horizontal leveling of the luminaire 3) A weatherproof, hinged access door shall be provided for quick access to the terminal block and mounting arrangement 4) All exposed metal parts shall be made from non-ferrous metal or stainless steel. 4. Vehicle Traffic Signal Heads a. This section of the specifications describes the minimum acceptable design and operating requirements for vehicular signal heads with twelve (12) inch diameter lens openings, including all fittings and brackets as shown on the plans. All components of the vehicular signal heads furnished under this specification shall comply with the latest version of the Institute of Transportation Engineers Standard(s) for Adjustable Face Vehicle Traffic Control Signal Heads. All vehicle signals will use LED modules. b. Red Ball, Green Ball, and Green Arrow LED Modules 1) The low power LED red ball, green ball, and green arrow vehicle signals shall be installed in traffic signal housings rated as a 12" signal housing commercially manufactured with a durable polycarbonate material and be compatible with traffic signal mounting brackets utilizing serrated locking between signal sections. The LED signal section shall be a self -enclosed, sealed unit, with electrical connections to be terminated on the standard terminal block, spade termination, mounted in the traffic signal section. The signals shall be 120 VAC rated and shall be compatible with either public utility or backup power sources of a 60-hertz, +/- 5-hertz with a voltage variance between 80 and 135. 2) All electronics in the signal shall meet NEMA temperature rating of-40 to +74 °C. The enclosure shall conform to NEMA Moisture Resistance Standard 250-1991 for Type 4 enclosures <ITE 6.4.6.2 Moisture Resistance>. The signal electronics shall meet FCC Title 47, Subpart B, Section 15 Regulations for Electrical Noise dissemination. The electronics shall be provided with an operating power factor correction of a minimum of 0.9 and shall be provided with fuse and transient suppression incorporated for line and load protection. 3) The traditional "ball" signal display, shall have the following characteristics: i) Red Signal Display (Dialight 433-1210-003XL15) ii) Luminous Intensity # (cd) 365 iii) Dominant Wavelength (nm) 625 iv) Lens Tint Red v) Typical Wattage at 25 °C 7.0 +/- 0.5 vi) Meet or exceed ITE VTCSH Part 2 (July 1998) vii) Green Signal Display (Dialight 433-2270-001XL15) viii) Luminous Intensity # (cd) 475 Page 163 of 310 DIVISION 8 — TRAFFIC Section 8010- EQUIPMENT, LIGHTING, AND SIGNALS ix) Dominant Wavelength (nm), 500, x) Lens Tint Clear xi) Typical Wattage at 25 °C 7.0 +/_ 0.5 xii) Meet or exceed ITE VTCSH Part 2 (July 1998) 4) The traditional "green arrow" signal display, shall have the following characteristics: I) Green Arrow Display (Delight 432-2324-001XOD15) ii) Dominant Wavelength (nm) 500 iii) Lens Tint Clear iv) Typical Wattage at 25 °C 7.0 +/- 0.5 5) Arrow signals shall have power factor correction and temperature compensation. IF I1. MI 6) The LED modules shall be rated for low power consumption and for use in a backup power installation. LED modules shall be compatible with NEMA TS-2 requirements for traffic controller installations and be fully compliant and compatible with industry standard conflict monitors and �I malfunction monitor units. LED modules shall be at the rated power consumption, without exception, as backup power sources have been rated based on these design parameters. Charging circuit design shall preclude battery damage caused by continuous battery charge power availability. 7) LED modules shall be warranted for a minimum field life of 15 years, repair or replacement; and, be designed for minimum life of fifteen (15) years non -degrading for illumination output caused by lens deterioration or LED degrading C. Signal Head Assembly 1) The housing for the individual signal sections shall be made of a durable polycarbonate. It shall be clean, smooth and free from flaws, cracks, blowholes, and other imperfections. It shall be designed as a self-contained unit capable of separate mounting or inclusion in a signal face containing two or more signal sections rigidly and securely fastened together. It shall be equipped with openings and positive locking devices in the top and bottom so that it may be rotated between waterproof supporting brackets capable of being directed and secured at any angle in the horizontal plane. Doors and lenses shall be provided with suitable water -tight gaskets and doors shall be suitably hinged and held securely to the body of the housing by simple locking devices of non -corrosive PP material. 2) The optical system shall be so designed as to prevent any objectionable reflection of sun rays even at times of the day when the sun may shine directly into the lens 3) Lenses shall be twelve (12) Inches in diameter as specified on the plans. Lenses shall be polycarbonate. Glass lenses arenot acceptable 4) The visors for each signal section shall be durable polycarbonate not less than 0.10" in thickness. It I' shall be designed to fit tightly against the door, and shall not permit any perceptible filtration of light between it and the housing door. Visors shall be of the tunnel -type at least 8" long for all 12" rectangular pedestrian signals, at least 9 1/2" long for 12" diameter signals, shall angle slightly downward, and shall be of the type specified on the plans F 5) The reflector holder shall be designed to separately support the reflector and socket in proper relation to the lens. The reflector holder shall either be hinged to the left-hand side of the, signal body when viewed from the front with the right-hand side held In place by a spring catch or other quickly yr' releasable means, or the reflector shall be mounted in a manner that does not require it to be rll removed from its normal position during bulb replacement. Both the hinge device and the spring catch, or equivalent, shall be of a flexible nature which will permit the reflector holder to be pushed inwardly for at least one -sixteenth of an inch and to align itself correctly with the lens when the door of II the optical unit is closed and pressed against the rim of the reflector holder. By such means, the joint between the reflector holder and the lens shall be rendered dust -tight. It shall not be necessary to remove any screws or nuts in order to swing the reflector holder out of the body section to obtain access to the light socket. The reflector shall be Alzak treated aluminum or Lexalite (C) 111 polycarbonate. Glass is not acceptable. The reflector assembly shall be interchangeable and shall be designed so that it can be easily removed without the use of tools. When polycarbonate reflectors are furnished, gaskets shall be fabricated of silicone material 6) The lamp receptacle shall be of the fixed focus type, positioning the lamp filament at the correct focal point in respect to the reflector. The assembly shall be designed so that the lamp socket can be rotated through 360 degrees and eight (8) positions of adjustment for proper positioning of the lamp filament after relamping the signal. The lamp socket shall be equipped with color coded wire, either Page 164of310;`' 11 1I 1 II+ DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS red, yellow, or green, depending upon the lens color of the section. The socket wires shall be a minimum of 26 inches long, composed of wire with insulation designed to withstand 105 degrees centigrade. The wiring leads shall be terminated with spade lugs for ease of connection to the terminal block. The socket shall be equipped with a gasket to insure a dust -tight fit between the socket and reflector 7) One section of each three -section signal shall be equipped with a six position terminal block for termination of field wiring. Each five indication signal shall be equipped with an eight (8) position terminal block 8) The color of all polycarbonate signal heads shall be black in their entirety. The color shall be an integral part of the materials composition 9) Signal mounting hardware for side of pole mounted signals shall consist of aluminum 1-1/2 inch pipe and appropriate fittings or PELCO SE-3036 ASTRO-BRAC ®. Signals shall be secured to pole by using a stainless -steel cable mounting material. Pole mounted signal heads shall be mounted such that the traffic signal is between the pole and roadway 10) All vehicle signal heads shall include back plates. Five inch (5") back plates shall be furnished and attached to the signal faces to provide a dark background for signal indications. Backplates shall be constructed of one-piece durable black plastic capable of withstanding a 100 M.P.H. wind 11) The signal heads shall be constructed of the highest quality materials. High-grade workmanship shall be used throughout. Each head shall have a smooth surface both inside and outside and shall contain no sharp fins or sharp projections of any kind. D. Pedestrian Traffic Signal Heads 1) The pedestrian signal head shall comply with the latest version of the Institute of Transportation Engineers Standards on Pedestrian Traffic Signal Heads. 2) Signal Head Assembly a. The mounting, housing, and visors for pedestrian signal heads shall conform to the provisions of "Vehicle Traffic Signal Heads" section in these specifications, and as shown on the plans b. Count down style LED Signal shall be a 16"x18" module, which incorporates a Portland orange hand and a lunar white walking person. Lenses shall be polycarbonate; glass lenses are not acceptable. LED lenses shall be used for the hand symbol and walking person. c. LED lenses shall meet the following ITE specification: Vehicle Traffic Control Signal Heads — Part 2: Light Emitting Diode (LED) Vehicle Traffic Control Signal Modules, An Interim Purchase Specification of the Institute of Transportation Engineers d. Lenses shall have an effective area for the "HAND" or "WALKING PERSON" legends. The size shall comply with the Institute of Transportation Engineers Standards on Pedestrian Traffic Signal Heads e. The "HAND" symbol shall be red LED f. "WALKING PERSON" symbol lunar white LED. g. The color of all polycarbonate signal heads shall be black in their entirety. The color shall be an integral part of the materials composition h. Signal mounting hardware shall consist of aluminum 1-1/2 inch pipe and appropriate fittings or PELCO ASTRO-BRAC ® for pedestrian head side of pole mounting. Signals shall be secured to pole by using a stainless -steel cable mounting material. E. Pedestrian Push Buttons 1) Pedestrian push button detectors shall be Model Bulldog III manufactured by Polara and shall be Yellow in color with a black push button cup and shall be ADA compliant 2) The push button shall be weatherproof and of sturdy design. The entire assembly shall be weather tight, secure against electrical shock, and able to withstand continuous hard usage. The contacts shall be normally open with no current flowing except at the moment of actuation 3) The housing shall be made of aluminum alloy and furnished with suitable mounting hardware 4) Push button signs shall be furnished and shall conform to the requirements of the current Manual on Uniform Traffic Control Devices (MUTCD). Signs shall be R10-3E as specified in the plans 5) The Owner shall be furnished with a certification from the equipment manufacturer stating that the equipment furnished under this specification complies with all provisions of this specification. If there are any items, which do not comply with this specification, then a list of those exceptions must be detailed on the certification 6) General Specifications Page 165 of 310 DIVISION 8 — TRAFFIC Section 8010- EQUIPMENT, LIGHTING, AND SIGNALS a. Body Material: Die Cast Aluminum, Powder Coated b. Button Material: 316 Stainless Steel c. Piezo Driven Solid State Switch d. Operating Temperature: -30°F to 165°F (-34°C to 74°C) e. Operating Life: Greater than 100 million operations f. BDPM3 (Momentary LED Model) i Operating Force: 2 lbs. Maximum Operating Voltage: 12-36V DC or 12-25V AC ni On Resistance: 10 f2 Typical lv Operating Standby Current: 10pA typical (equivalent to 2M0 at 20V) v Operating Mode: Approx.0.025 sec flash each time button is pressed vi Luminous Intensity: 0.3 Lux @ 1 meter minimum (ultra bright red) vii Viewing Angle: 155° 160° vili Black — Low profile base ix Yellow Stainless Body g. Audible Tone i Sounds simultaneously with button push ii Different tones for press and release: 2.6kHz and 2.3kHz iii Beeper uses power from existing switch wires F. Traffic Signs and Posts: 1) Comply with Iowa DOT Section 4186. 2) Use a universally adjustable mast arm mounted sign bracket utilizing cable mounting 3) Comply with MUTCD and the contract documents for the street name sign dimensions, letter height and font, and sheeting a. Street Name Signs i. white letters 11. Highway Gothic Series B font Hi. title case lettering (first letter in each word is capitalized) iv. green background v. HIP rated sheeting 10-Inch blade vi. thickness of the aluminum sign blank shall be 0.08 inch vii. corners of the, sign blank shall have a 1-inch radius. vlli. 6 inch upper case and 4.5 inch lower case lettering Ix. white border, .375 Inch wide 4) Traffic signs shall be mounted on posts as indicated i Posts to be metal, 4-inch x 4 inch, or 4 inch x6 inch wood ii Installed to a depth adequate to prevent sign installation from leaning or tipping ill Posts shall conform to the requirements of Iowa DOT Section 4186.for Type 2 posts unless otherwise noted G. Traffic Signs on Mast Arms: 1) Traffic signs shall be mounted on the mast arms utilizing a universally adjustable mast arm mounted sign bracket 2) Street Name Signs a. white letters b.r Highway Gothic Series D font (Series C being acceptable for long legends) c. title case lettering (first letter in each word is capitalized) d. green background e. HIP rated sheeting>18-inch blade f. ; thickness of the aluminum sign blank shall be 0.125 inch g. corners of the sign blank shall have a 3-inch radius. h. 12 inch upper case and 9 Inch lower case lettering. is white border, 1 inch wide 1.10 DETECTION A. SMARTSENSOR MATRIX VEHICLE DETECTION Page 166 of 310' DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS This item shall govern the purchase of above -ground radar presence detector (RPD) equivalent to the Wavetronix SmartSensor Matrix. 1. Matrix Stop -bar radar detection. 2. Provide the proper number of sensors, harnesses, home run cable, interface -panels with a terminal server, and contact closure cards required for proper operation, based on Engineers quantities or plan documents. a. Provide the following part numbers as required for proper operation: Part Number Description WX-SS-225, Matrix Stop -bar detector with mounting bracket WX-SS-704-XXX Sensor Harness WX-SS-705-XXXX Home Run cable WX-SS-B01-0005 4 Sensor interface panel WX-SS-B01-0003 2 Sensor interface panel 6 Sensor interface Panel with SDLC WX-CLK-656 port WX-CLK-650 4 Sensor interface panel with SDLC port WX-CLK-301 Terminal server 4 Channel card rack contact closure WX-CLK-114 card WX-CLK-104 4 Channel Din rail contact closure card 3. Sensor Outputs a. The RPD shall present real-time presence data in 10 lanes. b. The RPD shall support a maximum of sixteen zones. c. The RPD shall support four channels and have user -selectable channel assignments. d. The RPD shall use OR logic to combine multiple zones to a channel output, and shall have channel output extend and delay functionality. e. The RPD algorithms shall mitigate detections from wrong way or cross traffic. f. The RPD system shall have fail-safe mode capabilities for contact closure outputs if communication is lost. 4. Detectable Area a. Detection Range. The RPD shall be able to detect and report presence in lanes with boundaries as close as 6 ft. from the base of the pole on which the RPD is mounted. b. The RPD shall be able to detect and report presence in lanes located within the 140 ft. arc from the base of the pole on which the RPD is mounted. c. Field of View. The RPD shall be able to detect and report presence for vehicles within a 90 degree field of view. d. Lane Configuration. The RPD shall be able to detect and report presence in up to 10 lanes. e. The RPD shall be able to detect and report presence in curved lanes and areas with islands and medians. 5. Maintenance a. The RPD shall not require cleaning or adjustment to maintain performance. b. The RPD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. c. Once the RPD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. 6. Physical Properties a. The RPD shall not exceed 4.2 lbs. in weight. b. The RPD shall not exceed 13.2 in. by 10.6 in. by 3.3 in. in its physical dimensions. c. Enclosure. The RPD shall be enclosed in a Lexan EXL polycarbonate. Page 167 of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS d. The enclosure shall be classified;"f1" outdoor weatherability in accordance with UL 746C. e. The RPD shall be classified as watertight according to the NEMA 250 Standard. f. The RPD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: 1) External Icing (NEMA 250 clause 5.6) 2) Hose -down (NEMA 250 clause 5.7) 3) 4X Corrosion Protection (NEMA 250 clause 5.10); 4) Gasket (NEMA 250 clause 5.14) g. The RPD shall be able to withstand a drop of up to 5 ft. without compromising its functional and structural integrity. h. The RPD enclosure shall include a connector that meets MIL-C-26482 specification. The MIL-C- 26482 connector shall provide contacts for all data and power connections. 7. Power a. The RPD shall consume less than 10 W. b. The RPD shall operate with a DC input between 9 VDC and 28 VDC 8. Communication Ports a. The RPD shall have two communication ports, and both ports shall communicate independently and simultaneously. b. The RPD shall support the upload of new firmware into the RPD's non-volatile memory over either communication port. c. The RPD shall support the user configuration of the following: 1) Response delay 2) Push port d. The communication ports shall support a 9600 bps baud rate. 9. Radar Design a. The RPD shall be designed with a matrix of radars b. Frequency Stability. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. c. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is reference to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. Any up conversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. d. The RPD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. e. The bandwidth of the transmit signal of the RPD shall not vary by more than 1 %under all specified operating conditions and over the expected life of the RPD. f. Antenna Design. The RPD antennas shall be designed on printed circuit boards. g. The verticalbeam width of the RPD at the 6dB points of the two-way pattern shall be 65 degrees or greater. h. The antennas shall cover a 90 degree horizontal field of view. i. The sidelobes in the RPD two-way antenna pattern shall be -40dB or less. j. Resolution. The RPD shall transmit a signal with a bandwidth of at least 245 MHz. k. RF Channels. The RPD shall provide at least 8 RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. I. Verification. The RPD shall have a self -test that is used to verify correct hardware functionality. m. The RPD shall have a diagnostics mode to verify correct system functionality. 10. Configuration a. Auto -configuration. The RPD shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto-conflguration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. b. The auto -configuration process shall work under normal Intersection operation and may require several cycles to complete. c. Manual Configuration. The auto -configuration method shall not prohibit the ability of the user to manually adjust the RPD configuration. d. The RPD shall support the configuring of lanes, stop bars and detection zones in 1-ft. increments. Page 168 of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS e. Windows Mobile® -based Software. The RPD shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. f. The graphical interface shall operate on Windows Mobile, Windows 10 in the .NET framework. g. The software shall support the following functionality: h. Operate over a TCP/IP connection i. Give the operator the ability to save/back up the RPD configuration to a file or load/restore the RPD configuration form a file. j. Allow the backed -up sensor configurations to be viewed and edited. k. Provide zone and channel actuation display I. Provide a virtual connection option so that the software can be used without connecting to an actual sensor. m. Local or remote sensor firmware upgradability. 11. Operating Conditions a. RPD operation shall continue in snow or in rain up to 1 in. per hour. b. The RPD shall be capable of continuous operation over an ambient temperature range of -40°F to 165.2°F. c. The RPD shall be capable of continuous operation over a relative humidity range of 5% to 95% (noncondensing) 12. Mounting Assembly a. The RPD shall be mounted directly onto a mounting assembly fastened to a mast arm, pole or other solid structure. b. The RPD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. c. The RPD mounting assembly shall be constructed of weather -resistant materials and shall be able to support a 20-lb (9.1 kg) load 13. Mounting Location a. The RPD shall be mounted at a height that is within 15-30 feet per manufacturer's recommended mounting heights. b. The RPD shall be mounted at an offset from the first lane that is not less than 6 feet per the RPD's minimum offset. c. The RPD shall be mounted so that at least 20 feet along the farthest lane to be monitored is within the field view of the RPD. d. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center of the lanes to be monitored. Typically, the RPD is titled off of vertical by 20-30 degrees. e. The RPD shall be mounted on a vertical signal pole or on the horizontal mast arm. f. The RPD shall be mounted so that its field of view is not occluded by poles, signs or other structures. g. RPDs that are mounted within 20 ft. (6.1 m) of each other or that are monitoring the same intersection shall be configured to operate on different RF channels regardless of the pointing direction of the RPDs. h. It is recommended that the manufacturer be consulted to verify final RPD placement if the RPD is to be mounted near large planar surfaces (sound barrier, building, parked vehicles, etc.) that run parallel to the monitored roadway. 14. Cabling a. Ground wire #4 AWG shall be provided from the equipment location to the foundation ground. The cable shall be SmartSensor 6-conductor wire. The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. The connector back shell shall be an environmentally sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the back shell's cable O.D. range to ensure proper sealing. The back shell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. Recommended connectors are Cannon's KPT series, and recommended back shells are Glenair Series 37 cable sealing back shells. b. The cable shall be the Orion Wire Combo-2204-2002-PVC-GY or an equivalent cable that conforms to the following specifications: Page 169 of 310 DIVISION 8 — TRAFFIC Section 8010 - EQUIPMENT, LIGHTING, AND SIGNALS 1) The RS-485 conductors shall be a twisted pair. 2) The RS-485 conductors shall have nominal capacitance conductor to conductor of less than 71pF/Ft at 1 Khz. 3) The RS-485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms/(304.8 m) at 68o F (20°C). 4) The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/(304.8 m) at 68° F (20°C) 5) Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. c. The cable shall be terminated only on the two farthest ends of the cable. d. The cable length shall not exceed 2000 ft. (609.6 m) for the operational baud rate of RS-485 communications (9.6 Kbps). e. If 12 VDC is being supplied for the RPD then the cable length shall not exceed 110 ft. (33.5 m). f. If 24 VDC is being supplied for the RPD then the cable length shall not exceed 600 ft. (182.9 m). g. Both communication and power conductors can be bundled together in the same cable as long as the above -mentioned conditions are met. 15. In Cabinet Interface Equipment a. The RPD shall be installed using the SmartSensor Matrix Preassembled Traffic Cabinet Backplate or an equivalent that provides input power surge suppression, sensor cable surge suppression, AC to DC power conversion (if necessary), and terminal blocks. The surge protection devices shall meet or exceed the EN 6100-4-5 Class 4 specifications 16. Power Supply a. If needed, the RPD shall be installed using the WX-CLK656,WXCLX 650 or an equivalent AC to DC power converter that meets the following specifications: b. The power converter shall be power rated at 48 W for temperate less that 140° F (60°C) with a 5% power decrease for each degree increase up to 158° F (70°C). c. The power converter shall operate in the temperature range of -29.2° F to +165.2°F (-34° C to 74° C). d., The power converter shall operate in the humidity range of 5% to 95% at 770 F (25°C) non - condensing e. The power converter shall accept an input voltage of 85 VAC to 264 VAC or 120 VDC to 370 VDC. f. The power converter shall operate at an input frequency of 47 Hz to 63 Hz: g. , The power converter shall produce an output voltage of 24 VDC ±4%. h. The power converter shall withstand a voltage across its Input and output of 2kV: The power converter shall withstand a voltage across its input and ground of 1.5 kV. i. The power converter shall conform to safety standards UL 60950 and EN60950. J. The power converter shall conform to EMC standards EN55022 Class 6 and EN61000-3-2, 3. k. In brown -out conditions (i.e. <85VAC input), the output voltage of the power converter shall be less than 1 VDC' I. The terminal blocks shall be color -coded Insulation displacement terminal blocks. m. The terminal blocks shall be prewired to the other in -cabinet equipment so that no wiring other than cable terminations, connecting Input power and connecting input file cards shall be required during installation. B. SMARTSENSOR HD DETECTION 1 General: This Item shall govern the purchase of above -ground radar vehicle sensing devices (RVSD) equivalent to the Wavetronix SmartSensor HD. a. Wavetronix, HD Count station. b. Provide the proper number of sensors, harnesses, home run cable, interface and communication equipment for proper operation, based on Engineers quantities or plan documents. Part Number WX-SS-126, HD with mounting bracket WX-SS-706-XXX Description ITS Sensor Sensor Harness Page 170 of 310 IL IL IL �y5 2. MAS-3000-01 MAS-3000-02 WX-CLK-400 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS Custom Solar Engine Custom AC Engine 900 MHz radios Radios to include surge, antennas and cabling required for full operation WX-CLK-301 WX-CLK-200 WX-CLK-201 WX-CLK-205 Terminal server Surge arrestor 1 amp Power Supply AC lighting surge protection WX-CLK-206 Resettable circuit breaker Measured Quantities. a. The RVSD shall provide volume, average speed, occupancy, classification counts, 85th percentile speed, average headway, average gap, speed bin counts and direction counts for user -configurable time intervals for up to 10 lanes of traffic. b. The RVSD shall provide up to eight length -based classification bins. c. The RVSD shall provide up to 15 speed bins. d. The RVSD shall provide speed, length, class, lane assignment, and range data for each vehicle detection. e. The RVSD shall provide presence data for up to 10 lanes of traffic. 3. Detectable Area. a. Maximum Lanes. i. The RVSD shall be able to detect and report information from up to 10 lanes. b. Detection Range. i. The RVSD shall be able to detect and report information in lanes with boundaries as close as 6 ft. (1.8 m) from the base of the pole on which the RVSD is mounted. ii. he RVSD shall be able to detect and report information in lanes located with the far boundary at 250 ft. (76.2 m) from the base of the pole on which the RVSD is mounted. Ili. The RVSD shall be able to simultaneously detect and report information from a lane located at the minimum offset and from a lane located at the maximum range. c. Lane Size and Spacing. i. The RVSD shall allow any spacing of traffic lanes positioned from the minimum offset to the maximum range. Gore and unequally sized or spaced lanes shall be handled so that detections from the lanes meet all performance specifications. 4. Performance. a. Volume Accuracy. I. The volume data shall be within 5% of truth for a direction of travel during nominal conditions. Individual lane volume data shall be within 10% of truth during nominal conditions. The percentage of missed detection and the percentage of false detections for each lane shall not exceed 15% during nominal conditions. Nominal conditions exist when average speeds are greater than 10 mph (16 kph) in every lane; when there is less than 20% truck traffic per lane; and when at least 50 cars per lane are counted in the interval. b. Speed Accuracy. i. Average speed data shall be accurate to within 3 mph (5 kph) for any direction of travel when there are more than five cars per lane in an interval. Average speed data for any individual lane shall be accurate to within 3 mph (5 kph) when there are more than five cars per lane in an interval. ii. The RVSD shall provide per -vehicle speed measurements on 95% of vehicles that are not occluded by other vehicles or by barriers. The RVSD shall provide per -vehicle speed measurements in which 90% of the measurements are within 5 mph (8 kph). iii. The RVSD shall measure speed using a dual -radar speed trap that calculates the time delay between two different radar beams. c. Occupancy Accuracy. Page 171 of 310 DIVISION 8 TRAFFIC Section 8010- EQUIPMENT, LIGHTING, AND SIGNALS i. Occupancy data shall be within 10% of truth for any direction of travel on a roadway during nominal conditions. For example, if the true occupancy in a lane is 20%, then the measured occupancy shall be between 18% and 22%. Individual lane occupancy shall be within 20% during nominal conditions.Nominal conditions exist when true occupancy is less than 30%, without merging traffic when average speeds are greater than 10 mph (16 kph) in every lane; and when there is less than 20% truck traffic per lane. d. Classification Accuracy. The RVSD shall correctly determine classification for 80% of detected vehicles when the classification bins are at least 10 ft. (3 m) wide and occupancy of all lanes is below 30%. 5. Performance Maintenance. a. The RVSD shall not require cleaning or adjustment to maintain performance, The RVSD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. b. Once the RVSD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. c. The RVSD shall be manufactured using techniques that will yield a mean time between failures of 10 years. 6. Physical Properties. a. The RVSD shall not exceed 5 lbs. (2.3 kg) in weight. b. The RVSD shall not exceed 14 in. by 12 in. by 4 in. (35.6 cm x 30.5 cm x 10.2 cm) in its physical dimensions. 7. Enclosure. a. The RVSD shall be enclosed In a Lexan polycarbonate. b. The enclosure shall be classified IV outdoor weatherability In accordance with UL 746C. c. The RVSD shall be classified as watertight according to the NEMA 250 Standard. d. _ The RVSD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. e. Test results shall be provided for each of the following type 4X criteria: 1) External Icing (NEMA 250 clause 5.6) 2) Hose -down (NEMA 250 clause 5.7) 3) 4X Corrosion Protection (NEMA 250 clause 5.10) 4) Gasket (NEMA 250 clause 5,14) f. The RVSD shall be able to withstand a drop of up to 5 ft. (1.5 m) without compromising its functional and structural integrity. g. The RVSD enclosure shall include a connector that meets the MIL-C-26482 specification. The MIL-C- 26482 connector shall provide contacts for all data and power connections. 8. Communication Ports. a. The RVSD shall have an RS-485 port and an RS-232 port, and both ports shall communicate Independently and simultaneously. b. The RS-232 port shall be full -duplex and shall support true RTS/CTS hardware handshaking for interfacing with various communication devices. c. The RVSD shall support the upload of new firmware into the RVSD's non-volatile memory over either communication port. d. The RVSD shall support the user configuration of the following: 1) Baud rate 2) Response delay 3). Data push 4) RS-232 flow control (RTS/CTS or none) e. The communication ports shall support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200 bps. 9. Performance Maintenance. a. The RVSD shall not require cleaning or adjustment to maintain performance. Page 172 of 310 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS b. The RVSD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. c. Once the RVSD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. d. The RVSD shall be manufactured using techniques that will yield a mean time between failures of 10 years. 10 Power. a. The RVSD shall consume less than 9.5 W. b. The RVSD shall operate with a DC input between 12 VDC and 28 VDC. 11 Data Protocols. a. The RVSD shall support three different data protocols for all lanes being monitored: interval (bin) data, event (per vehicle) data, and real-time true presence data. b. The interval (bin) data packet protocol shall support: 1) SensorlD 2) A timestamp that records the year, month, day, hour, minute, and second of the end of time interval 3) Total volumes of more than 65536 4) Average speed values in either mph or kph 5) Occupancy in 0.1% increments 6) Volume in up to eight length -based user -defined vehicle classification bins 7) Volume in up to 15 user -defined speed bins (bin by speed) 8) Volume for both directions of traffic (bin by direction) 9) Average headway in seconds 10) Average gap in seconds 11) 85th percentile speed in either mph or kph c. The event (per vehicle) data packet protocol shall support: 1) SensorlD 2) A timestamp that records the year, month, day, hour, minute, second and millisecond of the time the vehicle left the detection zone 3) Lane assignment 4) Speed values in either mph or kph 5) Vehicle length 6) Classification using up to eight user -defined classes 7) Range d. The real-time true presence data packet protocol shall support: 1) SensorlD 2) True presence information for each lane being monitored 12. Data Buffering. a. The RVSD shall store, in non-volatile memory, at least 9,000 interval data packets with the maximum number of lanes and approaches configured and all interval fields enabled. b. The RVSD shall timestamp interval data using a real-time clock that maintains accurate time even when power is disconnected from the sensor for extended periods of time. 13. Radar Design. a. The RVSD shall employ a dual radar design that includes two receive channels. 14. Frequency Stability. a. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. b. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that Is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. Any up conversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. Page 173 of 310 DIVISION 8 TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS c. The RVSD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. d. The bandwidth of the transmit signal of the RVSD shall not vary by more than 1 %u under all specified operating conditions and over the expected life of the RVSD. 15. Antenna Design. a. The RVSD antennae shall be designed on printed circuit boards. b. The vertical beam width of the RVSD at the 6dB points of the two-way pattern shall be 65 degrees of greater. c The horizontal beam width of the RVSD at the 6dB points of the two-way pattern shall be 7 degrees or less. d. The sidelobes in the RVSD two-way antenna pattern shall be -40dB or less. 16. Resolution. a. The RVSD shall transmit a signal with a bandwidth of at least 240 MHz. 17. RF Channels. a. The RVSD shall provide at least 4 RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 18. Auto -configuration. a. The RVSD shall have a method for automatically defining traffic lanes or detection zones without requiring user intervention. The auto -configuration process shall execute on a processor internal to the RVSD and shall not require an external PC or other processor. b. The auto -configuration process shall automatically define traffic lanes or detection zones by detecting the relative position of vehicles within the RVSD's field of view. c. The RVSD shall include a transceiver capable of detecting multiple vehicles present within its field of view. The RVSD shall also Include a processor or computer with executable instruction that estimates the position of each of the vehicles, records the position of the vehicles, generates a probability density function estimation from each position of the vehicles; and defines traffic lanes from that probability density function estimation. The probability, density function estimation represents the probability that a vehicle will be located at any range. d. The RVSD auto -configuration process shall define all lanes within the detectable area of the RVSD, up to the maximum number of lanes, during free -flow conditions; when at least 50% of a sedan is visible above any barriers; when at least 10 cars pass in each lane during configuration time; and there are less than 10% lane -changing. 19. Manual Configuration. a. The auto -configuration method shall not prohibit the ability of the user to manually adjust the RVSD configuration. b. The RVSD shall support the configuring of lanes or detection zones in 1-ft. (0.3-m) increments. 20. Windows Mobile® -based Software. a. The RVSD shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic history representing at least the last 1.5 seconds of detected traffic. This graphical traffic history shall also allow the option of displaying the measured speed or length of a detected vehicle. b. The graphical interface shall operate on Windows Mobile, Windows 10 in the .NET framework. c. The software shall support the following functionality: 1) Automatically; find the correct baud rate 2) Automatically find the correct serial communication port 3) Operate over a TCP/IP connection 4) Support dial -up modem connectivity Page 174 of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS 5) Give the operator the ability to save/back up the RVSD configuration to a file or load/restore the RVSD configuration from a file 6) Provide a virtual connection option so that the software can be used without connecting to an actual senor 21. Operating Conditions. a. The RVSD shall maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. b. RVSD operation shall continue in snow or in rain up to 4 in. (10.2 cm) per hour. c. The RVSD shall be capable of continuous operations over an ambient temperature range of -40°F to 165.2°F (-40°C to 74°C).The RVSD shall be capable of continuous operation over a relative humidity range of 5% to 95% (non -condensing). 22. Manufacturing. a. The RVSD shall be manufactured and assembled in the U.S.A. 23. Mounting Assembly. a. The RVSD shall be mounted directly onto a mounting assembly fastened to a pole or other solid structure. b. The RVSD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. c. The RVSD mounting assembly shall be constructed of weather -resistant materials and shall be able to support a 20-Ib. (9.1 kg) load. 24 Mounting Location. a. The RVSD shall be mounted at a height that is within 0-10 feet per manufacturer's recommended mounting heights. b. The RVSD shall be mounted at an offset form the first lane that is between 6-50 feet per the RVSD's minimum offset. c. The RVSD shall be mounted so that the farthest lane to be monitored is not more than 200 feet per maximum range of the RVSD. d. The RVSD shall be mounted with its cable connector down and shall be tilted so that the RVSD is aimed at the center of the lanes to be monitored. Typically, the RVSD is tilted off of vertical by 10-20 degrees. e. The RVSD shall be aligned so that the horizontal angle is within approximately +2 degrees of perpendicular to the flow of traffic. The RVSD alignment tool shall be used to verify pointing accuracy. f. Two RVSD units shall not be mounted so that they are pointed directly at each other. g. A distance of 40 ft. (12.2 m) or more, along the direction of the roadway, shall separate the RVSDs if they are located on opposing sides of a roadway and the RVSDs shall be configured to operate on different RF channels. h. RVSDs that are mounted within 20 ft. (6.1 m) of each other shall be configured to operate on different RF channels regardless of the pointing direction of the RVSDs. i. When possible, the pole selected for the RVSD shall be where there is no guardrail or other type of barrier between the pole and the first lane of traffic. j. The RVSD shall not be installed in areas with overhead structures. For example, overhead sign bridges, tunnels and overpasses should be avoided. The RVSD shall be mounted at least 30 ft. (9.1 m) to the side of any such overhead structure. k. It is recommended that the manufacturer be consulted to verify final RVSD placement if the RVSD is to be mounted near large planar surfaces (sound barrier, building, parked vehicles, etc.) that run parallel to the monitored roadway. 25. Cabling. a. The cable shall be SmartSensor wire. The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C-26482 connector. The connector back shell shall be an environmentally friendly sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the out diameter of this jacket shall be within the back shell's cable O.D. range to ensure proper Page 175 of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND, SIGNALS sealing. The back shell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. Recommended connectors are Cannons KPT series, and recommended back shells are Glenair Series 37 cable sealing back shells. b. The cable shall be the Orion Wire Combo-2207-2002-PVC-GY or an equivalent cable that conforms to the following specifications: 1) The RS-485 conductors shall be a twisted pair. 2) The RS-232 and RS-485 conductors shall have nominal capacitance conductor to conductor of less than 71 pF/Ft at 1 Khz. 3) The RS-232 and RS-485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms/(304.8m) at 68°F;(20°C). 4) The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/(304.8 m) at 68°F (20°C). 5) Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shielded with a drawn wire 6) The cable shall have a single continuous run with no splices. 7) The cable shall be terminated only on the two farthest ends of the cable. 8) The cable length shall not exceed the following limits for the operational baud rate of RS-485 communications: Baud Rate Cable Length 115.2 Kbps 300 ft. (91.4 m) 57.6 Kbps 600 ft. (182.9 m) 38.4 Kbps 800 ft. (243.8 m) 19.2 Kbps 1000 ft. (304.8 m) 9.6 Kbps 2000 ft. (609.6 m) NOTE: These represent maximum data rates. The data used should be the minimum data rate required for operation. c. If communication is conducted over the RS-232 bus, then the RS-232 driver must be able to source and sink+7 mA or more. d The cable Length shall not exceed the following limits for the operational baud rate of RS-232 communications: Baud Rate Cable Length 115.2 Kbps 40 ft. (12.2m) 57.6 Kbps 60 ft. (18.3m) 38.4 Kbps 100 ft. (30.5 m) 19.2 Kbps 140 ft. (42.7 m) 9.6 Kbps 200 ft. (61 m) NOTE: These represent maximum data rates. The data used should be the minimum data rate required for operation. e. If 12 VDC is being supplied for the RVSD then the cable length shall not exceed 110 ft. (33.5m). f. If 24 VDC is being supplied for the RVSD then the cable length shall not exceed 600 ft. (182.9 m). g. , If a cable length of 600 ft. (182.9 m) to 2000 ft. (609.6 m) is required, the power cable shall be an ANIXTER 2A-1402 or equivalent cable that meets the following requirements: i) 10 AWG conductor size/gauge H) Two conductor count Ili) Stranded cable type iv) Bare copper material v) 600 V range vi) 194°F (90°C) temperature rating/nylon insulation material vii) PVC- polyvinyl chloride jacketing material viii) 25 A per conductor h. Both communication and power conductors can be bundled together in the same cable as long as the above -mentioned conditions are met. M(. Page 176' of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS 26. Lighting Surge Protection. a. The RVSD shall be installed using lighting surge protection on all communication and power lines. The surge protection devices shall meet or exceed the EN 61000-4-5 Class 4 specifications. b. The lighting surge protection unit shall be the Wavetronix Click! 200TM or equivalent. 27. Power Supply. a. The RVSD shall be installed using the Click! 201, Click! 202 or an equivalent AC to DC power converter that meets the following specifications: b. The power converter shall be power rated at 15 W or greater at 77°F (25°C) and 10 W or greater at 165.2 (74°C). c. The power converter shall operate in the temperature range of to-29.2°F to +165.2°F (-34°C to +74°C). d. The power converter shall operate in the humidity range of 5% to 95% at 77°F (25°C) non - condensing. e. The power converter shall accept an input voltage of 85 VAC to 264 VAC or 120 VDC to 370 VDC. f. The power converter shall operate at an input frequency of 47 Hz to 63 Hz g. The power converter shall produce an output voltage of 24 VDC +4%. h. The power converter shall have a hold-up time of greater than 20 ms at 120 VAC. i. The power converter shall withstand a voltage across its input and output of 2kV. j. The power converter shall withstand a voltage across its input and ground of 1.5kV. k. The power converter shall conform to safety standards UL 60950 and EN60950. I. The power converter shall conform to EMC standards EN55022 Class B and EN61000-3-2, 3. m. In brown -out conditions (i.e. <85VAC input), the output voltage of the power converter shall be less than 1 VDC. 28. Input File Cards. a. If input file cards are used in the detection system, then the Click! 172, Click! 174 or an equivalent that meets the following specifications shall be used. b. The input file cards shall be compatible with 170, 2070, NEMA TS1, and NEMA TS2 style input racks. c. The input file card shall translate data packets from the RVSD into contact closure outputs. d. The input file card shall support dual loop (speed trap) emulation, as well as the following modes of operation: 1) Pulse (a single 125 ms output pulse for each vehicle) 2) Presence (an output pulse corresponding to the duration of each vehicle in the detection zone) 3) Actuation (true presence output in real time) 4) Single loop speed (duration of the pulse is inversely proportional to the speed of the vehicle) d. The input file card shall receive data packets over an RS-485 bus at any of the following baud rates: 9600, 19200, 38400 and 57600 bps e. The input file card shall autobaud and auto -detect an RVSD over wired and wireless communication channels that have a maximum latency of 500 ms. f. The input file card shall comply with the NEMA TS2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). C. Advance Microwave Vehicle Detection 1. This item shall govern the purchase of above ground continuous tracking advance detector (CTAD) equivalent to the Wavetronix SmartSensor Advance®. 2. Advance, Advance CTAD radar detection. 3. Provide the proper number of sensors, harnesses, home run cable, interface -panel with a terminal server, and contact closure cards required for proper operation, based on Engineers quantities or plan documents. Part Number Description WX-SS-200V, Advance Advance Sensor with mounting bracket WX-SS-200E, Advance Extended Range Advance Page 177 of 310 DIVISION 8 —TRAFFIC Section 8010- EQUIPMENT, LIGHTING, AND SIGNALS with mounting bracket WX-SS-704-XXX WX-SS-705-XXXX WX-SS-B01-0005 WX-SS-B01-0003 WX-CLK-656 WX-CLK-650 WX-CLK-301 WX-CLK-112 WX-CLK-104 4. Measured Quantities and Outputs a. The CTAD shall detect range, speed, vehicle estimated time of arrival (ETA) to the stop bar for vehicles or clusters of vehicles moving In the user selected direction of travel. The CTAD shall also detect instantaneous roadway efficiency. b. The CTAD shall be able to simultaneously detect and report information from up to 25 vehicles on the roadway when they are serially sequenced between the near and far boundaries. c. The CTAD shall turn on a zone output when the range, speed, ETA, and qualified count or instantaneous roadway efficiency requirements for that zone are satisfied. Harness Home Run cable 4 Sensor interface panel 2 Sensor interface panel 6 Sensor interface panel with SDLC port 4 sensor interface panel with SDLC port Terminal server 2 Channel card rack contact closure card 4 Channel Din rail contact closure card d. The CTAD shall turn on a latched channel output when the on alert is turned on and the delay time is satisfied: The CTAD shall turn off a latched channel output when the off alert is turned on or the max timer expires and the extension time is satisfied. e. The CTAD shall provide vehicle call and extend data on up to eight channels that can be connected to contact closure modules compliant with NEMA TS1, NEMA TS2, 170, and 2070 controller cabinets. f. The CTAD shall be capable of providing data for each tracked detection over the serial ports. 5. Detectable Area a. Mounting Location. The CTAD shall be able to detect and report vehicle infor within 50' (15.2 m) of the center of the lanes of interest. b The CTAD shall be able to detect and report vehicle information when mounted at heights up to 40' (12.2m) above the road surface. c. mation when mounted Detection Range. The CTAD shall be able to detect and report Information on the roadway located with the near boundary at 50' (15.2m) from the base of the pole on which is CTAD is mounted. d. The CTAD shall be able to detect and report information on the roadway located with the far boundary at 500' (152.4m) from the base of the pole on which the CTAD is mounted.. e. For incoming traffic, 95 percent of large vehicles within the line -of -site of the CTAD shall be detected and reported before they arrive 400' (121.9m) from the sensor. For incoming traffic, 90 percent of all motor vehicles within the line -of -site of the CTAD shall be detected and reported before they arrive 400' (121.9m) from the sensor. 6. Performance a. Detection Accuracy. The CTAD shall detect at least 98 percent of large vehicles like truck -trailer combinations and at least 95 percent of all motor vehicles within the line -of -sight of the CTAD sensor where multiple detections of multi -unit vehicles are not considered false detections and merged detections of adjacent lane vehicles are not considered missed detections. Page 178 of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS b. Range Accuracy. The CTAD shall provide range measurements in which 90 percent of the measurements are accurate within 10' (3m) when the vehicle is tracked independently. c. Speed Accuracy. The CTAD shall provide per vehicle speed measurements in which 90 percent of the measurements are accurate within 5 mph when tracked independently. d. ETA Accuracy. The CTAD shall provide estimated time -of -arrival (ETA) measurements in which 85 percent of the measurements are accurate within one second, when the detected vehicles are tracked independently at a constant speed above 40 mph (64 kph) and are within 2.5 and 5.5 seconds of the stop bar. 7. Performance Maintenance a. The CTAD shall not require cleaning or adjustment to maintain performance. b. The CTAD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. c. Once the CTAD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. 8. Physical Properties a. The CTAD shall not exceed 5 lbs. (2.3 kg) in weight. b. The CTAD shall not exceed 14 in. by 12 in. by 4 in. (35.5 cm x 30.5 cm x 10 cm) in its physical dimensions. c. Enclosure. The CTAD shall be enclosed in a Lexan polycarbonate. d. The enclosure shall be classified "f1" outdoor weatherability in accordance with UL 746C. e. The CTAD shall be classified as watertight according to the NEMA 250 Standard. f. The CTAD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: 1) External Icing (NEMA 250 clause 5.6) 2) Hose -down (NEMA 250 clause 5.7 3) 4X Corrosion Protection (NEMA 250 clause 5.10) 4) Gasket (NEMA 250 clause 5.14) 9. The CTAD, shall be able to withstand a drop of up to 5' (1.5 m) without compromising its functional and structural integrity. h. The CTAD enclosure shall include a connector that meets the MIL-C-26482 specification. The MIL- C-26482 connector shall provide contacts for all date and power connections. 9. Power a. The CTAD shall consume less than 8 W. b. The CTAD shall operate with a DC input between 12 VDC and 28 VDC 10. Communication Ports a. The CTAD shall have two serial communication ports, and both ports shall communicate Independently and simultaneously. b. The CTAD shall support the upload of new firmware into the CTAD's non-volatile memory over either communication port. c. The CTAD shall support the user configuration of the following: 1) Baud rate Page 179 of 310 DIVISION 8 — TRAFFIC Section 8010- EQUIPMENT, LIGHTING, AND SIGNALS 2) Communication port response delay 3) Contact closure output frequency d. Both communication ports shall support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200 bps. e, The contact closure output frequency shall be user configurable as short as 10 ms, with a default near 130 ms for compatibility. f. Contact closure data shall be reliably communicated over homerun cable connections as long as 600' (182.9 m) with latency from the time of channel requirement satisfaction to the eventual reporting of on the back edge of the contact closure card in 15 ms or less. 11. Radar Design a. Frequency Stability. The circuitry shall be void of any, manual tuning elements that could lead to human error and degraded performance over time b. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at (east 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year: Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent In the digitally generated signal. c. The CTAD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. d. The bandwidth of the transmit signal of the CTAD shall not vary by more than 1 percent under all specified operating conditions and over the expected life of the, CTAD. e. Antenna Design. The CTAD antennae shall be designed on printed circuit boards. f. The vertical beam width of the CTAD at the 6dB points of the two-way pattern shall be 65 degrees or greater. g. The horizontal beam width of the CTAD at the 6dB points of the two-way pattern shall be 11 degrees or less. h. The sidelobes in the CTAD two-way antenna pattern shall be -40dB or less. i. RF Channels. The CTAD shall provide at least four RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 10. Configuration a. Auto -configuration. The CTAD shall have a method for automatically configuring the sensitivity of detection in at least 5' (1.5-m) increments. b. The auto -configuration method shall not prohibit the ability of the user to manually adjust the CTAD configuration. c. The CTAD shall support the configuration of up to eight channel outputs with up to four alerts per channel and up to four zones per alert, resulting in 32 configurable alerts and 128 configurable zones. d. Zone Configuration. The CTAD shall support the configuring of zones in 5' (1.5 m) increments e. The CTAD shall support detection zones as long as 450' (137.2 m). f. The CTAD shall support user configurable high-speed and low -speed detection filters for each zone. Page 180 of 310 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS g. The CTAD shall support the configuring of speed filters in 1-mph (1.6-kph) increments. h. 8 The CTAD shall support user configurable upper and lower estimated time -of -arrival (ETA) filters for each zone. i. The CTAD shall support the configuring of ETA filters in increments of 0.1 seconds. j. The CTAD shall provide configurable upper and lower count filters that help determine if a required number of qualified detections are present. k. The CTAD shall support the configuring of qualified count filters in increments of one. I. Windows Mobile® -based Software. The CTAD shall include graphical user interface software that displays the current traffic pattern using a graphical traffic representation. m. The graphical user interface shall provide a means of logging the vehicular track files with an update rate of greater than five times per second. n. The graphical interface shall operate on Windows Mobile, Windows 2000, Windows XP and Windows Vista in the .NET framework. o. The software shall support the following functionality: 1) Automatically find the correct baud rate 2) Automatically find the correct serial communication port 3) Operate over a TCP/IP connection 4) Provide a virtual sensor connection for software usability without a sensor 5) Give the operator the ability to save/back up the CTAD configuration to a file or load/restore the CTAD configuration from a file. 11. Operating Conditions a. The CTAD shall maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk b. CTAD operation shall continue in snow or rain up to 4 in. (10 cm) per hour c. The CTAD shall be capable of continuous operation over an ambient temperature range of -40°F to 165°F (140°C to 74°C). d. The CTAD shall be capable of continuous operation over a relative humidity range of 5% to 95% (non -condensing) 12. Manufacturing a. The CTAD shall be manufactured and assembled in the U.S.A 13. Mounting and Installation a. Mounting Assembly. The CTAD shall be mounted directly onto a mounting assembly fastened to a pole, overhead mast arm, or other solid structure. b. The CTAD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. c. The CTAD mounting assembly shall be constructed of weather -resistant materials and shall be able to support a 20-Ib. (9.1 kg) load. d. Mounting Location. The CTAD shall be mounted at a height that is within 17-40 feet per manufacturer's recommended mounting heights. Page 181 of 310 DIVISION 8 -TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS e. The CTAD shall be mounted in a forward -fire position, looking towards either approaching or departing traffic. f. The CTAD shall be mounted so that it is pointed within 10 ft. (3 m) of the target point as defined by the manufacture's table of target points for mounting offsets and mounting heights. g. The CTAD shall be mounted so that Its vertical center line is within 5 degrees of the lanes of interest as described in the manufacture's documentation. h. Aligning the CTAD's center line with the roadway ensures that the antenna beam of the CTAD is positioned along the roadway. i. Two CTAD units shall not be mounted so that they are pointed directly at each other. j. CTADs that are mounted within 20 ft. (6.1 m) of each other shall be configured to operate on different RF channels regard -less of the pointing direction of the CTAD. k. The CTAD shall not be installed in areas with overhead structures. For example, overhead sign bridges, tunnels and overpasses should be avoided. The CTAD shall be mounted at least 30 ft. (9.1 m) to the side of any such overhead structures. 14. Cabling a. Ground wire #4 AWG shall be provided from the equipment location to the foundation ground. The cable shall be SmartSensor wire., The cable end connector shall meet the MIL-C-26482 specification and shall be designed to interface with the appropriate MIL-C 26482 connector. The connector backshell shall be an environmentally sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the backshell's cable O.D. range to ensure proper sealing. The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. Recommended connectors are Cannon's KPT series, and recommended backshells are Glehair Series 37 cable sealing backshells. b. The cable shall be the Orion Wire Combo-2207-2002-PVCGY or an equivalent cable that conforms to the following specifications: 1) The RS-485 conductors shall be a twisted pair. 2) The RS-232 and RS-485 conductors shall have nominal capacitance conductor to conductor of less than 71pF/Ft at 1 Khz. 3) The RS-232 and RS-485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms/(304.8 m) at 68°F (20°C). 4) The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms/(304.8 m) at 68°F (20°C). 5) Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. c. The cable shall have a single continuous run with no splices. d. The cable shall be terminated only on the two farthest ends of the cable. e. The cable length shall not exceed the following limits for the operational baud rate of RS-485 communications: Baud Rate 115.2 Kbps 57.6 Kbps 68.4 Kbps 19.2 Kbps 9.6 Kbps Cable Length 300 ft. 600ft._ 800 ft. 1000 ft. 2000 ft. Page 182 of 310 1 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS f. If communication is conducted over the RS-232 bus, then the RS-232 driver must be able to source and sink ±7 mA or more. g. The cable length shall not exceed the following limits for the operational baud rate of R-S232 communications. Baud Rate 115.2 Kbps 57.6 Kbps 38.4 Kbps 19.2 Kbps 9.6 Kbps Cable Length 40 ft. 60 ft. 100 ft. 140 ft. 200 ft. h. If 12 VDC is being supplied for the CTAD then the cable length shall not exceed 110 ft. i. If 24 VDC us being supplied for the CTAD then the cable length shall not exceed 600 ft. j. If a cable length of 600 ft. to 2000 ft. is required, the power cable shall be an ANIXTER 2A-1402 or equivalent cable that meets the following requirements: I. 10 AWG conductor size/gauge ii. 2 conductor count iii. Stranded cable type iv. Bare copper material v. 600 V range vi. 194°F temperature rating vii. PVC/nylon insulation material viii. PVC- poly vinyl chloride jacketing material ix. 25 A per conductor k. Both communication and power conductors can be bundled together in the same cable as long as the above -mentioned conditions are met. 15. Lightning Surge Protection a. The CTAD shall be installed using lightning surge protection devices that meet or exceed the EN 61000-4-5 Class 4 specifications. The lightning surge protection unit shall be the Wavetronix Click! 201, Click! 202 or an equivalent AC to DC power converter that meets the following specifications 16. Power Supply a. The CTAD shall be installed using the Click! 201, Click! 202 or an equivalent AC to DC power converter that meets the following specifications. b. The power converter shall be power rated at 15 W or greater at 77°F and 10 W or greater at 165°F. c. The power converter shall operate in the temperature range of to -29°F to 165°F. d. The power converter shall operate in the humidity range of 5% to 95% at 77°F non -condensing. e. The power converter shall accept an input voltage of 85 VAC to 264 VAC or 120 VDC to 370 VDC. f. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. g. The power converter shall produce an output voltage of 24 VDC ±4%. h. The power converter shall have a hold-up time of greater than 20 ms at 120 VAC. i. The power converter shall withstand a voltage across its input and output of 2 kV. The power converter shall withstand a voltage across its input and ground of 1.5 kV. j. The power converter shall conform to safety standards UL 60950 and EN60950. Page 183 of 310 DIVISION 8—TRAFFIC Section 8010- EQUIPMENT, LIGHTING, AND SIGNALS k. The power converter shall conform to EMC standards EN55022 Class B and EN61000-3-2, 3. I. In brown -out conditions (i.e. <85 VAC input), the output voltage of the power converter shall be less than 1 VDC. 17. Input File Cards a. If input file cards are used in the detection system, then the Click! 172, Click! 174 or an equivalent that meets the following specifications shall be used. b. The input file cards shall be compatible with 170, 2070, NEMA TSI, and NEMA TS2 style input racks. c. The input file card shall translate data packets from the CTAD into contact closure outputs. d. The input file card shall support actuation mode (passage detection output in real time) of operation. e. The input file card shall receive data packets over an RS-485 bus at any of the following baud rates: 9600, 19200, 38400 and 57600 bps. f. The input file card shall autobaud and auto -detect an CTAD over wired and wireless communication channels that have a maximum latency of 500 ms. g. The input file card shall comply with the NEMA TS2-1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). 1.11 EMERGENCY PREEMPTION A. System Description 1. The required priority control system will consist of a Global Traffic Control (GTT) formerly Opticom equipment including a model 764 Card with a 768 interface panel along with model 721 receivers using model 138 detector cable all using data -encoded infrared communication to identify the presence of designated priority or probe vehicles. > A record of system users, in the form of vehicle classification and identification number, will be created. In priority vehicle mode, the data -encoded communication will request the traffic signal controller to advance to and/or hold a desired traffic signal display selected from phases normally available. In probe vehicle mode, no traffic signal priority is requested --only a record of the probe vehicle's presence Is generated. 2. The priority control system will consist of a matched system of data -encoded emitters, infrared detectors, detector cable, phase selectors and system software. 3. The emitter will generate an infrared, data -encoded signal. The data -encoded signal will be detected and recognized by the infrared detectors at or near the intersection over a line -of -sight path of up to 2,500 feet (762m) under clear atmospheric conditions. The phase selector will process the electrical signal from the detector to ensure that the communication (1) is'a valid base frequency, (2) is correctly data encoded, and (3) is within the user-settable priority request activation range, and (4) performs priority arbitration between simultaneous users of the system. if these conditions are met, the phase selector will generate a priority control request to the traffic controller (i.e., a green light) for the approaching priority vehicles, or record the presence of approaching probe vehicles by classification and identification number. 4. The system will require no action from the vehicle operator other than to turn the emitter on. The system will operate on a first -come, first -served basis. High priority requests will override Low priority requests. The system will interface with most traffic signal controllers and will not compromise normal operation or existing safety provisions B. Matched System Components Page 184 of 310 DIVISION 8—TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS 1. The required priority control, data -encoded, infrared communications system will be comprised of five basic matched components: data -encoded emitter, infrared detector, detector cable, phase selector and system software. In addition, a card rack and an electromechanical interface card will be available if required. To ensure system integrity, operation and compatibility, all components will be from the same manufacturer. The system will offer compatibility with most signal controllers, e.g., electromechanical, NEMA (National Electrical Manufacturers Association), 170. The system can be interfaced with most globally available controllers using the RS232 interface or with the card rack using designated external inputs. Interfacing to an electromechanical controller may require the use of an interface card. 2. Data -Encoded Emitter. The data -encoded emitter will trigger the system. It will send the encoded infrared signal to the detector. It will be located on the priority or probe vehicle 3. Infrared Detector. The detector will change the infrared signal to an electrical signal. It will be located at or near the intersection. It will send the electrical signal, via the detector cable, to the phase selector. 4. Detector Cable. The detector cable will carry the electrical signal from the detector to the phase selector 5. Phase Selector. The phase selector will accommodate data -encoded communication and will perform priority level arbitration, validate, identify, classify and record the signal from the detector. It will be located within the controller cabinet at the intersection. It will request the controller to provide priority to the requesting vehicle and/or record presence of a probe vehicle 6. System Software. The system software will be a Windows TM 10 (or greater) compliant program. It supports system configuration and gathering of operational information. 7. Card Rack. The card rack will provide simplified installation of a phase selector into controller cabinets that do not already have a suitable card rack 8. Electromechanical Card. The electromechanical card will provide electrical interface between the phase selector and electromechanical -type traffic controllers C. System Component Specifications 1. Data -Encoded Infrared Emitter and Programming Software a. The required data -encoded emitter will generate the infrared signal, which serves as the trigger to the rest of the priority control system. The infrared signal generated by the data encoded emitter will be a series of intense flashes from a single light source with integral power supply. The flash signal will consist of a flxed frequency base signal and a coded overlay signal that can be used to transmit information b. The data -encoded emitter will be powered by the DC voltage supplied from the battery of the vehicle, 10 to 16 volts DC. The unit will be equipped with a weatherproof in -line fuse holder and a weatherproof quick -disconnect plug c. The unit, including all electronics, will be miniaturized to a size no greater than 5.900 inches (15 cm) wide by 3.800 inches (9.7 cm) high by 3.500 inches (8.9 cm) deep to accommodate standalone and internal lightbar installation. d. The data -encoded emitter will be supplied complete with a 25-foot (7.5 m) installation cable e. The flash sequence generated by the data -encoded emitter will carry three types of information: i. The first type will be one of three distinctly different base frequencies of either approximately 10Hz for a Low priority emitter, or approximately 14Hz for a High priority emitter, or 12Hz for Probe frequency. ii. The second type of information generated by the data -encoded emitter will be a vehicle classification and identification code that is interleaved Into the base frequency flashes. Setting the vehicle classification and identification code will be accomplished through emitter programming software. Each data -encoded emitter will be capable of setting 10 different Page 185 of 310 DIVISION 8 - TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS f. g. classifications with 1,000 different identification numbers per class for a total of 10,000 codes per base frequency. il.The third type of information generated by the data -encoded emitter will be reserved for setting the intersection detection range. A specially equipped emitter control module with a range setting command switch will enable the traffic engineer to activate the range code from his/her vehicle. The system will accommodate setting a separate range from 200 feet (61m) to 2,500 feet (762m) with 1200 range set points, for both High and Low priority signals. The emitter will Include' a multi -purpose communication port compliant with the SAE J1708 communication standard. This port enables unit configuration to be set into the emitter and read from the emitter. It also allows real-time communication between the vehicle and the emitter While operating, the data -encoded emitter will conduct self -diagnostics designed to monitor data transmission integrity by checking for missing pulses. Any failures of the self -diagnostic tests will be displayed by flashing of the ON/OFF switch indicator light h. An ON/OFF switch (available for each data -encoded emitter) will be equipped with an indicator light providing internal diagnostics to assist in troubleshooting. The indicator light will operate as follows 1) Steady on when the emitter is operating 2) Flash at a 0.5Hz rate when the emitter is intentionally disabled 3) Flash at a 2Hz rate when the emitter is Inoperative I. The data -encoded emitter will be equipped with a disable input that, when activated, will stop the emitter from flashing, thereby eliminating the possibility of inadvertent signal transmission after the priority vehicle has arrived at its destination. The disable Input will be programmable to operate in either a latching or non -latching mode. Operation of the disable input will be programmable using software j. The data -encoded emitter will be available with an optional visible light -blocking filter k. The data -encoded emitter will be configured with a grating to provide precise directionality control I. The data -encoded emitter will have a consistent flash intensity. The energy output per flash will be 0.84 Joules m. The data -encoded emitter will operate over a temperature range of —30°F (-34°C) to +165°F (+74°C). n. The data -encoded emitter will operate over a relative humidity range of 5% to 95%. o. Windows based software will be available for programming the emitter through its J1708 compatible multi -purpose port. The communication protocol will be made available upon request for creating software to implement real-time°communication p. The emitter will provide operating modes that allow it to be powered on with the strobe active or inactive D. Infrared Detector 1. The required detector will be a lightweight, weatherproof device capable of sensing and transforming pulsed infrared energy into electrical signals for use by the phase selection equipment 2. The infrared detector will be designed for mounting at or near an intersection on mast arms, pedestals, pipes or span wires. 3. Each Infrared' detector will be supplied with mounting hardware to accommodate installation on mast arms. Hardware will be available for span wire installations. Additional hardware may be needed Page 186 of 310 1 1 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS 4. The infrared detector design will include adjustable tubes that lock into position, to enable their reorientation for span wire mounting without disassembly of the unit. 5. The detector will accept infrared signals from one or two directions and will provide single or dual electrical output signal(s). 6. The infrared detector will be available in three configurations: a. Uni-directional with one output channel b. Bi-directional with one output channel c. Bi-directional with two output channels 7. The detector will allow aiming of the two infrared sensing inputs for skewed approaches, wide roads or slight curves 8. The infrared detector will have a built-in, labeled terminal block to simplify wiring connections 9. The infrared detector will receive power from the phase selector and will have internal voltage regulation to operate from 18 to 37 volts DC 10. The infrared detector will respond to a clear lens data -encoded emitter with 0.84 (±10%) Joules of energy output per flash at a distance of 2,500 feet (762m) under clear atmospheric conditions. If the emitter is configured with a visible light filter, the detector will respond at a distance of 1800 feet (549m) under clear atmospheric conditions. The noted distances will be comparable day and night 11. The infrared detector will deliver the necessary electrical signal to the phase selector via a detector cable up to 1,000 feet (305m) in length E. Detector Cable 1. The detector cable will deliver sufficient power from the phase selector to the infrared detector and will deliver the necessary quality signal from the detector to the phase selector over a non -spliced distance of 1,000 feet (305m). 2. The cable will be of durable construction to satisfy the following installation methods: a. Direct burial. b. Conduit and mast arm pull c. Exposed overhead (supported by messenger wire). 3. The outside diameter of the detector cable will not exceed 0.3 inches (7.62mm). 4. The insulation rating of the detector cable will be 600 volts minimum 5. The temperature rating of the detector cable will be +158°F (+70°C) minimum. 6. The conductors will be shielded with aluminized polyester and have an AWG #20 (7 x 28) stranded and individually tinned drain wire to provide signal integrity and transient protection 7. The shield wrapping will have a 20% overlap to ensure shield integrity following conduit and mast arm pulls 8. The detector cable will be comprised of three signal wires and a drain wire. Each wire will be 20 AWG (7 x 28). The capacitance will not exceed 48 pF per foot a 1 Khz. The detector cable wires will be stranded, individually tinned copper, color -coded insulation as follows: a. Orange for delivery of detector power (+). b. Drain wire for detector power return (-). c. Yellow for detector signal #1 d. Blue for detector signal #2 or ground, depending on model of detector being used. F. Phase Selector 1. The phase selector, designed to be installed in the traffic controller cabinet, will accommodate data - encoded signals and is intended for use directly with numerous controllers. These include California/New Page 187 of 310 DIVISION 8 TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS York Type 170 controllers with compatible software, NEMA controllers, or other controllers along with the system card rack and suitable system interface equipment and controller software 2. The phase selector will be a plug-in, four channel, multiple -priority device intended to be installed directly into a card rack located within the controller cabinet 3. The phase selector will be powered from 115 volt (95, volts AC to 135 volts AC), 60Hz mains and will contain an internal, regulated power supply that supports up to twelve infrared detectors 4. Programming the phase selector and retrieving the data stored in it will be accomplished using an IBM PC -compatible computer and the system interface software. The connection can be made either directly, via the computer's communication (COM) port, or remotely via a modern. The communication port on the phase selector will be 10/100Mb Ethernet communication, USB 2.0 and RS232 interface located on the front and back of the unit. The communication protocol will be made available upon request for creating software to implement other communication applications. 5. The phase selector will include the ability to directly sense the green traffic controller signal indications through the use of dedicated sensing circuits and wires connected directly to the field wire termination points in the traffic controller cabinet The phase selector will have the capability of storing up to 10,000 of the most recent infrared and GPS priority control calls, probe frequency passages, or unauthorized vehicle occurrences. When the log is full, the phase selector will drop the oldest entry to accommodate the new entry. The phase selector will store the record in non-volatile memory and will retain the record if power terminates. Each record entry will include ten points of information about the priority call, as follows:; a. Classification: Indicates the type of vehicle b. Identification number: Indicates the unique ID number of the vehicle c. Priority level: Indicates whether High or Low priority, or Probe frequency is requested by the vehicle d. Direction: Channel A, B, C, or D; Indicates the vehicle's direction of travel e. Call duration: Indicates the total time In seconds the priority status is active f. Final greens at end of call: Indicates which phases are green at the end of the call g. Duration of the final greens: Indicates the total time final greens were active at the end of call h. Time and date call started and ended: Indicates the time a priority call started and ended; provided in seconds, minutes, hours, day, month, year I. Maximum signal intensity: Indicates the strongest signal intensity measured by the phase selector during call I. Priority output active: Indicates if the phase selector requested priority from the controller for the call 7. The phase selector will include several control timers that will limit or modify the duration of a priority control condition, by channel, and can be programmed from an IBM PC -compatible computer. The control timers will be as follows: a. MAX CALL TIME: Will set the maximum time a channel is allowed to be active. It will be settable from 60 to 65,535 seconds in one -second increments b. CALL HOLD TIME: Will set the time a call is held on a channel after the priority signal is no longer being received. It will be settable from one to 255 seconds in one -second increments. Its factory default must be six seconds c. _ CALL DELAY TIME: Will set the time a call must be recognized before the phase selector activates the corresponding output. It will be settable from zero to 255 seconds in one -second increments. Its factory default must be zero seconds 8. The phase selector's default values will be re-settable by the operator using an IBM PC -compatible computer, or manually using switches located on its front 9. The phase selector will be capable of three levels of discrimination of data -encoded infrared signals, as follows: a. Verification of the presence of the base infrared signal of either High priority, Low priority or Probe frequency Page 188 of 310 11 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS b. Validation of the infrared signal data -encoded pulses c. Determination of when the vehicle is within the prescribed range 10, The phase selector's card edge connector will include primary infrared detector inputs and power outputs. Two additional detector inputs per channel will be provided on a front panel connector 11. The phase selector will include one opto-isolated NPN output per channel that provides the following electrical signal to the appropriate pin on the card edge connector: a. 6.25Hz ± 0.1Hz 50% on/duty square wave in response to a Low priority call b. A steady ON in response to a High priority call 12. The phase selector will accommodate three methods for setting intensity thresholds (emitter range) for high and low priority signals: a. Using a data -encoded emitter with range -setting capability b. Using any encoded emitter by manipulating the front panel switches c. Inputting the range requirements via the communication port 13. The intensity threshold will have 1200 set points. There will be separate intensity thresholds for the primary detector and the auxiliary detectors 14. The phase selector will have a POWER ON LED indicator that flashes to indicate unit diagnostic mode and illuminates steadily to indicate proper operation 15. The phase selector will have internal diagnostics to test for proper operation. If a fault is detected, the phase selector will use the front panel LED indicators to display fault information 16. The phase selector will have a High (High) and Low (Low) LED indicator for each channel to display active calls 17. The phase selector will have a test switch for each channel to test proper operation of High or Low priority 18. The phase selector will properly Identify a High priority call with the presence of 10 Low priority data - encoded emitter signals being received simultaneously on the same channel 19. The phase selector will have write -on pads to allow identification of the phase and channel 20. The phase selector will have the capability to enter unique names for each channel via the interface software 21. The phase selector will provide one isolated confirmation light control output per channel. These outputs are user configurable through software for a variety of confirmation light sequences 22. The NEMA model of the phase selector will have outputs for the control of NEMA controllers that lack internal preemption capability. This function will be accomplished through the use of Manual Control Enable, Interval Advance, and Phase Omit options 23. The NEMA model will also have the option of providing separate outputs for High and Low priority calls for controllers that do not recognize a 6.25Hz pulsed Low priority request 24. The NEMA model of the phase selector will have the capability to set Interval Advance rates as low as once every 200 mSec for Low priority calls. It will also be able to operate in the Manual Control Enable Mode for Low priority calls and activate a standard preemption output for high priority calls 25. The phase selector will have the capability of recording the presence of a vehicle transmitting at the specified Probe frequency. The phase selector will at no time attempt to modify the intersection operation in response to the Probe frequency 26. The phase selector will have the capability of providing Low priority in a mode where the output to the controller is gated or controlled by timing relationships within the controller cycle Page 189 of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS 27. The phase selector will have the capability to assign a relative priority to a call request within High or Low priority. This assignment will be based on the received vehicle class 28. The phase selector will have the capability to discriminate between individual ID codes and allow or deny a call output to the controller based on this information 29. The phase selector will have the capability to log call requests by unauthorized vehicles 30. The phase selector will have the ability to command an emitter to relay a received code to the next intersection 31. The phase selector will have the capability of functionally testing connected detector circuits and indicating via front panel LEDs non-functional detector circuits 32. The phase selector will incorporate a precision real time clock synchronized to an AC power line frequency 33. The clock will have the capability to automatically adjust itself for changes in daylight saving time. Interface software will be used to set the clock and to input the appropriate dates and times for daylight saving changes., 34. The phase selector shall have the capability to set the minimum time between Low priority calls 35. An auxiliary interface panel will be available to facilitate interconnections between the phase selector and traffic cabinet wiring G. Card Rack 1. The required card rack will provide simplified installation of a phase selector into controller cabinets that do not already have a suitable card rack 2. The card rack will be factory wired to one connector, located behind the card slot, and a terminal block, located next to the phase selector slot, on the front of the card rack 3. The card rack connector on the front will provide for all connections to the traffic controller 4. The card rack will provide labeled terminal blocks for connecting the primary infrared detectors to a phase selector H. Interface Card for Electromechanical Controllers 1. The required interface card for electromechanical controllers will provide electrical and logic interface between the phase selector and an electromechanical -type controller and shall be a Model 764 card 2. The inputs to the interface card for electromechanical controllers will be connected to the outputs of the phase selector 3. The outputs of the interface card for electromechanical controllers will be connected to the Hand Control Switch or Police Panel where the dial motor and its self -generated solenoid advance pulses are disconnected from the cam/solenoid assembly and replaced by pulses generated by the action of the Hand Control Switch in the electromechanical -type controller 4. The Interface card for electromechanical controllers will decode the outputs of the phase selector(s) and advance the controller to the phase that is set for that channel by sensing the traffic controller signal indlcations 5. The interface card for electromechanical controllers will have one input to disable the interface card 6. The interface card for electromechanical controllers will include the following switches: a. Channel 1 Green Time: 16-position rotary switch; Controls timing between advance pulses, in seconds, when in Phase 1 green Page 190 of 310, DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS b. Channel 2 Green Time: 16-position rotary switch; Controls timing between advance pulses, in seconds, when in Phase 2 green c. Channel 3 Green Time: 16-position rotary switch; Controls timing between advance pulses, in seconds, when in Phase 3 green d. Channel 4 Green Time: 16-position rotary switch; Controls timing between advance pulses, in seconds, when in Phase 4 green e. NON Green Time: 16-position rotary switch; Controls timing between advance pulses, in seconds, when no indications are green f. Power Switch I. Interface Software 1. The priority control interface software will be provided on a single CD-ROM to interface with the phase selector. It must run on most IBM-compatible computers equipped with at least 64M RAM, WindowsTM 10 and color VGA display capability 2. The priority control interface software must accommodate: a. Setting up and presenting user -determined system parameters b. Viewing and changing settings c. Viewing activity screens d. Displaying and/or downloading records of previous activity showing class, code, priority, direction, call duration, final greens at end of call, duration of final greens, time call ended in real time plus maximum signal intensity (vehicle location information). This information may be used to reconstruct the route taken by a priority (or probe) vehicle to track the vehicle 3. The priority control interface software must accommodate operation via a mouse or via the keyboard, or in combination 4. The priority control interface software must provide menu displays to enable: a. Setting of valid vehicle ID and class codes. b. Establishing signal intensity thresholds (detection ranges), modem initialization, Intersection name and timing parameters. c. Setting of desired green signal indications during priority control operation and upload and download capability to view. d. Resetting and/or retrieving logged data and priority vehicle activity. e. Addressing for each card in a multi -drop connected system. f. Confirmation light configuration. g. NEMA Control Parameters. 5. The interface software will provide readout of noise levels detected by the detectors. This noise level will serve as a troubleshooting tool 6. The interface software will provide a real-time activity screen which will provide the following information a. Call intensity value even if below threshold b. Vehicle class and ID. c. Emitter priority level. d. Indication of detection on primary or auxiliary detector e. Indication if call is being serviced or is pending. f. Indication if vehicle is in range. g. Readout for four separate vehicles per channel. h. Detector noise level readout. i. Green phase monitoring with information on the current greens J. Reliability 1. All equipment supplied as part of the infrared priority control system intended for use in the controller cabinet will meet the following electrical and environmental specifications spelled out in the NEMA Standards Publication TS2 1992, Part 2 a. Line voltage variations per NEMA TS2 1992, Paragraph 2.1.2. b. Power source frequency per NEMA TS2 1992, Paragraph 2.1.3. Page 191 of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS c. Power source noise transients per NEMA TS2 1992, Paragraph 2.1.6.1. d. Temperature range per NEMA TS2 1992, Paragraph 2.1 5.1. e. , Humidity per NEMA TS2 1992, Paragraph 2.1.5.2. f. Shock test per NEMA TS2 1992, Paragraph 3.13.9. g. , Vibration per NEMA TS2 1992, Paragraph 3.13.8 2. Each piece of equipmentsupplied as part of the priority control system intended for use in or on priority vehicles will operate properly across the entire spectrum of combinations of environmental conditions (temperature range, relative humidity, vehicle battery voltage) per the individual component specifications. K. Qualifications 1. The manufacturer of the required infrared priority control system will verify the proven, safe operation of the system's infrared communication technology. Upon request, the manufacturer will produce a list of user agencies having experience interfacing priority control equipment with electromechanical, solid state and programmable controller types. 2. The manufacturer will demonstrate the ability to finance ongoing technical support, written product warranties, and responsibility for product failure. 3. Upon request, the manufacturer will produce a copy of its last full year and four previous year's corporate financial statements. 4. The manufacturer will have an Independent quality department that has complete authority to control product Integrity and is answerable only to the senior officer of the organization. 1.12 DATA AGGREGATOR A. Data Aggregator 1. The Data Aggregator 300'/ 400 shall provide real time intersection data and cabinet health to existing ATMS data set. B. General Requirements 1. This product shall safely retrieve critical data from MMU/CMU. 2. Provide cabinet health and GPS- based time sync 3. Provide travel time ready via Wi-Fi or Bluetooth sensors 4. 5-Band anteens covering GSM/GPRS/LTE, GPS, Wi-Fi, Bluetooth, DSRC Bands 5. Detector information from NEMA TS-1, TS-2, or Type 170/2070 cabinets using RS-232Serial Communications for up to 32 channel. 6. Detector and signal information from NEMA TS-2 cabinets using SDLC communications to provide additional data 1.13 PAN/TILT--ZOOM CAMERAS A. Traffic Monitoring System: Provide as specified in the contract documents including, video camera in dome, dome mounting bracket and hardware, camera controller, cabling from camera to controller cabinet, and all accessories and hardware necessary for a complete and operational system. PTZ camera shall be Axis 6155-E 1. This product shall be manufactured by a firm whose quality system is in compliance with the IS/ISO 9001/EN 29001, QUALITY SYSTEM. Safety: CE, UL 2. The manufacturer shall provide a three year (3) warranty. 3. The product specified shall be a rugged, outdoor surveillance domed camera system. The camera system consists of an integrated high resolution, CCD camera using a 1/4-inch imager and a 30X (4.3 — 129mm F1.6 to F4.7 auto -iris, auto -focus optical zoom lens; 12x digital zoom; a variable/high speed, 360° pan/tilt unit; and an intelligent, integral receiver/driver. This camera is designed to perform over a wide range of environmental and lighting conditions and automatically adjusts from daytime to nighttime operation. Page 192of310 1 1 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS 4. The camera shall automatically switch from daylight color operation to a higher sensitivity nighttime monochrome mode when light levels fall below an adjustable threshold level. Day/night operation may also be manually switched on or off from the system switcher/controller keyboard. 5. The camera shall provide a selectable slow shutter (frame integration) function that increases the camera's sensitivity up to 50 times by reducing the shutter speed. Selectable slow shutter speeds shall be from 1/60000 sec to 2 sec, and fully automatic. 6. The camera shall be equipped with a 30X optical zoom lens with laser focus auto iris. A full 12x digital zoom shall then be functional once the maximum 30X optical zoom limit has been reached. 7. The 12x digital zoom lens shall be on/off selectable from the system controller keyboard. 8. The camera's 360° pan rotation shall is divided into 16 independent sectors with 16-character titles per sector. Any or all of the 16 sectors may be blanked from the operator. 9. In addition to the blanking function, a privacy masking feature shall be provided that allows creation of up to thirty two (32) 3D privacy masks that prohibit areas of the field of view from being seen even if the camera is panned, tilted, or zoomed. 10. Digital image stabilization shall be provided using electronic compensation that filters out vibrations caused by wind and other environmental conditions. This image stabilization function shall be on/off selectable from the controller's system keyboard. 11. A Fast Addressing method for setting the camera address number for control shall be remotely programmable from the system controller keyboard. The camera address may also be directly settable via thumbwheel switches located within the camera. 12. The camera shall allow the storage of up to 256 preset scenes with each preset programmable for 16 character titles. A tour function shall be available to consecutively display each of the preset scenes for a programmed dwell time. Any or all of the presets may be included or excluded from the tour. 13. The camera shall be capable of recording two (2) separate tours (macros) of an operator's keyboard movements consisting of, tilt, and zoom activities for a total combined duration time of 15 minutes. Recorded tours can be continuously played back. 14. When an operator stops manually controlling the camera, and a programmed period of time is allowed to expire, the camera will execute one of the following programmable options: 1) return to preset #1; 2) return to the automated tour previously executed; 3) do nothing. 15. The camera shall ensure that any advanced commands required to program the camera are accessed via three levels of password protection ranging from low to high security. 16. The camera system shall provide a feature that automatically rotates, or pivots, the camera to simplify tracking of a person walking directly under the camera. 17. The camera shall provide four (4) normally open or normally closed alarm input contacts and one (1) relay output. Any or all of the input contacts may be programmed upon activation to automatically move the camera to any preposition location, close the output relay for a programmed period of time, and display an alarm indication on the on -screen display of the display monitor. 18. The camera shall be available in wall mount, mast mount (pole), and corner mount versions that include an integral outdoor power supply box. Roof mount (parapet) and pipe mount versions are provided with a separate outdoor power supply box. 19. The camera system shall be provided in a NEMA 4X or IP66 certified, rugged, weather -resistant package. 20. Any additional Milestone licenses need to be included in the cost. The yearly support agreement should be prorated to match the City of Dubuque's existing maintenance contract with Milestone. Page 193 of 310 DIVISION 8 - TRAFFIC Section 8010- EQUIPMENT, LIGHTING, AND SIGNALS B. Camera Specification: 1. Imager: 1/2.8" Progressice scan CMOS 2. Horizontal Resolution: 1920X1080p to 320X180 3. , Lens: 30X zoom(4.3 to 129mm) F1.6 to F4.7 4. Digital Zoom: 12X 5. Field of view: 2.36° to 66.7° 6. Focus and iris: Automatic with manual override 7. Aperture correction: Horizontal and vertical C. Electrical Specifications: 1. Main supply input voltage/current, as required by the application: a. NTSC: 115VAC, 60Hz b. NTSC: 24VAC, 60Hz 2. Power (camera): 21-28 VAC, 50/60 Hz, 11 W maximum a. Power (heater): 21-28 VAC, 50/60 Hz, 30 W maximum. 3. Video output: 1.0Vp-p ± 0 1 Vp-p; 75 ohms 4. Synchronization: Line -lock (-120° to +120° vertical phase adjust) or internal crystal 5. Sensitivity: (usable video): a. Color: 0.15 lux at 30 IRE, F1.6 b. B/W<0.01 lux at 30 IRE, F1.6 c. : Color: 0.2 lux at 50 IRE, F1.6 d. B/W: 0.02 lux at 50 IRE, F1.6 6. Signal to Noise Ratio: Greater than 50 dB D. Mechanical Specifications 1. Weight: 6.4 Ib. (2.9 kg) 2. Pan/tilt: 360° continuous pan; +20° to -90° tilt from horizontal plane 3. Pre -position speed: 360°/sec. +/-.50° accuracy. 4. Variable speed: 120°/sec E. Environmental Specifications 1. Humidity: 0% to 100% relative, condensing 2. Operating temperature: -40°C to +70°C (-40°F to +158°F) 3. Housing Rating: NEMA 4X and IP66 Certified 1.14 - STOP BAR MONITORING CAMERAS A. The Stop Bar Monitoring Camera System utilized on the project shall be a Axis Model No. Axis-1615-E MK II network camera manufactured by AXIS B. Follow manufacturer's recommendations for power feed between power cabinet to the camera/outdoor enclosure and traffic cabinet C. Power and Network cabling to consist of outdoor rated UV resistance CAT6 network cabling between AXIS 1615-E camera and network switch mounted inside of the traffic cabinet. The CAT6 cable shall be OSP Broadband BBDN6 shielded with aluminum or approved equal D. Outdoor Enclosure to be mounted near the end of mast -arm using a Skybracket cable mount camera support with 2 foot extension or skybracket pole mount E. Cameras shall be installed and tied Into the City of Dubuque's existing Milestone video management system by a qualified NetworkNideo company. Any additional Milestone licenses need to be included in cost. The yearly support agreement should be prorated to match the City of Dubuque's existing maintenance contract with Milestone. F. The Network and Video electronic equipment shall be provided and installed by a single company regularly engaging in these technologies and services. 1.15 ITS COMPONENTS A. Network Products 1. All items defined in these sections are considered mandatory and must be adhered to for this project. Page 194 of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS 2. Network switches: There will be three different hardware configurations required of the network switches a. Head -end Layer 3 switch with the following capabilities: i) Ability to route traffic between vlans. ii) Access control lists. iii) 24 10/100/1000BaseT ports iv) 4 SFP ports with 2 1000Base-LX fiber optic SFPs installed v) Stacking capability to add SFP ports in future vi) Port mirroring ability for network analysis vii) Supports 802.1w Rapid Spanning Tree viii) Supports 802.1q Vlan trunks ix) Supports SNMPv3 manageability x) Supports secure web management through https xi) Supports QoS with ToS/DiffSery xii) Supports RMON xiii) Supports IGMP and multicast pruning b. Hardened backbone Layer 2 switch with following capabilities: i. NEMA TS-2 Certified ii. Capacity of 16 10/100Base-T ports ili. Port mirroring ability for network analysis iv. Two Field-upgradeable module slots with 4 port 100Base-FX fiber module and 2 port1000Base- LX fiber module installed v. Supports 802.1w Rapid Spanning Tree vi. Supports 802.1 q Vlan trunks vii. Supports SNMPv3 manageability viii. Supports secure web management through https ix. Supports QoS with ToS/DiffSery x. Supports RMON xi. Supports IGMP Snooping and multicast pruning c. Hardened edge Layer 2 switch with following capabilities: i. TS-2 Traffic ii. Capacity of 16 10/100Base-T ports Hi. Port mirroring ability for network analysis iv. Two Field-upgradeable module slots with 4 port 100Base-FX fiber module installed v. Supports 802.1w Rapid Spanning Tree vi. Supports 802.1 q Vlan trunks vii. Supports SNMPv3 manageability viii. Supports secure web management through https ix. Supports QoS with ToS/DiffSery x. Supports RMON B. IP Based Integrated Digital Video management System (IPDVMS) 1) The existing system that shall be tied into is Milestone Video Management system 2) The system shall support an integrated IP Based Digital Video Management recording solution that provides the following features and capabilities a. The IPDVMS shall be computer hardware independent and must meet or exceed the manufacturer's minimum specification for the computer and related devices. b. The IPDVMS shall incorporate a modular architecture and be able to support an unlimited number of cameras c. The IPDVMS shall be able to simultaneously record and display live video and display recorded video. d. The IPDVMS shall support both event based and continuous recording. e. The IPDVMS shall mark all events and they shall be available for playback and or archiving at any time f. Video events shall be linked to system events in the system database and only one database shall be acceptable for this interface. g. Up to 32 simultaneous users shall be able to access any video feed from any recorder on the network. Page 195 of 310 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS h. User defined profiles shall be available for tailoring granular access to configuration and operation i. Shall have the ability to enhance a frame of video with embedded features or off the shelf software while providing security for the original video image to preserve integrity. j. Shall be capable of independent camera setup for, compression rate, brightness, contrast and other factor setups. k. The IPDVMS shall support Ethernet 10BT, Ethernet 10oBT and 1000BT. Network protocols shall be supported including TCP/IP, IPX, and UDP. I. The network interface shall allow remote access of the IPDVMS from anywhere on m. the end -users LAN/WAN. n. Shall support limiting of frame rate transmission to individual clients. o. The IPDVMS shall support either Multicast or Unicast streaming technology. p. The IPDVMS shall be have the ability to playback stored video over the LAN / WAN for remote access of video clips. q. The IPDVMS shall support World Time Zone. r. Any alarm / event in the system shall have the ability to be associated with a digital video clip in real time. The IPDVMS shall support user defined pre and post roll. s. Each camera shall be configurable for a 32 alphanumeric character name and shall allow for the setup and adjustment of brightness, contrast, archiving, motion detection, Pan / Tilt / Zoom, on a per camera basis. t. The IPDVMS shall support CCTV PTZ control via the system video interface. u. The IPDVMS shall support Analog CCTV PTZ control via approved Video Encoding Devices. v. The IPDVMS shall support H264, MJPEG and MPEG4 formats for multiple IP Video Cameras and IP Video Encoders from approved sources. w. The IPDVMS shall support integral time stamping upon receipt of video from the camera. C. The IPDVMS shall support the following configuration and customization parameters: 1) Compression percentage 2) Pre and Post Roll in seconds 3) Motion Detection Alarms 4) Set Time Lapse Recording 5) Continuous Recording Mode 6) The ability to enforce user authentication to specify individuals or groups that have the ability to view live or recorded video or make modifications to the system. 7) The ability to change any or all of the associated IP camera passwords manually or on schedule. 8) User determination of Event Locking method. 9) Dual Path Fail Over support 10) Blind Camera (Obstructed View) Alarm reporting. 11) Presets on Alarm 12) Event Locking to protect specific video events from being overwritten 13) UNC path support for Network Attached Storage Devices 14) Configuration of Off-line cameras 15) Support for Intelligent Motion Video Searching D. Each alarm / event condition shall have the ability to mark the start of a video event or the end of a video event in real time E. The IPDVMS shall support uni-directional audio recording utilizing built in audio recording devices on select IP cameras F. The IPDVMS shall support automatic firmware downloads to select IP cameras. G. The IPDVMS shall support both internal camera video storage and external camera video storage. Internal storage shall allow the camera to store video events and then download these events to the IPDVMS on a predetermined schedule or on demand H. Pan / Tilt / Zoom Control from Monitoring Locations 1) The IPDVMS shall support PTZ control from the Alarm Monitoring workstation. The PTZ control shall support approved IP PTZ cameras connected to approved IP Servers 2) The IPDVMS shall support the following PTZ features: Page 196 of 310 E A DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS a. Priority Levels b. Device Group Control c. PTZ Override (Lockout) d. Proportional PTZ Control e. Preset Lock via video screen f. Preset Tour I. Video Archiving 1) The Archive Server software shall be hardware independent, providing the ability to utilize commercial off - the -shelf mass storage devices, including SAN (Storage Area Network) solutions, Tape Libraries, and direct connect external storage drive arrays 2) The Archive Server software shall provide the ability to manage and store video information from multiple video recorders to a central location, without operational degradation 3) Each IPDVMS shall have the ability to set its own unique archiving properties. Video shall automatically be archived based on user defined "percentage full" settings. When the IPDVMS reaches the designated capacity threshold, video shall be automatically copied to the archive storage media and space on the recorder is released for over -write by new video information. 4) Regardless of the storage location (local on the recorder or in archive) the system will automatically retrieve video associated with an event on demand. The actual storage location shall be transparent to the user. J. Real Video Time Monitoring 1) The IPDVMS shall allow monitoring of real time video from any Alarm Monitoring client workstation. DVS and Camera status shall be displayed on a System Hardware Tree. K. Video Player 1) The IPDVMS shall support an advanced matrix view of multiple On-line camera views. The Video Player shall allow operator sizing of the video windows in the matrix view. L. Video Camera Groups / Video Camera Tours 1) An unlimited number of camera groups shall be supported, and each camera group shall support an unlimited number of cameras. Cameras within a camera group shall span multiple digital video servers. Cameras shall have the ability to be placed into multiple camera groups. 2) The system shall provide for video camera tours that rotate live video between each of the cameras defined in the video camera group at a user defined increment. The time increment shall be user definable in whole seconds. M. Still Image Capture / Save 1) During playback or monitoring of video, the system shall have the ability to create and save a still picture. This operation shall not affect any other operation and shall not alter the recorded video. The file format shall be an industry standard format allowing for file transfer via e-mail, printing or file transfer to other media. N.--Export-Video Clip to File 1) The system shall have to ability to save and export recorded video to a file for the purpose of sharing and reviewing video clips. The start and end times for each video segment shall be user defined. The exported video clip shall be viewable via a standard Windows media player. O. Video Image Processing 1) The IPDVMS shall support video image processing of a single frame captured image through use of an integral image processing module which shall offer the following features: a. Intensity, Contrast and Saturation b. Gamma Correct c. Histo-Contrast and Histo-Equalize d. Flip, Reverse, Invert and Rotate Page 197 of 310 DIVISION 8 —TRAFFIC Section 8010- EQUIPMENT, LIGHTING, AND SIGNALS e. Shear f. Add Noise, Average, Sharpen, Mosaic, Posterize and Median g. Halftone h. Emboss i. Gray Scale 2) The IPDVMS shall allow the ability to save any combination of effects as a defined profile. Profiles shall have the ability to be added or deleted from the system at any time. P. Video Loss Detection 1) The system shall detect video loss from any or all cameras and activate an alarm Q. Automated Motion Video Searching 1) The IPDVMS shall support advanced automated motion video searching against pre-recorded video. The automated motion video search shall analyze frames in a video segment to detect motion activity from image to image. It shall display thumbnail images of the frames with activity, complete with a histogram depicting the relative amount of activity within each frame. 2) The search shall be defined by selecting a specific camera and a specific time period in which the suspected activity took place and all motion events associated with that camera and time period shall be displayed in either a trace or thumbnail format for review. R. Remote Monitoring Application 1) The IPDVMS shall support a Remote Monitoring Application that allows the operator to monitor video from any computer connected to the network S. Intelligent Video Analysis System (IVAS) 1) The system shall provide the ability for an Intelligent Video Analysis solution that shall seamlessly integrate with the IPDVMS. The set of Intelligent Video Analysis algorithms shall provide the following functionality: a. Alert types i. Smart Video Motion Detection (the IVAS shall ignore minor vibration and provide motion masking) ii. Camera Tampering (shall occur when the IVAS detects a camera Is moved from its original position, when the camera view is obstructed or when the focus Is changed) Iii. Sudden Change, in Light Intensity (shall occur when the IVAS detects an extreme change in ambient light — light to dark or dark to light) iv. New Object in Scene (shall occur when the IVAS detects an object not present when the IVAS originally Iearned the scene view is left in that view) v. Object Removed from Scene (shall occur when the IVAS detects an object that was present when the IVAS originally learned the scene view vi. Object Detected In Scene (shall occur when the IVAS detects an object defined by specific properties including people, automobiles or an object of a specific color) vii. Congestion in Defined Area (shall occur when the IVAS detects congestion In a specific region) viii. Directional Motion (shall occur when the IVAS detects an object moving in a direction specified in the setup of this feature) ix. Object Crosses a Defined Region (shall occur when the IVAS detects an object moving across a virtual boundary or area from a specified direction) x. Moving Object Stops (shall occur when the IVAS detects a moving object in the scene ceases to move) xi. Static Object Starts to Move (shall occur when the IVAS detects a static object in the scene starts to move) xii. Object moves too fast (shall occur when a pre -defined speed has been exceeded) xiii. Loitering (shall occur when the IVAS detects a person in the scene slows down or ceases to move for a specified period of time) xiv. Detection of a Human Face (shall occur when the IVAS detects a frontal view of a human face is detected in the scene) xv. People Counting (shall occur when the IVAS is set for a top down view of a portal. This feature shall provide an alarm with a positive count for entry and a negative count for exit) Page 198 of 310 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS xvi. The IVAS shall support the ability to store the graphical output for a specific event for use with IVAS alarms. This feature shall allow the graphical output of a specific event to be stored as a file and later used as an overlay to be used and associated with an alarm for historical searching. b. The IVAS shall support H265, H264, CIF, 4CIF and D1 video resolutions during video processing. c. The IVAS shall support video infra -red imaging. PART3-EXECUTION 3.01 UNDERGROUND A. Handhole: 1. Locations: a. Do not construct in ditch bottoms, low areas where pending of water may occur, or where they will be subject to normal vehicular traffic. b. HandholesNaults In the immediate intersection shall conform to the Grounding and Bonding section of the specifications. 2. Excavation: Excavate as necessary to accommodate the handhole and granular base. 3. Granular Base: A coarse aggregate drain conforming to the dimensions shown on the plan details shall be provided. 4. Placement: a. In paved areas, install the handhole at an elevation so the casting is level and flush with the pavement. In unpaved areas, install the handhole approximately 1 inch above the final grade. b. Verify ring placement. Invert rings when installed in paved areas. 5. Conduit: a. Remove knockouts as necessary to facilitate conduit entrance. b. Extend conduit into the handhole, through a knockout, approximately 4 inches beyond the inside wall to a maximum of 4". Conduit to slope down and away from the handhole. c. Place flexible sealant in the opening of the knockout area after placement of conduit. d. All conduits shall enter the handhole at a depth of 12 inches from the bottom of the handhole unless otherwise specified. Any deviations from this requirement shall be approved by the Engineer 6. Backfill: Place suitable backfill material according to Section 3010 7. Casting: Place the casting on the handhole. Ensure the final elevation meets the handhole placement requirements. B. Conduit: 1. General: a. Place electrical and communications conduit with a depth of cover of 24 inches and fiber conduit with a depth of cover of 42 inches below finished surface. b. Place tracer wire with all conduit: c. Change direction at handholes or by bending, such that the conduit will not be damaged or its internal diameter changed. Ensure bends are uniform in curvature and the inside radius of curvature of any bend is no less than six times the internal diameter of the conduit. d. On the exposed ends of conduit, place bell -end fittings on PVC or HDPE conduit prior to installing cable, e. Extend all conduits 2 inches inside of a handhole and a maximum of 12 inches above the finished surface of any foundation, footing, or structural base. Conduits entering vaults shall enter with no more than 8" or less than 6" of exposed conduit inside of the vault. f. Future path entering vaults shall extend to the far side of the vault. All innerducts that are empty shall be capped with micro fit end stop connector Page 199 of 310 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS g. Conduits entering fiber vaults shall not enter in the center of the vault but to off to one side so that fiber can be coiled and stored on each of the four walls h. Conduit attached to structures shall be nonmetallic, similar in color to the structure, and rigid enough not to sag under its own weight plus the weight of its contents between brackets i. When it is necessary to cut and thread steel conduit, do not allow exposed threads. Ensure conduits and fittings are free from burrs and rough places. Clean, swab, and ream conduit runs before cables are installed. Use nipples to eliminate cutting and threading where short lengths of conduit are required. Coat damaged galvanized finish on conduit with zinc rich paint. Use only galvanized steel fittings with steel conduit. j. Pack conduit ends with a conduit sealing compound. k. When extending conduit to the limits of the construction project for future installation of 7-way future path a 3" SDR 13.5 conduit shall be installed from the fiber vault. I. conduits will be installed between vaults. One exception to this rule is when there is not a receiving vault at the end of this conduit, in which case the conduit shall be capped with a tracer wire installed m. fiber conduit from the fiber vault to the traffic control cabinet shall make a direct path between the two structures and should be kept separate from any intersection wiring conductors and handholes. This fiber conduit shall terminate in the back left side of the traffic control cabinet. n. In areas where fiber inner duct it is open trenched, it shall also contain 3" non -detectable underground tape: "CAUTION BURIED FIBER OPTIC LINE BELOW" (Orange) at approximately 18" to 24" in depth o. Existing conduit may consist of a 4" fiber conduit between vaults which will contain 4 — 1" HDPE inner -ducts as detailed below. One exception to this rule is when there is not a receiving vault at the end of this conduit, in which case the conduit shall be capped with a tracer wire installed. Installation of 1" conduits shall be with a pulley system at the same horizontal level as the conduit. This is to prevent tearing, or crushing of the 4" conduit. p. All larger conduits that contain smaller 1" conduits shall have a Quadplex type seal Installed between the larger conduit and the 4 smaller conduits. These 4 smaller conduits shall be the following colors: RED, GREEN, BLUE, and YELLOW. These 4 smaller conduits shall not extend more than 3 inches nor less than 1 inch past the end of the larger conduit. Follow manufacturers specifications for PE and allow for the proper amount of shrinkage after the inner -duct is pulled. The tracer wire shall not be installed inside any of the 1" inner ducts. q. All empty conduits to have flat polyester pull -tape (1,250 lbs. tensile) with footing markings, including each of the 4 - 1 Y=' and 4 — 1" inner ducts when connecting to existing conduit. This pull -tape is to be attached to the expandable plug and sealed within conduit with a minimum of 48 of slack in the pull - tape on each end (96" total). r. Generally, a-4" PVC or HDPE (if bored) will be used between the traffic controller and signal base. A 2" PVC or HDPE will be used to connect to the upright pedestal signals. Conduit placed under the street will be assumed to be bored unless otherwise noted. s. Street lighting conduit will be installed from the service pedestal into the hand -hole located next to the traffic controller. The metered service feedfor the traffic controller will be fed directly into the front right side of the controller base. The metered service for the Fiber Hub cabinet will be fed directly from the meter pedestal to the right side of the fiber hub base. t. All empty and used conduits at foundation locations shall be plugged. Empty conduits shall be plugged with appropriate sized duct plugs. Conduits with conductors shall be plugged with duct seal. 2. Trenched Installation: a. Place backfill in layers not to exceed 12 inches in depth with each layer thoroughly compacted before the next layer is placed. Ensure backfill material is free of cinders, broken concrete, or other hard or abrasive materials. b. Remove all surplus material from the public right-of-way as soon as possible. 3. Trenchless Installation: a. When placing conduit under pavements, use the trenchless installation methods described in Section 3020. b. If trenchless methods that compact soils In the bore path are used, provide sufficient cover to prevent heaving of overlying paved surfaces. c. Do not allow pits for boring to be closer than 2 feet to the back of curb, unless otherwise specified in the contract documents. Page 200 of 310 1 DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS C. Wiring and Cable: 1. Where practical, follow color codes so that the red insulated conductor connects to the red indication terminal, yellow to yellow, and green to green. Ensure cables are properly labeled at the controller by durable labels, or other appropriate methods, attached to the cables. Label home runs for cables as follows: northwest corner is red, southeast corner is blue, northeast corner is green, and southwest corner is orange. 2. Install continuous runs of vehicle and pedestrian signal cables from the vehicle or pedestrian signal head to the handhole compartment of the signal pole base. Install continuous runs of vehicle and pedestrian signal cables from the handhole compartment of the signal pole base to the terminal compartment in the controller cabinet. Do not splice signal cables in underground handholes. 3. Install continuous runs for video detection and emergency vehicle preemption cables from the unit to the controller cabinet. 4. Install continuous runs of power lead-in cables from the service point to the meter socket and from the meter socket to the controller cabinet. 5. Install continuous detector cable from each detector loop to the first handhole adjacent to the loop. Ensure cables are properly labeled at the controller by durable labels, or other appropriate methods, attached to the cables. Install continuous homerun cable from the splice made in the first handhole to the terminal compartment in the controller cabinet. Attach the drain wire of the shielded cable to the ground in the controller cabinet. 6. Provide a minimum of 2 feet of additional cable at the last handhole and loosely coil the extra cable on the handhole cable hooks. 7. Cables shall be pulled through conduit by means of a cable grip designed to provide a firm hold upon the exterior covering of the cable or cables, with a minimum of dragging on the ground or pavement. This shall be accomplished by means of reels mounted on (jacks, frame mounted pulleys, or other suitable devices). 8. Conductor dimensions on construction plans are plan length between bases, contractor must adjust for any vertical runs. The tracer wire shall be spliced in the handholes and controller to form a continuous network. 9. Install a tracer wire in all conduits with the exception of conduits between detector loops and handholes. Use a silicon -filled wire nut to splice the tracer wire In each handhole and at the controller to form a continuous run. 10. Signal Cable should homerun from each corner quadrant to control cabinet as single 12 or 20 conductor A 7 conductor #14 gauge IMSA 19-1 wire to feed from each signal head to the transformer base at the bottom of each signal 11. 7 conductors will also feed from the transformer base to each "Walk/Don't Walk, Countdown" combination pedestrian head 12. Conductor color coding shall be provided by the use of base colored insulation in accordance with the above referenced specifications. Color coding by the use of words or numerals printed on the insulation will not be accepted. a. 5 Conductor (Standard Colors) reserved for pedestrian pushbuttons 1) Black 2) White 3) Red 4) Green 5) Orange Page 201 of 310 DIVISION 8 - TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS b. 7 Conductor (Standard Colors) 1) Black 2) White 3) Red 4) Green 5) Orange 6) Blue 7) White with Black Stripe c. 12 Conductor (Standard Colors 1) Black 2) White 3) Red 4) Green 5) Orange 6) Blue 7) White with Black Stripe 8) Red with Black Stripe 9) Green with Black Stripe 10) Orange with Black Stripe 11) Blue with Black Stripe 12) Black with White Stripe d. 20 Conductor (Standard Colors) 1) Black 2) White 3) Red 4) Green 5) Orange 6) Blue 7) White with Black Stripe 8) Red with Black Stripe 9) Green with Black Stripe 10) Orange with Black' Stripe 11) Blue with Black Stripe 12) Black with White Stripe 13) Red with white stripe 14) Green with white stripe 15) Blue with white stripe 16) Black with red stripe 17) White with red stripe 18) Orange with red stripe 19) Blue with red stripe 20) Red with green stripe e. Signal Head Color Code Legend 1) Red - Red Ball 2) Orange - Yellow/Amber Ball 3) Green - Green Ball 4) Black - Yellow/Amber Arrow 5) Blue - Green Arrow 6) Blue with Black Stripe Walk 7) Black with White Stripe Don't Walk 8) Example of Conductor Usage Double Head, Double Ped using a 12 conductor i) One phase solids ii) One phase with black stripes iii) Solid Blue Ped 1 iv) Solid Black Ped 1 Page 202 of 310 1 v) Blue with Black Stripe vi) Black with White Stripe Ped 2 Ped 2 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS f. Mast arm 1) 7 conductor to/from each head to transformer base 2) Transformer base to controller - Whatever is needed to complete phases, typically a 12 or 20 conductor as specified on the plans. 3) Mast arm/Head Naming Convention i) Mast arm closest to controller cabinet = Pole #1 ii) Then Clockwise Pole #2, Pole #3, Pole #4 Etc. iii) Signal heads numbered from farthest end of mast arm (#1) to transformer base iv) Signal Head #1, #2, #3 etc. v) Ped heads numbered from top to bottom starting with direction of mast arm, then in a clockwise direction. If no mast arm exists, then North is #1 vi) All cables labeled Pole #1 Head #1, Pole #1 Head #2, Pole #1 Ped #1 Example Pole #1 Head #1, Pole #1 Head #2, Pole #1 Head #3, Pole #1, Ped #1, Pole #1, Ped #2 Pole #2 Head #1, Pole #2 Head #2 Pole #2 Ped #1 13. All classes of cable shall be shipped on substantially constructed reels plainly marked as to size, type, and insulation identification. Only one (1) length of cable will be shipped on each reel. All cable must be new. Damaged cable, or repairs to damaged cable, will not be permitted 14. Prior to the installation of underground cable, the Contractor shall make sure that the conduit is open, continuous, free of water, and clear of debris. The cable shall be installed in such a manner and by such methods as to ensure against harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering of the cable. No splices or joints will be permitted to be drawn inside the conduit. Where more than one (1) cable is to be installed in the conduit, all shall be pulled at the same time. No splices or joints shall be made in any cable outside of pole bases or traffic signal heads. All splices or joints of cable in pole bases shall be made waterproof using high grade rubber splicing tape; and the finished splice or joints shall be waterproofed and covered with vinyl plastic tape to provide mechanical protection in accordance with these special provisions. An approved cable lubricant may be used to aid in pulling cables through conduit when necessary to avoid stretching the conductor or damaging the insulation. 15. The Contractor shall provide drip loops at all signal hangers, wire inlet and service entrance heads. All wire inlets on the poles and signal heads shall be sealed with duct seal 16. All splices and connectors shall be covered with rubber type electrical insulation tape, applied one and one-half (1-'/z) times the thickness of the cable insulation. All bolt type connectors shall be wrapped with one (1) layer of paper tissue prior to the application of the electrical insulation tape. The insulation tape shall be covered with a one-half (1/2) lapped layer of thermoplastic electrical insulating tape extended past the rubber insulation tape at each end of the splice. Splices shall be finished with an application of asphaltic impregnated open mesh fabric tape or coated with a waterproof compound. A layer of conductive shielding tape shall be applied to any splice of two (2) shlelded cables to continue the shield through the splice. All splices shall be made in accordance with the cable manufacturer's recommendations. 17. Connectors shall be either a bronze, bolted type, soldered, or a compression sleeve type. Connectors of the proper size to fit the largest conductor in the connection shall be used to join wires in pillboxes and pole bases. All connectors shall be Underwriters Laboratory (UL) approved. 18. Wire ends must be thoroughly cleaned after the insulation is stripped off to Insure complete contact with another wire, or the connector. If strands are damaged when the insulation is removed, the section of cable must be discarded. Nicked or damaged conductor strands will not be permitted inside of connectors. Loose wire ends shall not be used as "shims" to make a connection. Page 203 of 310 DIVISION 8 —TRAFFIC Section 8010'- EQUIPMENT, LIGHTING, AND SIGNALS 19. Covered connections must be arranged so that they will not be in contact with pillbox lids or metal pole bases. 20. All splices and connections shall be capable of satisfactory operation under continuous immersion of water. 21. Cable connections in signal heads and controller cabinets shall be made at the terminal boards provided for this purpose. All stranded wires inserted under a binder head screw shall be equipped with a solderless pressure type space connector with a pre -insulated shank. All solid wire shall have an eye bend and shall not have a terminal connector. 22. Trained and experienced personnel shall supervise the fiber optic cable installation. Qualified technicians shall make the cable terminations and splices. The Contractor upon request of the Engineer shall provide documentation of qualifications and experience for fiber optic equipment Installations. The Engineer shall determine if the Contractor is qualified to perform this work: The Contractor shall have attended a certified fiber optic training class mandated by these specifications prior to starting work. 23. The fiber optic cable installation shall be In accordance with or exceed all minimal requirements of State codes, National codes, and manufacturer codes as applicable. 24. The Contractor shall furnish and install all necessary miscellaneous connectors and equipment to make a complete and operating installation in accordance with the plans, standard sheets, standard specifications, special provisions, and accepted good practice of the Industry. 25. The Contractor shall designate on the Plans the location where each spool has been installed and provide this data to the Engineer. 26. A suitable cable feeder guide shall be used between the cable reel and the face of the duct and conduit to protect the cable and guide it into the duct off the reel. It shall be carefully inspected for jacket defects. If defects are noticed, the pulling operation shall be stopped immediately and the Engineer notified. Precautions shall be taken during installation to prevent the cable from being"kinked" or "crushed" 27. A pulling eye shall be attached to the cable and used to pull the cable through the duct and conduit system. A pulling swivel shall be used to eliminate twisting of the cable. As the cable is played off the reel into the cable feeder guide, it shall be sufficiently lubricated with a type of water -based lubricant recommended by the cable manufacturer. Dynamometers or breakaway pulling swing shall be used to ensure that the pulling line tension does not exceed the installation tension value specified by the cable manufacturer. The mechanical stress placed on a cable during installation shall not be such that the cable is twisted or stretched. The pulling of cable shall be hand assisted at each controller cabinet. 28. Along with the fiber optic cable, one (1) #10 AWG tracer wire (see conduit system specifications for tracer wire),; shall be pulled with ten feet (10') slack in each pull box. 29. Sufficient slack shall be left at each end of the cable to allow proper cable termination, minimum 100', this slack shall be in addition to installation slack as hereinafter specified. Additional slack cable, as defined in the drawings, shall be left in each hub cabinet, handhole, and at the top of each conduit riser. Excess slack at hub cabinets shall be re -pulled Into the nearest handhole to provide a' neat and orderly installation 30. Storage of minimum slack cable in controller cabinets and additional slack at pull boxes shall be coiled and labeled with City supplied precool fiber markers. If multiple fiber cables are pulled through the same duct, this fiber should be coiled separately from one another. The slack coils shall be bound at a minimum of 3 points around the coil parameter and supported in their static storage positions. If stored in a manhole, fiber shall be stored along the outermost wall to allow unabated ingress and egress. The binding material and Installation shall not bind or kink the cable. Storage of additional slack cable adjacent to conduit risers and support poles shall be as visibly marked/tagged as "CAUTION — FIBER OPTIC CABLE". Page 204 of 310. 1 1 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS 31. All fiber cables shall be marked with a metallic identifier in the handhole adjacent to the traffic controller and on the cable in the traffic controller at the point of termination. The identifier, both in the cabinet and in the handhole, shall indicate the direction the cable Is going, cable contents [SM or SM/MM], and the abbreviated location for the other end destination. Fiber cabling between traffic controllers and adjacent hub locations shall be outdoor rated, loose tube fiber, when not linked by a direct, continuous conduit installation. 32. For static storage, the cable shall not be bent at any location to less than ten times the outside diameter of the cable or as recommended by the manufacturer. During installation, the cable shall not be bent at any location to less than twenty times the outside diameter of the cable or as recommended by the manufacturer. 33. Each section of the cable shall be tested for continuity and attenuation as a minimum. If the attenuation is found not to be within the acceptable nominal values, the Contractor shall use an optical time domain reflectometer (OTDR) to locate points of localized loss caused by bends or kinks. If this is not successful the Contractor shall replace the damaged cable with no additional payment. 34. Splices will not be allowed to repair the damaged section. After all fiber cable is installed between traffic controller cabinets and fiber links between fiber distribution points (FDP) complete links, all fibers, whether terminated or non -terminated, shall be tested for continuity (flash light). All terminated fiber shall be tested with an OTDR and Power Meter. The Contractor may jumper termination points at controller cabinets to minimize the number of tests and run a single OTDR test between several controller cabinets, subject to the range of the OTDR. Links between FDP's shall be tested separately. 35. Each OTDR trace, for documented test result submittal, shall be displayed individually and not be combined with other fiber traces as overlays. Multimode fiber shall be tested using 1300 nm and single mode fiber shall be tested at 1310 nM. The results of the OTDR test shall be provided on an electronic media (disk) and paper printout. The OTDR wave, pictorial diagram of dB loss over the length of fiber tested, shall be provided along with the measured data values. The printout shall contain the manufacturer's fiber optic Index of Refraction to the third decimal point for the fiber provided. The Contractor shall provide the Engineer with a written report showing all the values measured compared to the calculated values for length and coupler/connector losses at the completion of these tests. Outdoor patch cords between FDP and controller units less than 151 feet do not need be OTDR tested. 36. Documentation provided to the Engineer shall include a written indication of every splice, termination, patch cord, etc. for cable being measured. Power meter measurement recordings shall indicate the exact measured distance [OTDR or field measurement with cross reference for oscillation multiplier] on the sheet showing the power meter readings. Any deviations between fiber readings in the same tube shall be notated for OTDR graphs as well as deviations greater than 5% on power meter readings. Rated values for acceptable installation shall be based on the following parameters: a. Patch cords/Pigtails 60 MM & .15 SM dB each b. Unicam / Hotmelt Terminations 1.0 dB set of 2 [In and Out] c. Splices 0.08 each d. 1 KM = 0.3077 KF where KF is 1000 feet 37Data documentation shall include for each test between cabinets or between FDP sites, the length of fiber as measured by OTDR, frequency used in test on OTDR by each fiber type, distance to each splice, termination or patch cord jumper dB loss rating by manufacture from spool documentation, index of refraction by type of fiber in section, and the dB loss of each section as measured in the final test for each fiber. A special test shall be made on all continuous spliced fiber from start to end that includes the total dB loss measured and the OTDR plot on electronic disk. Splice points shall be identified on the trace. 38. Light Source - An LED light source with a wavelength that is the system wavelength, 850 and 1300 nm for multimode and 1310 and 1550 nm for single mode, shall be used. The LED shall be stable within 0.1 dB in intensity over a time period sufficiently long to perform the measurement. The output of the LED shall overfill the input end of the launch fiber/cable in both numerical apertures (NA) and core diameter. The accuracy of the combined light source and power meter shall be less than .05 dB and be temperature compensated stabilized to 0.01 dB over the operating range of the meter(s). Page 205 of 310 DIVISION 8 — TRAFFIC Section 8010— EQUIPMENT, LIGHTING, AND SIGNALS 39. Power Meter -The detector in the power meter shall have an effective numerical aperture and active region that is larger than the receive reference cable and/or the fiber under test. The power meter shall have a minimum range from +3 DBMS to —40 DBMS. The power meter shall have an accuracy of+/_0.5 dB through the operating temperature and minimum resolution of 0.1 dB. 40. The launch attenuator, one each for single and multimode fiber testing, shall be utilized for all OTDR tests such that one launch cable shall be at the beginning of the fiber being tested. The launch attenuator(s) shall be of the same fiber core size and type as the fiber under test. The attenuator shall emulate the minimum distance specified by the OTDR manufacturer for stabilization of the pulse generation. ST/SC connectors shall be utilized with each attenuator to connect the device to the test device, OTDR. One launce cable shall be installed on the start of the fiber being tested. 41. The OTDR shall have the Threshold Loss set at a value to show each splice or termination junction of a single fiber in each tube with out showing the extraneous noise caused by handhole coils or turns into the cabinets. This level is normally a value [Threshold Loss] between 0.3'and 0.8 on the OTDR. This trace shall be provided for one fiber in each tube tested and each "event' shall be marked as to splice, jumper or patch cord. The Threshold Loss shall then be set to a value of 0.25 for multimode fiber tests and to a value of 0.10 for single mode fiber tests. The test of each fiber installed shall be conducted and any recorded events above this threshold shall be identified,' such as jumper or patch cord. Events that are in excess the provided values shall be corrected prior to documentation submittal,' such as terminations in excess of the rated value or bends in the fiber at the point of a splice entering of leaving the splice tray (See Testing). For measured values recorded in excess of the above (0.25 MM and 0.10 SM) listed values, refer to the paragraph 12.2 specification as hereinbefore'defined. The Engineer reserves the right to spot test fiber terminations, splices, or re -testing of all fibers in a section to insure proper quality assurance both during and after installation and testing: Deviations from Engineer testing and report documentation shall be reviewed' and the Contractor shall be able to retest any or all challenged measurements to verify a valid test Inconsistent test results, in the sole opinion of the Engineer, shall be cause for the Contractor to retest the entire fiber installation D. Footings and Foundations 1. Traffic signal pole footings shall be installed with the conduit shown on the plans plus one additional 2" PVC conduit stubbed out of the footing for future use. Precast signal foundations are allowed, if precast foundations are provided, they shall be from an approved vendor. Traffic signal controller footings shall be installed with the conduit shown on the plans plus one additional 2" and one additional 3" PVC conduit stubbed out of the footing for future user The ends of the conduit stubs shall be capped 2. Prior to setting poles, the anchor bolts shall be covered in such a manner as to protect them against damage and to protect the public from possible injury. i The foundations must be given a minimum of seven days to cure before poles are erected. 3. Mast arm foundations must have a minimum 6" of threaded anchor bolt exposed above the foundation 4. During removal, all existing signal foundations shall be removed and disposed of. If there are circumstances that prevent their removal, the exposed concrete must be removed to a minimum of 4 feet below the ground surface level 5. Backfilling shall be completed in accordance with Division 3010 E. Bonding and Grounding 1. Ground rod assemblies: consisting of one or more ground rods coupled together, such that the total length of the assembly is a minimum of 20 feet, driven into the earth at a single point, without disrupting the electrical continuity of the assembly. Ground rod assemblies shall be full length as shown on the plans and each rod length shall be the tapered end style, not threaded. 2. Ground Rod Array: is the inter -connection of the ground rods at each pole or structure at the site, consisting of two or more ground rod assemblies, bonded together in accordance with NEC Article 250 bonding. Page 206 of 310, DIVISION 8 — TRAFFIC Section 8010 — EQUIPMENT, LIGHTING, AND SIGNALS 3. Ground wires shall be connected to the ground rods with one (1) piece non-ferrous clamps which employ set screws as tightening devices ILSCO clear tap cat no. PCT(4/10), often referred to as Acorn Nuts. Connections to ground rods need not be taped. Ground rods and assemblies shall be of the length specified on the plans 4. Cabinet location shall use a 20-foot ground rod assembly as specified in 11.2 with a #4 AWG, bare, tinned, solid annealed copper ground wire bonded back to the cabinet earth and electrical neutral bus at the cabinet and main service disconnect 5. Ground rod assembly electrodes shall be provided in and accessible at the adjacent hand holes at each structure including but not limited to signal poles, pedestal poles and controllers as detailed on the plans. The entire intersection grounding array shall be a single ground array and bonded back to the cabinet ground along with the cabinet and main disconnect. 6. All metal structures and their associated grounds shall be bonded together to the cabinet main disconnect, (NEC Article 250 Bonding). Ground rods should extend to just below the top of the manhole or vault and be located between 3" and 6" of the side to allow measuring of ground array using a clamp - on tester and inspection of the connections as part of a preventative maintenance program. 7. All ground wires between metal structure and nearest ground rod shall be #4 AWG, bare, solid, annealed copper wire unless otherwise specified on the plans. Each steel pole or pedestal shall be firmly connected to the ground rod provided, by means of an internal grounding terminal or earth lug. Placing the ground wire under an anchor bolt nut, anchor bolt cover, or similar device will not be permitted. 8. All conduit, steel poles, pedestals, and hand holes in the immediate intersection shall be bonded between structures and cabinet to form a continuous effective ground array. Bonding ground wires shall be No. 6 AWG, XHHW insulated green, multi -strand copper wire or equal connected by an appropriate sized split bolt or crimp connectors to the #4 ground wires specified in section 11.5. 9. The No. 6 AWG, XHHW insulated green multi -strand copper wire shall be installed in all PVC conduit that carries electrical conductors (including low voltage). 1.16 CABINETS, PEDESTALS, and POLES A. Fiber Hub Cabinet B. Lighting Controller Cabinet C. Traffic Controller Cabinet 1. The controller cabinet shall be installed at the location indicated on the plans with the back of the cabinet toward the intersection such that the signal heads can be viewed while facing the controller, unless otherwise directed by the Engineer. 2. The controller cabinet shall be installed on pre -placed caulking material on the concrete base. After the cabinet is installed in place the Contractor shall also place caulking material around the base of the cabinet. For compatibility the actuated controller and cabinet shall be number"DBQTS2-NU-P" or DBQTS2-NU-R" depending on the location. The local intersection controller shall be fully compatible and interchangeable with the existing local controllers in the City of Dubuque System operating as a Closed -Loop System which are TACTICS Traffic Management System located in the Traffic Management Center. The system will be tied into the TACTICS via the fiber optics and network gear using an IP based communication. The controller shall also be capable of stand-alone remote dial -up operation including monitoring and upload/download capabilities without the need of a master or any additional equipment other than a standard dial -up modem. 4. Electrical connections from the controller and auxiliary devices to outgoing and incoming circuits shall be made in such a manner that the controller or auxiliary device can be replaced with a similar unit, without Page 207 of 310 DIVISION 8 —TRAFFIC Section 8010- EQUIPMENT, LIGHTING, AND SIGNALS the necessity of disconnecting and reconnecting the individual wires. This may be accomplished by means of a multiple pin jack, a spring connected mounting or approved equivalent arrangement. 5. All cabinet wiring shall be neatly trained throughout the cabinet and attached to the interior panels using nonconductive clamps or tie -wraps. Bundles of cables shall be laced or tied or enclosed in a sheathing material. The cabinet wiring shall not interfere with the entrance, training, or connection of the incoming or outgoing field conductors. 6. Except where terminated by direct soldering, all wires shall be provided with terminal lugs for attachment to terminal blocks using screws. All wires shall be identified and labeled in accordance with the cabinet wiring prints. 7. Complete system documentation shall be provided. Such documentation shall, as a minimum consist of: a. Three (3) complete operations manuals for each controller and associated signal equipment including equipment wiring, diagrams; schematics; and parts lists sufficient for ordering any parts. b. Three (3) sets of cabinet wiring diagrams. The corresponding phase numbers for each movement shall be indicated on the intersection layout diagram on the cabinet wiring diagram 8. The controllers shall be provided with the most current software and documentation. Future software and documentation revisions to the local system controller shall be provided without charge 9. Cabinet wiring diagrams shall include two sheets. One sheet shall indicate the manufacturer point to point wiring of the terminal facility complete with all harnesses for the controller unit and the conflict monitor. This drawing shall be an unaltered generic drawing. The second drawing shall indicate the electrical connections' of all equipment and terminal connections for the traffic control cabinet for each cabinet provided. The drawings shall include pictorial representations of the intersection geometrics and phasing. Detectors shall be positioned for each approach and lane, being tagged with its harness (rack/slot) assignment. The controller cabinet shall be positioned and shown as a rectangle with the two crossing diagonal lanes. In addition to the three sets of wiring diagrams specified above, one digital copy shall be provided to the Engineer at the time of turn on at the intersection. 10. The Contractor shall provide a customized intersection graphic depicting the local intersection for each intersection provided. The customized intersection shall include the following: correct number of lanes by function for each approach; graphically correct orientation of the intersection layout; proper phase assignment by lane; proper pedestrian phase assignments; street names on the lanes; key landmark indicators shown in the graphics. The Engineer will provide an 8 Y x 11 pictorial of the intersection geometrics and the key landmark indicators to be shown in the graphic. System detectors shall be shown on the graphic and labeled in accordance with the card rack/slot plus system detector assignment numbers. Orientation for all intersection displays shall be north as top of screen. 11. The addition of any local intersections requires the Master Map to be modified.. The Contractor shall provide a corrected map graphic for each intersection added to the group. The map graphic shall include geometrically proportioned locations of the intersections plus locations of all system detectors for each location.- A table shall be provided on the graphic, which displays the current assignment of detectors by DR., DR2, CS1, CS2, NA1, and NA2. Modified maps shall be loaded into the computer system and viewed for proper operation. Orientation of the map shall be as selected by the Engineer to best display the System Operation. 2. The Owner shall be furnished with a certification from the equipment manufacturer stating that the equipment furnished under this specification complies with all provisions of this specification. If there are any items, which do not comply with this specification, then a list of those exceptions must be detailed on the certification D. Electric Service Pedestal 1. Dedicated conduits shall connect the 27-22 with the fiber hub cabinet, traffic cabinet and quazite handhole (for streetlighting). 2. Two 5/8 inch by 10 foot ground rod shall be driven in near the base of the 27-22 BBS. One ground shall be installed in the nearest handhole with the second ground rod installed a minimum of 6 feet away from L ) Page 208 of 310 1 DIVISION 8 — TRAFFIC Section 8010—EQUIPMENT, LIGHTING, AND SIGNALS the first. Ground wires shall be connected to the ground rod with one (1) piece non-ferrous clamps which employ set screws as tightening devices E. Light and Mast Arm Poles 1. All poles shall be erected so as to be vertical under normal load. The bases shall be securely bolted to the precast concrete foundations. Plumbing of poles shall be accomplished by adjusting the nuts. Shims or other similar devices for plumbing and raking will not be permitted, except for the leveling of the transformer bases. Shims and/or one nut or two nuts on each anchor rod may be used only between the transformer base and the foundation for leveling. One nut shall be turned on each anchor rod and the pole placed in position on these nuts. The top nuts shall then be turned into place loosely and the pole adjusted to the vertical position by adjusting both the upper and lower nuts. 2. After leveling the poles, expansive type grout shall be troweled between the pole base and the foundation for gaps of 1" or greater. Exposed edges of grout shall be neatly finished to present a pleasing appearance. A weep hole made from one-half inch (1/2") diameter copper tubing shall be placed in the grout. This grouting should be conducted within the appropriate temperature range of the material used. 3. Each pole shall be grounded by installing a No. 4 AWG bare copper ground wire between the pole and the ground rod at the foundation handhole (see section on bonding and grounding). 4. If the painted or galvanized surface of any equipment is damaged in shipping or installation, such equipment shall be retouched, repaired or replaced in a manner satisfactory to the Engineer 5. Streetlight installation - Follow City of Dubuque street lighting standards but include the following Supplemental Street lighting specifications: a. 2 - 2" HPDE or Sch 40 PVC conduit shall be used. b. Hand -holes shall be spaced a maximum of 200 feet using a Quazite PG 12"X18" with heavy duty cover or pre -approved equivalent. c. Place hand -hole next to each light. All splicing shall be performed in hand -hole, not in light -pole. d. Hand -hole shall be centered between back of curb and front of sidewalk on 18 " of clean stone. Fill in space between curb and box, and sidewalk and box. e. Place 5/8 " X 8' ground rod in box closest to light pole. Run ground wire from light pole to hand - hole with ground rod. Bond adjacent street lights together with a bonding wire (see section on bonding and grounding). f. Use Idea # 30-260 water tight connector used in pole and Ilsco # uspa 350ss-db water tight, underground in line splice used in hand -hole g. Each light shall contain in -line fusing and all wiring shall be XHHW. h. An approved UL-508 pad mounted metered service pedestal/dedicated lighting controller will be located central to the lights installed and adjacent to the power source. The nearest streetlight to the controller will contain a photo -eye that will be wired to the lighting controller. Size conductors for a maximum 5% voltage drop at furthest point. This lighting controller must be Nema 3R approved and contain a factory installed breaker panel with separate circuits for each electrical branch or direction. Lighting controller must be set on a precast concrete foundation over 18 inches of clean stone and must comply with all local electrical codes. j. If part of a new subdivision, a separate street lighting plan shall be submitted on its own page detailing lighting, conduit, hand -holes, grounding, bonding; lighting controller and service locations. F. Mast arm and Signals 1. All traffic signal displays shall be installed as indicated on the plans. All overhead displays located on each mast arm shall have each green indication set at approximately the same elevation, unless otherwise directed by the Engineer. All signal head locations shall be confirmed in the field by the City Engineer to ensure proper location. 2. During the course of construction and until the signals are placed in operation, signal faces shall be covered or turned away from approaching traffic. When ready for operation, they shall be securely fastened in position facing toward approaching traffic and plumb. Page 209 of 310 DIVISION 8 — TRAFFIC Section 8010-EQUIPMENT, LIGHTING, AND SIGNALS G. Testing 1. General: The Contractor shall provide all personnel, equipment, instrumentation and supplies necessary to perform all testing. All testing shall be performed in an accepted manner and in accordance with the testing equipment manufacturer's recommendations. All data shall be recorded and submitted to the Traffic Engineer as hereinbefore specified. The Contractor shall provide one copy of operating software to read and view all OTDR traces. Attenuation: The end -to -end attenuation shall be measured for each fiber for each link after installation and termination; A patch cord jumper cable shall be connected to both the light source and the receive cable to the power meter by the use of a connector (barrel). The two reference cables shall then be connected via a termination coupler and the power meter "zeroed" to eliminate the line loss. This process results In a reading of the actual line loss (dB) of the input connector; fiber cable, exiting connector and any other splices or jumpers installed in the measured test link. The calculated "loss" shall not include the input or departing cables in the loss calculation. The calculated fiber loss measured shall list the number of terminations; including the Input and departing connectors, the number of splices and the number of patch cords used to jumper the link(s) into the measured final link. The measured values for each terminated fiber in each tube shall include the Tube number, fiber number; number of feet in the link, the number of splices, the number of patch cords and the number of connectors, if any. The length of optical cable shall be as measured by the OTDR rather than the fiber cable jacket as the fiber is a reverse oscillation process resulting in a greater optical distance than the fiber cable jacket. The value for both the OTDR length' and the cable jacket shall be provided in the recorded documentation for each link distance. All distances shall be recorded in feet rather than meters for both recorded lengths. Fibers that are not continuous from beginning of the link to the end of the link shall be noted in the documentation; otherwise, all fibers in a single tube may be listed with a single data entry for all required data listed above for all fibers in the tube: The fiber documentation for each fiber shall identify the fiber being tested by either fiber number or fiber coating color and be recorded by complete tube, Tube 1 through Tube 6, fiber 1 through fiber 12. The OTDR to be performed in both directions of the test shall be recorded for information purposes only to resolve discrepancies in replicating the test during inspections of the final installation. The power meter reading recordings shall log total dB loss over the length of the fiber measured, equivalent to a dB loss budget Each tube of a cable shall be in the same file divider where the tube cover OTDR page shows the overview of all splices, patch cords, terminations from start to end. The second section shall include all Power Meter readings and the mandated documentation to show the calculated line loss (losses). The third section shall contain all OTDR traces, one trace per screen. The fourth section shall include the spool sheet for the fiber installed on the test section: An "explanation" sheet may be included where required to clarify an unusual reading that is valid but difficult to be explained through traditional data presentation, such as a video feed fiber that is attached to a jumper to provide continuous feed from the start to end of the tube length where other fibers in the same tube are simply spliced. The above format shall be repeated for each tube of a' cable. Traffic multimode fiber measured in sections marked by traffic controller cabinets between Hub Sites may be sub -sectioned In an easy to understand format or may be jumpered using patch cords as a single OTDR Link with each section separated for power meter readings. Documentation -The result of all testing shall be recorded along with date of test, name of person performing test, brand name, model number, serial number of equipment used during test, and any other pertinent Information and data. The documentation shall be provided to the engineer in electronic format instead of paper copy format. The Contractor shall be responsible to provide input to the Engineer reviewing the recorded data documentation to resolve all questions or data discrepancies. END OF SECTION Page 210 of 310 A 1 Section 8020 — PAVEMENT MARKINGS PART 1 - GENERAL 1.01 SECTION INCLUDES Follow Iowa Department of Transportation Specification Section 2527 END OF SECTION DIVISION 8 — TRAFFIC Section 8020 — PAVEMENT MARKINGS Page 211 of 310 [Page Intentionally Left Blank] Page 212 of 310 Section 8030 -TRAFFIC CONTROL PART 1- GENERAL DIVISION 8 — TRAFFIC Section 8030 —TRAFFIC CONTROL 1.01 SECTION INCLUDES Follow Iowa Department of Transportation Specification Section 2528 END OF SECTION Page 213 of 310 [Page Intentionally Left Blank] Page 214 of 310 DIVISION 9 - SITE WORK AND LANDSCAPE 1 Page 215 of 310 [Page Intentionally Left Blank] 11. Page 216of310 11 1 DIVISION 9 - SITE WORK AND LANDSCAPE Section 9010 — SEEDING Section 9010 — SEEDING PART 1- GENERAL 1.03 SUBMITTALS Add the new C to Article 1.03: C. All materials to be incorporated into the work must have certifications furnished which show that the materials comply with the Specifications prior to any construction. END OF SECTION Page 217 of 310 [Page Intentionally Left Blank] Page 218 of 310 DIVISION 10 - DEMOLITION Page 1219 [Page Intentionally Left Blank] Page 220 of 310 1 1 1f DIVISION 10 — DEMOLITION Section 10010— BUILDING DECONSTRUCTION Section 10010 — BUILDING DECONSTRUCTION PART 1— GENERAL 1.01 SECTION INCLUDES A. Protection of Public and Private Facilities B. Deconstruction of Building Structures C. Removal and Disposal of all Site Elements D. Site Backfill, Grading, Soil Restoration, and Clean Up E. Establishment of Ground Cover 1.02 DESCRIPTION OF WORK A. Properly disconnect and abandon all public utilities. Properly disconnect and abandon all private utilities. B. Comply with local, state, and federal regulations to remove and properly dispose of sidewalks, steps, driveways, and structures (including both above ground and below ground elements). C. Place clean backfill material in holes and depressions, grade the site to drain, and establish ground cover. D. Applicable provisions of SODAS Standard Specifications and the City of Dubuque Supplemental Specifications shall govern all work under this Section. 1.03 SUBMITTALS Comply with Division 1 — General Provisions and Covenants. 1.04 SUBSTITUTIONS Comply with Division 1 — General Provisions and Covenants. 1.05 DELIVERY, STORAGE, AND HANDLING Comply with Division 1 — General Provisions and Covenants, as well as the following: Ensure access to fire hydrants is maintained at all times. 1.06 SCHEDULING AND CONFLICTS Comply with Division 1 — General Provisions and Covenants, as well as the following: A. Submit a schedule for the work to the Jurisdiction Representative a minimum of 72 hours prior to commencing work activities at the site. B. Coordinate with City regarding disconnection of all utility services before Building Demolition Permit is issued and prior to initiating deconstruction. C. Submit a traffic control plan to the Jurisdiction Representative 48 hours in advance of initiating any travel lane or road closures indicating the area of closure and the signs and traffic control devices to be used to establish the closure. D. Obtain and complete utility sign -off portion of City of Dubuque Demolition Permit prior permit being issued. E. Sewer and water services must be abandoned prior to demolition permit being issued. 1.07 SPECIAL REQUIREMENTS A. Prior to beginning any work at the site, obtain a City of Dubuque Building Demolition Permit. B. The use of explosives is prohibited. C. Use of fire is prohibited. D. Obtain all Local, State, and Federal permits required for execution of the work, including notification to the Iowa DNR according to 40 CFR 61.145 regarding asbestos NESHAP notification. E. Contractor shall pay all permit fees. F. Property Ownership: 1. Title to Salvaged Materials: The property address, legal description, and ownership information is included in the Contract Documents. Upon execution of the Contract for the work of deconstruction and site clearance on all or any part of the site, all rights, title, and interest of the Jurisdiction in and to buildings, structures, and other trade fixtures to be demolished and/or removed by the Contractor as described in the Contract Documents is vested with the Contractor unless specifically identified as Page 1221 DIVISION 10 — DEMOLITION Section 10010 - BUILDING DECONSTRUCTION otherwise in the Contract Documents. 2. Land: No property rights, title, or interest of any kind whatsoever, in or to the land or premises upon which such buildings or structures stand, is created, assigned, conveyed, granted, or transferred to the Contractor or any other person or persons, except only the license and right of entry to remove such buildings in accordance with the Contract Documents. Contractor shall not use the land or premises, or allow any other party to use the land or premises, for any purpose other than activities in direct support of the work at the site. 1.08 MEASUREMENT AND PAYMENT A. Deconstruction Work: 1. Measurement: Lump sum item; no measurement will be made. 2. Payment Payment will be at the lump' sum price. 3. Includes: Lump Sum price includes but is not limited to, removal of a. Buildings, building materials, all contents of buildings, appliances, electronics, furniture; materials to be recycled, trash, rubbish, basement walls, foundations, sidewalks, steps, driveways, yard waste, and all other materials to be removed as directed in the plans and specifications. b. The disconnection of all utilities. C. Furnishing, placing and compaction of backfill material (See Division 3), finish grading of disturbed areas, the furnishing and placing topsoil and the furnishing, placing, maintenance, and watering of seeding until the grass is fully established. d. The furnishing, placing, maintenance and removing safety fencing, e. The removal and disposal of trees, brush, vegetation that are to be removed as directed in the plans and specifications. f. Payment of any permit or disposal fees. PART 2— PRODUCTS 2.01 BACKFILL MATERIAL Meet the requirements of Section 3010, 2.03. 2.02 TOPSOIL Meet the requirements of Section 2010, 2.01. 2.03 SEEDING Meet the requirements of Section 9010. 2.04 WELL PLUGGING Meet the requirements of the City of Dubuque ordinance Chapter 15 and Dubuque County Well Abandonment ordinance Chapter 32. 2.05 PUBLIC UTILITYABANDOMENT A. Sanitary Sewer Abandonment: Meet the requirements of Section 4010, 3.08 B. Utility Trench Backfill Materials: Meet the requirements of Section 3010, 2.03. 2.06 SAFETY A. Orange, 4-mil plastic construction fence 4 feet high with an economy grade mesh. PART 3 — EXECUTION 3.01 GENERAL A. Protect existing fire hydrants, street lights, traffic signals, utility poles, fire alarm boxes, wire cables, Page 222 of 310 DIVISION 10 — DEMOLITION Section 10010 — BUILDING DECONSTRUCTION underground utilities, and other appurtenances in the vicinity of the deconstruction site. B. Provide correct type and class of fire extinguishers on site and inside heavy equipment. Provide fire extinguishers adjacent to any areas where cutting torches are used. C. Comply with noise pollution requirements and working hour restrictions of the Jurisdiction in accordance with the requirements of Division 1. D. Prior to starting the deconstruction work, remove and properly dispose of all volatile or flammable materials at the site such as gasoline, kerosene, benzene, cleaning fluids, paints or paint thinners, household hazardous wastes, or similar products. E. Pay all building disposal costs, including costs related to disposal of specialty items that are stored in the structure or on the site such as furniture, appliances, yard waste, or electronics. F. Prepare and submit to owner written demolition plan describing sequencing of work and the time durations for each activity. G. Set up and establish a written Construction Waste Management Plan per Section 10020 prior to starting any deconstruction work. 3.02 OBTAIN BUILDING DEMOLITION PERMIT A. To obtain the permit, Contractor must fill out and complete an application and submit it to the City's Building Services Department. Supply all project information as required to fully complete the permit application. B. Contractor must obtain signatures from all entities listed on the permit application prior to submitting the form to the Building Services Department. C. Water and sanitary sewer service laterals must be disconnected and inspected by the City of Dubuque prior to the demolition permit being issued. D. Water meter (MIU — outside reading device) and UFR (if applicable) must be properly disconnected by City of Dubuque Water Department staff prior to the demolition permit being issued. E. For all properties submit copy of Hazardous Material Assessment or Abatement Report along with demolition permit application demonstrating that all asbestos materials have been removed from the structure being deconstructed. Submit an additional copy of the report to the Iowa Department of Natural Resources. F. Provide proof of insurance as required to obtain the demolition permit. G. Give such other data and information as may be required by the City Manager for the demolition permit application (Ord. 61-12, 11-19-2012). H. The permit application must be signed by the Contractor or Contractor's authorized agent who may be required to submit evidence to indicate such authority. I. Along with the permit application submit a plan for the storage of construction materials equipment for the site. J. Contact City of Dubuque Police, Building Services, and Engineering Departments as required by the demolition permit prior to commencing the work. K. No building deconstruction work shall start until at least 48 hours after the permit approval has been issued by the City. L. If the demolition work start date is changed, Contractor shall provide a 48-hour notice of the revised date and Contractor may be subject to additional demolition permit fee charges by the City of Dubuque. 3.03 UTILITY DISCONNECTIONS A. Private Utility Services: Disconnect all natural gas or propane lines, electric services, communication services, and any other private utility services according to the requirements of the specific utility involved. The Jurisdiction shall be responsible for the turning off of utility services before the start of deconstruction work. B. Disconnect all City utilities prior to initiating deconstruction work. C. Water and Sanitary Sewer Service Laterals: 1. if site is to remain vacant, water and sewer services are to be abandoned at the connection to the main before deconstruction permit is issued. a. Water Service Lateral: Disconnect all water services by a licensed plumber according to the Jurisdiction's Plumbing Code requirements. Notify Jurisdiction Representative for inspection prior to placing backfill material. After successful inspection, City Inspector will sign -off on Deconstruction Permit Application. Water corp valve to be shut off at main and slug placed in line out. Page 1223 DIVISION 10 — DEMOLITION Section 10010— BUILDING DECONSTRUCTION b. Sanitary Sewer Service Lateral: Disconnect and plug all sanitary sewer service lines at the connection point to the sewer main in accordance with Section 4010, 3.08, A. Water tight plug to be installed at the wye at the sanitary sewer main. Notify Jurisdiction Representative for inspection of the disconnection prior to placing backfill material. After successful inspection City Inspector will sign -off on the Demolition Permit Application. D. Storm Sewer: Disconnect all sump pump and area drain connections to the storm sewer system according to the requirements of the Jurisdiction. Notify Jurisdiction Representative for inspection prior to placing backfill material. E. Backfill: Place backfill material for all service disconnects according to Section 3010 3.05. F. Surface Restoration: 1. Within the Street: Restore the street surface according to Section 7040. 2. Public Right-of-way: Grade and seed according to Section 9010. Provide a 1 year warranty for all seeded areas. If time of year does not allow for seeding, complete fine grading and apply mulch until seeding can be completed. 3.04 PROTECTION OF THE PUBLIC A. Temporary Fencing: Prior to commencing any work, erect temporary orange construction fencing around the entire site Including all excavations, buildings, or other dangerous elements to prevent unauthorized access. Provide a fence 4 feet high minimum. Ensure the fence is consistently restrictive and without horizontal openings greater than 2 inches. Fence shall be properly mounted or affixed to posts or other appurtenances to avoid sagging at any point greater than 3 inches. Maintain fencing until all work is complete. Ensure any site access locations are fully secured at the end of the work day. B. Adjacent Property:,, Protect structures, parking lots, driveways, sidewalks, utilities, lawns, and other property elements from damage from the deconstruction work. Provide sheeting or shoring as necessary to protect adjacent property. Remove any debris or litter on adjacent properties that results from the work. C. Sidewalks: If sidewalks are to be closed during the deconstruction work, submit a sidewalk closure plan that meets the ADA requirements to the Jurisdiction 48 hours prior to the scheduled closure. Install necessary signing and barricades according to the approved closure plan: Sidewalks designated to remain that become damaged during the work shall be replaced by the Contractor at no cost to the Jurisdiction. D. Streets: Promptly remove any deconstruction debris, litter, or mud from streets and rights- of -way caused by the deconstruction work. Repair damage to the street and right-of-way caused by the work at no additional cost to the Jurisdiction. E. Vehicle Covering:' Fully coverall open -bodied vehicles transporting construction waste, debris,' recycled material, and trash. F. Drainage Facilities: Maintain or re-establish all tiles, roadway subdrains, culverts, or other drainage facilities as indicated In the Contract Documents. 3.05 ENVIRONMENTAL REQUIREMENTS A. Erosion and Sediment Control: Implement the approved erosion and sediment control plan(SWPPP) for each site prior to initiating the work by placing all required devices; include measures to prevent tracking of mud onto adjacent streets or alleys. B. Dust Control: Comply with all applicable air pollution requirements of the Jurisdiction. Use water or appropriate chemicals for control of dust in the work area, on hauling equipment, on adjacent roadways, and when grading the site as required to comply with Jurisdiction Ordinances. C. Litter: Take steps to prevent the generation of litter during the work and collect all loose litter from the work area at the end of each working day. Load trucks to prevent leakage or blowing of debris. Fines for littering shall be levied in accordance with Jurisdiction Ordinances. D. Septic Tanks and Outdoor Toilets: Pump out all septic tanks and outdoor toilets using a licensed company. Excavated and remove septic tanks and dispose of properly. Jurisdiction shall be responsible for pumping septic storage tanks before removal. E. Cisterns and Meter Pits: Pump out, excavate and remove all cisterns and meter pits. Abandon as indicated on the applicable drawings. Page 224 of 310 11 I! DIVISION 10 — DEMOLITION Section 10010 — BUILDING DECONSTRUCTION 3.06 WELL PLUGGING AND ABANDONMENT Meet the requirements of the City of Dubuque ordinance Chapter 15 and Dubuque County Well Abandonment ordinance Chapter 32. 3.07 SALVAGE A. Restrictions: Salvage is allowed only on property owned by the Jurisdiction. The ownership of the site is detailed in the Contract Documents. B. Authorized Workers: Only the Contractor's employed workers or subcontractors are allowed to salvage or demolish the structure and its contents. 3.08 DECONSTRUCTION AND REMOVAL A. Structures: 1. Except for wood frame or non -rigid masonry buildings, start on the top floor and maintain structural parts of buildings, such as columns, beams, and joists, supporting the floor of any building story until the walls, flooring, and partitions of that story are removed. 2. No wall or part of a wall will be allowed to fall outward from any building except through chutes or other controlled method, which will ensure safety and minimize dust, noise, and other nuisances. 3. Remove chimneys or outside portions of chimneys in advance of general building deconstruction. Remove inside chimneys as soon as they become unsupported due to removal of other parts of the building. 4. Remove all unstable, free-standing, or inadequately supported building elements prior to the end of each work day. B. Excavations: All excess soils from the project site must be disposed of in the State of Iowa. C. Basements and Foundations: Completely remove and dispose of all basement walls to 4 feet below existing grades unless otherwise specified in the contract documents as having other deconstruction limits. Basement floor slab shall be fractured to allow water drainage, to the satisfaction of the Jurisdictional Representative. Notify Jurisdictional Representative 48 hours prior to basement or foundation work. The Jurisdiction shall inspect work site prior to any backfilling of the excavated work. D. Surface Slabs: Excavate and remove all concrete, asphalt, or masonry slabs and appurtenances. E. Vegetation: Remove and dispose of all brush, shrubs, trees, logs, downed timber, and other yard waste on the site unless otherwise specified in the Contract Documents. Do not mix vegetation with deconstruction materials. Completely remove stumps. Protect any trees or other vegetation not designated for removal by placing a fence at the drip line encompassing the entire tree and keeping all operations outside of the fenced in area, including storage of equipment or materials. At no additional cost to the Jurisdiction, the Contractor must remove and replace any trees that are designated for protection but are damaged beyond treatment. The Jurisdiction shall determine size and species of the replacement tree. Place fill as needed to complete sloping. F. Retaining Walls: Remove all retaining walls and their footings unless otherwise specified in the Contract Documents. Complete work without damage to adjacent property. Following removal, grade the adjacent slope to a 3:1 (horizontal to vertical) slope or flatter. Contractor shall provide additional fill to grade the site if necessary. G. Fences: Remove all fences, guardrails, posts, and other appurtenances unless they are on a property line and designated to remain in the Contract Documents as shown on the drawings. Fill and compact soil in all post holes. H. Miscellaneous Objects: Remove all clotheslines, signs, piping, posts, light posts and their foundations or any other objects protruding from the ground and fill any resulting hole. 3.09 ABANDONING AND REMOVING UNDERGROUND PROCESS PIPING AND SITE UTILITIES A. Contractor shall be responsible for the disconnection of all site utilities and process piping before starting the deconstruction work. B. The ends of process piping and conduits to be abandoned that are exposed by excavation shall be plugged with concrete to prevent soil infiltration into the openings. Page 1225 DIVISION 10— DEMOLITION Section 10010 — BUILDING DECONSTRUCTION 3.10 BACKFILL, GRADING, TOPSOIL, AND SEEDING A. Backfill: Place backfill material in all excavation areas and holes with material meeting Section 2010, 2.03. Unless otherwise specified in the contract documents, compact using Type A compaction as indicated in Section 2010, 3.04. If compaction with moisture and density control is specified, use Section 2010, 3.09. Notify the Jurisdictional Representative 24 hours in advance. B. Topsoil: Strip and stockpile the top 12 inches of topsoil for use as a final topsoil and grading material. If topsoil quality does not meet Section 2010, 2.01, supply additional material to place a minimum of 6 inches over the site. The Jurisdictional Representative willapprove the borrowed topsoil material. No payment will be made for supplying additional topsoil material. C Borrow If sufficient fill material is not available, supply additional material of equal quality to the soil on the site. Supply suitable material meeting Section 2010. No payment will be made for supplying additional fill material. D. Grading: Grade site to conform with all surrounding areas with a uniform surface that will not allow ponding and does not change drainage patterns that existed prior to demolition. Remove excess excavation material from the site. D. Seeding: Complete seedbed preparation, seeding, fertilizing, and mulching of the site according to the requirements for permanent urban seeding in Section 9010, 2.02, A. If unable to comply with permanent seeding dates, apply the urban temporary erosion control mixture in Section 9010,2.02, D. END OF SECTION. Page 226 of 310 DIVISION 10— DEMOLITION Section 10020 — Waste Management Section 10020 - Waste Management PART 1—GENERAL 1.01 SECTION INCLUDES A. Waste generated by structure deconstruction activities 1.02 DESCRIPTION Applicable provisions of Division 1 shall govern all work under this Section. This Section specifies requirements for salvaging, recycling, and disposing of non- hazardous construction waste. 1.03 SUBMITTALS A. Construction Waste Management Plan: Prior to commencing demolition or construction activities, CONTRACTOR shall develop and submit a Construction Waste Management Plan to OWNER and ENGINEER for approval within 30 working days after Contract award or prior to any waste removal. B. Summary of Waste Progress Reports: Throughout the duration of the Project, CONTRACTOR shall submit with Applications for Payment a Summary of Waste for the overall project including the following information: 1. Material category. 2. Generation point of waste by building or structure. 3. Total quantity of waste in tons. 4. Quantity of waste salvaged, both estimated and in actual tons. 5. Quantity of waste recycled, both estimated and in actual tons. 6. Total quantity of waste recovered (salvaged plus recycled) in tons. 7. Total quantity of waste recovered (salvaged plus recycled) as percentage of total waste. C. Summary of Waste Final Documentation: Before request for Substantial Completion of the Project, CONTRACTOR shall submit calculated end -of -project rates for salvage, recycling, and disposal as a percentage of total waste generated by the work for overall project. The documentation shall include reuse and recycling results, including the quantity of each material recycled, reused, or salvaged, the receiving party, and the applicable diversion rates. D. Records of Donations: Indicate receipt and acceptance of salvageable waste donated to individuals and organizations. E. Records of Sales: Indicate receipt and acceptance of salvageable waste and equipment sold to individuals and organizations. F. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste by recycling and processing facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. G. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. 1.04 SUBSTITUTIONS Comply with Division 1 — General Provisions and Covenants. 1.05 DELIVERY, STORAGE, AND HANDLING Comply with Division 1 — General Provisions and Covenants 1.06 SCHEDULING AND CONFLICTS Comply with Division 1 — General Provisions and Covenants 1.07 SPECIAL REQUIREMENTS A. PRECONSTRUCTION AND PREBID MEETINGS 1. The Preconstruction Conference and Prebid Meetings will include as a minimum, discussion of the following items as they relate to the proposed Construction Waste Management Plan. The purpose of the Page 1227 DIVISION 10 — DEMOLITION Section 10020 — Waste Management discussion is to develop a mutual understanding regarding details of construction waste management implementation. 2. Review waste management plan. 3. Review requirements for documenting quantities of each type of waste and its disposition. 4. Review and finalize procedures for metered separation and verify availability of containers and bins needed to avoid delays. 5. Review procedures for periodic waste collection and transportation to recycling and disposal facilities. B. WASTE MANAGEMENT GOALS 1. The recycling goal (including reuse) to be achieved at Substantial Completion of the Project shall be by 75% by weight of total waste generated by the Project and includes reuse. 2. Reduce: The Project shall generate the least amount of waste and methods shall be used that minimize waste due to error, poor planning, breakage, mishandling,` contamination, or similar factors. The Project shall promote the resourceful use of materials to the greatest extent possible. 3. Reuse: CONTRACTOR shall reuse materials to the greatest extent possible. Salvage reusable materials for resale, for reuse on this Project, or for storage for use on future projects.' Return reusable items (e.g., pallets or unused products) to the material suppliers. 4. Recycle: As many of the waste materials not able to be eliminated in the first place or salvaged for reuse shall be recycled. Waste disposal in landfills shall be minimized to the greatest extent possible. C. CONSTRUCTION WASTE MANAGEMENT PLAN 1. The purpose of the Construction Waste Management Plan developed by Contractor is to achieve successful reuse and recycling with the highest possible reuse and recycling rates. The Plan shall include the following as a minimum: a. A schedule identifying milestones and key reporting dates of Construction Waste Management. b. A list of waste materials expected to be generated from the Project as debris. c. A list of each material proposed to be salvaged, reused, recycled, and discarded. Identify applicable markets for reuse and/or recycling. At a minimum, all materials required by State law to be recycled shall be recycled (e.g., cardboard, cans, bottles, office paper, fluorescent bulbs, refrigerants, mercury, etc.), and scrap metal shall be recycled. d. Separation and Materials Handling Procedures: Description of how waste materials ldentified above will be separated, cleaned (if necessary), and protected from contamination: e. Educational and Motivational Procedures: Meetings to be held and other proposed methods for educating construction personnel regarding waste reduction and recycling. f. Waste Auditing Procedures: Methods of monitoring and enforcing the Plan. g. Documentation Procedures: Methods of documenting materials leaving the Project site as waste, for reuse, or recycling to allow Summary of Waste Progress Reports to be submitted with Applications of Payment. 2. Contractor shall distribute copies of the Construction Waste Management Plan to Jurisdiction and Jurisdiction Representative. PART 3 — EXECUTION 3.01 CONSTRUCTION WASTE MANAGEMENT PLAN IMPLEMENTATION A. Contractor shall be responsible for coordinating the separation, handling, recycling, salvage, reuse, and return methods to be used by all construction personnel. Contractor shall be responsible for reporting the results of the Construction Waste Management Plan. Contractor shall designate a "Waste Manager" who is responsible for instructing construction personnel and overseeing and documenting results of the Construction Waste Management Plan. B. Instruction: Contractor shall provide on -site instruction regarding appropriate separation, handling, recycling, salvage, reuse, and return methods to be used by all construction personnel throughout the duration of the Project. C. Separation Facilities: Contractor shall lay out and identify a specific area on the Project site for separating i Page 228 of 310 DIVISION 10 — DEMOLITION Section 10020 — Waste Management materials for recycling, salvage, reuse, and return. Contractor shall provide clean waste bins and shall keep these bins and the recycling area neat, clean, and clearly marked to avoid contamination of materials. The containers and bins shall be inspected for contamination and contaminated materials removed if found. D. Sorting: The following sorting methods are acceptable: 1. Sorting recyclable materials at the Project site and transporting them to recycling markets directly from the Project site. 2. Employing haulers who make use of a materials -recovery facility or a transfer station where recyclable materials are sorted from the waste and recycled before disposing of the remainder. If using a hauler or recycling facility to sort out recyclables, verify that the hauler sorts out all construction waste loads and is not limited to those that are not acceptable at the landfill. 3. As a minimum, the following materials shall be recycled or reprocessed: a. Brick. b. Cardboard. c. Concrete. d. Metals. e. Crushed stone and bituminous pavement. f. Plastic, paper goods and aluminum cans. g. Drywall. h. Wood and lumber. i. EPDM roofing. j. Ceiling tile. k. Equipment removed. E. Hazardous Waste: Hazardous waste shall be disposed of according to State law. (Hazardous Waste is a separate category and not part of the basis on which the recycling percentage is calculated.) F. The following resources are provided for information only, to aid Contractor in managing the Project's construction waste: 1. The Iowa DNR Waste Management: http/www.iowadnr.gov/waste/recycling/and.html. END OF SECTION Page 1229 DIVISION 10—DEMOLITION in Section 10020 — Waste Management [Page Intentionally Left Blank] Page 230 of 310 11 1 1 11 11 DIVISION 10 — DEMOLITION Section 10030 — Hazardous Material Removal from Building Structures Section 10030 — Hazardous Material Removal from Building Structures PART 1— GENERAL 1.01 SECTION INCLUDES A. Removal of all hazardous materials from all structures at the site. B. Disposal of all removed hazardous materials in compliance with all State and Federal regulations. 1.02 DESCRIPTION A. Conduct a building assessment to identify the presence of household and other hazardous wastes B. Remove all hazardous materials identified in the environmental reports listed in Section 00775 of this Contract Documents Manual. Arrange for proper disposal of all hazardous materials. 1.03 SUBMITTALS A. Comply with Division 1 — General Provisions and Covenants B. Contractor must coordinate for the Jurisdiction, as legal owner or operator of the site, to provide to Iowa Department of Natural Resources an "Asbestos Notification of Demolition and Renovation." This notice must be postmarked at least ten (10) working days before beginning work at the site. C. Prior to the start of work submit a copy of each employee's Iowa asbestos worker license and Contractor's Iowa contractor asbestos demolition license D. Prior to the start of work develop a site -specific Health and Safety Plan (HASP) which documents that site activities will be conducted in accordance with applicable provisions of OSHA 29 CFR 1910 and submit it to the Jurisdiction E. Contractor must submit Conditional Exempt Small Quantity Generator (CESQG) documentation to the Dubuque Metropolitan Area Solid Waste Agency (DMASWA) for disposal of all hazardous waste on the site. Contractor is responsible for complying with all DMASWA, State and Federal solid waste disposal regulations. F. Contractor must provide the Jurisdiction with all CESQG and disposal documentation (including manifests) at the end of the project. G. Prior to the start of work provide the Jurisdiction with training certificates of employees operating machinery or handling hazardous waste per section 1.07.C. H. Prior to the start of work, contractor shall create and provide a copy of the hazardous materials demolition plan to the Jurisdiction. 1.08 SUBSTITUTIONS Comply with Division 1 — General Provisions and Covenants. 1.09 DELIVERY, STORAGE, AND HANDLING Comply with Division 1 — General Provisions and Covenants Ensure access to fire hydrants is maintained at all times. 1.010 SCHEDULING AND CONFLICTS A. Comply with Division 1 — General Provisions and Covenants 1.07 SPECIAL REQUIREMENTS A. Contractor must comply with Local, State, and Federal requirements for all employees and subcontractor employees. When required by law, all workers at the site must be properly trained and licensed to perform work. B. Work completed on site must be completed and screened per Local, State, and Federal regulations for possible exposure hazards when hazardous materials are suspected or known to be located. C. Operators of machinery that will be handling any hazardous waste and the site foremen and shift supervisors need to comply with all of the requirements of an OSHA First Responder Awareness Training which should include, at a minimum, a 4-hour training course. D. Prior to any demolition activities in a defined space or structure, all hazardous materials must be removed Page 231 of 310 DIVISION 10 — DEMOLITION Section 10030 — Hazardous Material Removal from Building Structures 1.08 MEASUREMENT AND PAYMENT A. Handling, Removal, and Disposal of Household Hazardous Materials: 1. Measurement: Lump sum item; no measurement will be made. 2. Payment: Payment will be the lump sum price. 3. Includes: All Labor, Equipment, and Materials to safely and lawfully remove and dispose of all hazardous materials prior to demolition. PART 2— PRODUCTS None PART 3- EXECUTION 3.01 GENERAL A. Contractor must review all previously completed environmental reports that are listed in Section 00775. Copies of these reports may be obtained from the Jurisdiction upon request. These reports will provide information on quantities and location of hazardous materials that have been identified at the site, such as asbestos containing materials, lead, mercury, and PCB -containing materials; and small household hazardous wastes. These reports will also identity any limiting conditions experienced during the assessment. Care should be taken to observe, characterize, and segregate any suspect materials encountered during demolition. Contractor is responsible for complying with all DMASWA, State, and Federal solid waste disposal regulations for any suspect materials encountered during demolition. B. Contractor must conduct an investigation of all buildings to determine if other household hazardous wastes that are not described in the reports listed in Section 00775 are present In the structures on site: These materials may Include asbestos containing materials, lead (not including lead based paint), mercury and PCB - containing materials. C. Contractor must pay all hazardous material handling and disposal costs. 3.02 PROTECTION OF THE PUBLIC A. Mitigate exposure risk: Provide appropriate protection to the general public and to all employees working outside of the contaminated area as required by Local, State',' and Federal regulations. B. All employees entering the contaminated area must be property trained, certified, and wearing the appropriate personal protective equipment (PPE) as required by Local, State, and Federal regulations. 3.03 ENVIRONMENTAL REQUIREMENTS A. Asbestos Dust Control: Encapsulation of asbestos -containing material must be completed per State and Federal regulations and trucks, dumpsters, or any other storage or transport container must fully encapsulate the debris to prevent the creation of dust while transporting debris from the site to the appropriate disposal site. All trucks must be covered before leaving site. B. Lead: When lead -based paint products are suspected, sampling and disposal must be completed according to Local, State, and Federal requirements to determine the appropriate removal procedures and disposal location for the material. 3.04 DISPOSAL A. Hazardous materials and building material segregation: Prior to any demolition activities, all hazardous materials and hazardous building materials must be properly separated and removed or abated in accordance with applicable Local, State, and Federal requirements. If material is encountered during the demolition that is suspected or known to be hazardous then demolition activities must stop to allow for appropriate sampling, segregation, removal, and disposal of the material by a licensed professional (when required by Local, State, or Federal regulations). If hazardous material, such as asbestos, is included with other demolition debris, then the entire debris quantity must be treated as hazardous material for both handling and disposal B. Disposal facility and process: The Dubuque Metropolitan Solid Waste Agency Regional Collection Center for Household Hazardous Materials (HHM) considers Contractors a Conditionally Exempt Small Quantity Generator (CESQG), as long as they are not already identified' as a Large or Small Quantity Generator (LGQ or SQG). CESQG is a business that generates no more than 220 pounds of hazardous waste per month and stores no more than 2,200 pounds on -site at any one time. C. DMSWA requires that an appointment be made for delivery and disposal of hazardous materials and a IL Page 232 of 310 DIVISION 10— DEMOLITION Section 10030 — Hazardous Material Removal from Building Structures certification with shipping manifest must be provided prior to the disposal time. Appointment times are typically available on Monday through Friday between 7:30 A.M. and 3:30 P.M. Full instructions and forms are provided on the DMASWA's website. The website http://www.dmaswa.orq/about.cfm. also provides a list of common materials accepted and associated disposal prices. END OF SECTION Page 233 of 310 [Page Intentionally Left Blank] Page 234 of 310 erpiece on the Miss ss ppi WATER DISTRIBUTION DIVISION STANDARDS & SPECIFICATIONS WATER MAINS AND APPURTENANCES Sub -section 15.3.D0 Water Main of: City of Dubuque Engineering Division Standards & Specifications April 1995 FEBRUARY 16, 1996 REVISED: August 1, 2011 APPROVED BY DNR: id - 2.v1� SPECIFICATIONS FOR CITY OF DUBUQUE, IOWA WATER DISTRIBUTION DIVISION STANDARDS & SPECIFICATIONS WATER MAINS AND APPURTENANCES 2011 PREPARED FOR: City of Dubuque Water Distribution Division Municipal Services Center 926 Kerper Court Dubuque, IA 52001 Phone: 563-589-4305 (En Fax: 563.589-4204 PREPARED BY: IIW, P,C. 4155 Pennsylvania Avenue Dubuque, Iowa52002-2628 Phone: 563-556-2464 Fax: 563-556-7811 IIW PROJECT NO:09006-05 AR1( $3n 0 v SEAL 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. FOR, IIW P.C, Gary Sejk ::at, P.E. Date License Number 8384 My license renewal date is December 31, 2012': Pages or sheets covered by this seal: Entire Specification 15-3,00 WATER MAIN 15-3.01 Description: This work shall consist of furnishing all labor, materials and equipment necessary to complete the water rnain installation in accordance with the City -prepared or City -approved plans and these specifications. All new water main installations shall have a minimum pipe size of eight inches (8") in diameter, except that all hydrant branches shall have a minimum pipe size of six inches (6") in diameter. Use of four inch (4") and six Inch (6") diameter water main shall not be allowed except for repair of or connection to existing four inch (4") and six Inch (6") mains or private water service lines. All water main designs shall include an IDNR required investigation of potential soil and groundwater contamination from leaking underground storage tanks (LUST) within 1000 feet of the proposed water main construction and the appropriate selection of pipe and gasket materials to prevent permeation. 15-3.02 Materials 15-3.0201 Ductile -Iron Pipe 15-3,02011 Ductile -iron pipe (DIP) shall be USA manufactured and tested in accordance with AWWA Specification C151. DIP size shall be four inch (4") through 12 inch, 16 inch, 20 inch and 24 inch, unless otherwise approved by the Water Department. Wall thickness shall be as shown in the following table: Pipe Slze 4" Wall Thickness Thickness Glass 0,29" 52 6„ 0,31" 52 8" 0,33" 52 10" 0.35" 52 12" 0.37" 52 16" 0.37" 51 20" 0.39" 51 24" 0.41" 51 The weight, class, or nominal thickness and casting period shall be shown on each pipe. The manufacturer's mark, country where cast, the year in which the pipe was produced and the letters DI or "Ductile" shall be cast or stamped on the pipe, Standard laying lengths shall be 18 or 20 feet. Random Iengths are not acceptable. 15-3.02012 All ductile iron pipe shall be cement mortar lined (standard thickness) in accordance with AWWA Specification C104, All ductile iron pipe shall have an asphaltic coating approximately one (1) mil thick. Page - 1 15-3.0201,A Polyvinyl Chloride Pipe 15-3.0201A1 Requests may be made to the Water Department for polyvinyl chloride (PVC) pipe use. The request shall include the results of an 1DNR required review of records for any leaking underground storage tank (LUST) site within 1000 feetof the proposed water main construction. In areas where PVC pipe use is requested and there is no IDNR information available, the requestor could be required, based on the condition and previous use of the site(s), to provide the Water Department with a Phase One Environmental Study. Upon receipt of the required information,; the Water Department' will determine if PVC pipe may be substituted for DIP, PVC pipe may be substituted for DIP under certain soil and ground -water conditions, where there is no environmental contamination by petroleum products or any other type of contaminants that might permeate PVC pipe or cause damage to PVC pipe. PVC pipe' may not be installed within 1000 feet of property zoned commercial or industrial without prior authorization from the City Manager or the City- Manager's designee, PVC pipe may be substituted for ductile iron pipe in residential areas for size eight inch (8") through 12 inch. 15.3,0201A2 PVC pipe shall be USA manufactured and tested in accordance with`AWWA C900, All PVC compounds' used in the production of the 'pipe 'shall comply with NSF 61 for Drinking Water Systems Components. The PVC pipe, eight inch(8") through 12 inch shall be DR 14 Class 305 with working pressure plus mechanical joint surge pressure rating of 305 psi. All fittings for PVC pipes shall be ductile Iron. All PVC pipes shall be clearly marked in accordance with AWWA C900. All materials, such as lubricant, that are used in the installation of the PVC pipe mains and may come in contact with the water being transported shall be certified to NSF Standard 61 and shall not adversely affect the potable qualities of the water, i-3,0202 Pipe Joints 15-3,02021 All DIP water mains shall have push -on joints or mechanical joints with rubber gaskets per AWWA C111. All DIP with push -on gasket type joints shall have the spigot end marked with a painted stripe to indicate when the pipe is "home". When DIP is installed in areas of soil or groundwater contamination by organic compounds, the gaskets shall be Nitrite Buna N (acrylonitrile butadiene, NSR). 15.3.02022 PVC pipe joints shall be gasketod, push -on type conforming to AWWA C900, Gaskets shall be part of a complete pipe section and purchased as such. All PVC pipe with push -on gasket type joints shall have the spigot end marked to indicate the proper insertion depth of the spigot into the bell. Page - 2 5-3,0203 Valve, Fitting and Hydrant Joints All valves and fire hydrant inlets shall have mechanical joint connections that conform to AWWA standard C111. All compact fittings for sizes four inch (4") to 24 inch inclusive shall be mechanical joint type and conform to AWWA standard C153. Alternate full body fittings shall be mechanical joint type and conform to AWWA standard C110, Mechanical joint by plain end fittings may be used where appropriate as approved by the Water Department. 15-3.0204 Mechanical Joint (MJ) Nuts, Bolts, Gaskets, and Glands All mechanical joint (MJ) nuts, bolts, gaskets and glands shall conform to AWWA standard C111 and shall be USA made, Nuts and bolts shall be high strength low alloy steel and be marked to identify material and producer. The nuts and bolts shall have a ceramic filled, baked -on fluorocarbon resin coating (Cor-Blue). All glands shall be ductile iron with an asphaltic coating and marked (stamped or cast) with the manufacturer's I,D., nominal size, and the letters D.I. or the word "Ductile", When mechanical joints are installed in areas of soil or groundwater contamination by organic compounds the gaskets shall be Nitrile Buna N. 15-3.0205 Fittings All fittings shall be ductile iron, have a pressure rating of 350 psl, and shall be manufactured and tested in accordance with AWWA standard C153 for compact fittings sized four inch (4") to 24 inch inclusive except that the plain end shall be beveled. Ductile iron MJ full body fittings per AWWA C110 may be used. Fittings shall be USA made only. Swivel joint (anchoring) tees and spools are approved for appropriate connections such as to valves, fittings, and fire hydrants. 15-3.0206 Valves 15-3,02061 Gate Valves (4" -- 24") All gate valves shall be resilient seat typo and shall conform to AWWA C509 or C515 and may include Clow, Kennedy, Mueller, American Flow Control or approved equal with a working pressure rating of at least 250 psi, and be tested to a minimum of 500 psi. Valves shall be USA made only. All gate valves shall be standard design, with cast iron or ductile iron body, resilient seat per AWWA C509 or C515, and non -rising stems with "o" ring stuffing box. Valve stems two inch (2") square (at base) shall be of bronze. All valves shall turn right to open, with an operating nut. All valve assembly bolts and nuts are to be stainless steel. Page - 3 15-3,02062 Butterfly Valves (16" — 24") Butterfly valves shall conform to AWWA C504. The butterfly valves shall be class 150B (minimum) with consideration for water main pressure testing, Butterfly valves shall be for buried service with mechanical joint connections per AWWA C111 and manual two inch (2") nut operated sealed worm gear or traveling nut actuator. All exposed halve assembly bolts and nuts shall be stainless steel. The butterfly valves shall be assembled in the USA and shall be Clow, Pratt, Mueller, DeZurik or approved equal. 15-3.02063 Backflow Prevention See City of Dubuque, City ordinance Title 13 Public Utilities, Chapter 1: Miele D. Cross Connection Control'. 3.0207 Valve Boxes Furnish and install' standard slip type cast Iron valve boxes on all gate and butterfly valves. Valve boxes shall have a five and one -quarter -inch (5-1/4') inside diameter, a drop lid marked "WATER", and provide at least six inches (6") of adjustment above and below the height required for the water main depth of cover. Valve boxes for four inch (4") through 12 inch, gate valves and for 16 inch through 24 inch butterfly valves shall be Tyler Union 6855 Series or USA made approved equal: A typical valve box would be the Tyler Union 666A (26T+24B+#60 Ext) for four inch (4") to 12 inch gate valves at 5,5 feet of water main cover. Alternate box numbers or combinations may be required for larger gate valves and for butterfly valves and for different depths of cover. All gate valve boxes shall be installed with a Valve Box Adaptor I by Adaptor, Inc. or approved equal. All butterfly valve boxes shall be installed w th a Butterfly Valve Adaptor by Adaptor, Inc. or approved equal. 15-3,0208 Fire Hydrants 15-3.02081 Fire hydrants shall be manufactured and tested in accordance with AWWA standard C502. The manufacturer and model of hydrant used for water main construction Is determined by the Water Department, and includes the following: Clow Medallion, Kennedy K-81D Guardian, Mueller Super Centurion or approved equal. Fire hydrants shall be USA made only. 15-3,02082 The hydrants shall have a five and one -quarter -inch (5-1/4") valve opening, with a six inch(6") mechanical joint connection for a bury depth of six feet (6'), one (1) four inch (4") pumper nozzle and two (2) two and one -half -inch (2-'/2") hose nozzles with National Standard thread. Nozzle caps shall have a tapered square operating nut, Hydrants must open to the right and have a tapered square operating nut. The operating nuts shall have a seven - eighths -inch (7/8") top and one inch (1") base, Hydrants shall have a corrosion resistant drain port in the base per AWWA C502. All hydrant assembly bolts and nuts that are underground shall be stainless steel. 15-3,02083 All six inch (6") hydrant leads shall be thickness Class 52 DIP, Page - 4 15.3-0209 Corrosion Control 15-3.02091 All ductile iron water mains shall be protected from corrosion using a polyethylene encasement blue in color. Polyethylene shall be a minimum of eight (8) mils in thickness and have a minimum tensile strength of 1200 psi. 15-3.02092 Polyethylene installation shall conform to Methods A, B, or C as stated In AWWA C105, 15-3.02093 All buried valves and fittings shall be polyethylene wrapped as required for DIP water main. Do not poly wrap hydrant base/shoe. 15-3.0210 Thrust Restraint 15-3,02101 Thrust blocking concrete mix shall be Iowa DOT Class C ready mix concrete. 15.3-02102 Threaded steel rods shall he three -quarter -inch (W) in diameter. Rods, nuts, and accessories shall be made of high strength low alloy steel (HSLA i.e. Corten) or stainless steel. 15-3,02103 Movement can be prevented by Installing wedge type retainer glands rated for use on the class of ductile iron pipe being installed. All retainer glands shall comply with AWWA standard C111, Retainer glands shall be EBAA Mega Lug or approved equal and made In the USA. 15-3,02104 Retainer gaskets for push -on joints in DIP may be used for thrust restraint. Retainer gaskets shall be Field Lok 350 or McWane Sure Stop 350. Nitrlle rubber is required in contaminated areas. 15-3.02105 Joint restraint in PVC pipe water mains may be by use of wedge type retainer glands on mechanical joints, EBAA 2000 PV or approved equal, PVC push -on joints may be restrained by use of an internal joint restraint system (Eagle Loc 900 or similar) or by use of a joint harness, EBAA Series 1600 or approved equal with HSLA steel thrust rods and stainless steel assembly bolts. Joint restraint shall be USA made, 15-3.02106 Alternate thrust restraint products or systems for water main joints will be considered by the Water Department, 15-3.0211 Bedding Sand Bedding sand or crushed limestone may be used for water main embedment and shall be free of rock larger than three -quarter -inch (3/4") and foreign materials and comply with AWWA C600 or C605, Type 5 Laying Condition plus one foot (1') above the top of the pipe. Crushed limestone gradation must have prior approval of the Water Distribution Division. Page 15-3,0212 Cement Cement shall he of Portland Cement, complying in all respects with the requirements as set forth in the latest designation of ASTM C-150. 15-3.0213 Crushed Stone Crushed stone may be required for DIP or PVC pipe embedment in wet trenches and shall be Iowa DOT special backfill per IDOT Section 4132.02 or an alternate material approved by the Water Department, 15-3.0214 Encasement for Water Main 15-3.02141 Water lines to be installed beneath existing or proposed structures, existing pavements, and railroad tracks shall be encased with steel pipe having welded joints, a minimum yield strength of 35,000 psi, and an Inside diameter six Inches (6") to eight inches (8") larger than the outside diameter of the water main bells The thickness of the steel pipe encasement shall be determined by referencing the following table (unless other applicable requirements specify heavier casing): 15-3.02142 15-3.0215 Tracer Wire 15-3,02151 A tracer wire shall be installed for all DIP and PVC pipe water main. The tracer wire shall he 10 gauge stranded copper wire with 30 mll polyethylene insulation In a red color. Nominal Casing Wall Thickness far Highways/Streets Wall Thickness for Railroads Diameter` 8" — 12" 0.250" 0.250" 14" 0.250" 0.281" 16" 18" 0.250" 0.281" 0.250" 0.312" 20" 0.312" 0.344" 24" 0.312" 0.406" 30" 0.375" 0.469" 36" 0,500" 0.532" 42" 0.500" 0.563" 48" 0.625" 0.625" Casing spacers of stainless steel with polyethylene glides and casing end seals (Cascade or approved equal) are required on each encasement. Spacer intervals shall comply with the manufacturer's recommendations. Page - 6 The tracer wire shall be taped to the water mains at 15 foot intervals and looped up from the main to inside a tracer wire access box. The City must be able to successfully perform a continuity test on the tracer wire for the purpose of locating the water mains before final acceptance of the construction. 15-3.02152 Tracer wire access boxes shall be installed adjacent to fire hydrants and other locations as required by the Water Department. The tracer wire access boxes shall be Valvco Figure #TWAB or approved equal with "WATER" indicated on the lid. 15-3.0216 Cast Couplings 15-3.02161 Couplings may be used for connecting to existing water mains or as approved. Couplings shall be straight or transition (for large O.D. sand cast pipe) with body and glands of epoxy -coated ductile iron and stainless steel bolts and nuts. Cast couplings shall he USA made Romeo Macro or Style 501, Cascade Omega, or approved equal, 15-3.0217 Monitoring Manhole for Underwater Crossings 15-3,02171 Monitoring manholes for underwater stream crossings shall comply with IDNR requirements, The pipe passing through the manhole shall include a valve, flanged pipe, three -quarter -inch pipe taps with saddles, and corporation stops. 15-3.02172 The monitoring manhole shall have an inside diameter of at least four feet (4') larger than the water main Q.D. (e.g. five feet (5') for eight inch (8") main). The manhole construction shall comply with City sewer specifications including an integrally precast base, gasket joint sidewall, A-Lok pipe connections (two feet (2') above the base), plastic steps, cone or flat top, and cast iron frame and cover bolted to the top unit. The valve shall be a resilient seated gate valve for mains up to 12 inch and may be a gate or butterfly valve for larger water mains. Valves shall comply with these specifications except that the ends shall have 125 pound flanges and shall have a hand wheel operator. The piping in the manhole shall be Class 53 DIP with a flanged by plain end segment on one side of the valve and a plain end by plain end DIP segment with an EBAA or approved equal flange adapter at the valve, Flanged pipe shall be connected to water main with MJ sleeves or cast couplings. Within the manhole on each side of the valve, a three -quarter -inch (3/n") tap shall be made on the top of the DIP. A tapping saddle (Smith Blair 317, Cascade, or equal), an AWWA thread inlet by internal or external thread NPT outlet corporation stop (McDonald 3128B/3148B, or equal), and brass plugs or caps shall be installed for the corporation stop outlet. The manhole shall be drained with a two inch (2") or larger pipe to the ground surface and the end screened (SST) if possible. Page - 7 Otherwise a sump shall be constructed in the base of the manhole that will allow for placement of a pump or suction line. 15-3.03 Excavation and Preparation of Trench 15-3,0301 General The Contractor shall excavate all pipe trenches to provide a minimum cover of five and one -halt feet (5-1/2')above the top of the water main, or as otherwise shown in the contract documents or directed by the Water Department. Whenever the Contractor excavates below the elevations required for the barrel of the pipe, the Contractor shall backfill the trench with crushed stone or sand tamped in place at no additional cost to the City, Whenever the Water Department deems it advisable to explore or excavate ahead of the trenching to determine the location of existing underground structures, the Contractor shall make such excavations and explorations at no additional cost, unless otherwise provided in the contract documents. If any unexpected obstruction is encountered during the progress of the work, the Water Department may order a deviation from the established elevations or alignment or make other changes necessary to overcome the obstruction. Changes in alignment will not be basis for extra payment; however, elevation changes exceeding one foot (1') will be compensated as outlined in these specifications. Any existing structure encountered which requires temporary removal, support, or other maintenance while construction proceeds shall be adequately protected and maintained so that it is not damaged in any way, The Contractor shall do all clearing necessary for access, stringing of pipeline materials and construction of the pipeline and appurtenant structures. In areas which are to be seeded or sodded, the Contractor shall remove and stockpile sufficient topsoil (if present) to a minimum depth of four inches (4"), Topsoil shall be free from trash, debris, and surface vegetation more than six inches (6") in height. After all other work has been completed In each area; topsoil shall be placed and graded to the satisfaction of the Water Department. The ground shall be excavated in open trenches except where encasing or tunneling is indicated in the contract documents or Is considered necessary or proper by the Water Department, to the width and depth necessary for the proper construction of the water main and appurtenances according to the contract documents. The trench shall be dug only as far in advance of the pipe laying that is necessary to expedite the work. All work must be done in a dewatered trench and the Contractor shall provide and maintain adequate dewatering equipment to remove and dispose of all surface and ground water entering excavations, trenches or other parts of the work. All excavated material shall be piled within the construction limits or in a location obtained by the Contractor and approved by the Water Department in a manner that will not endanger the work and that will avoid obstructing sidewalks, driveways and fire hydrants. Gutters shall be kept clear or other satisfactory provisions made for street drainage at all times. Page - 8 15-3.0302 Tr eh Bottom & Bedding 15-3.03021 All DIP water mains shall be laid on four inches (4") of sand or crushed limestone that are free of rock larger than three -quarter - inch (3/4") and foreign material. The bed shall be slightly rounded to provide uniform and continuous hearing and support for the pipe at every point between bells. Bell holes shall have sufficient depth to insure an even bearing of the main body of the pipe, avoiding and bearing directly on the bell joints, DIP water main may be embedded in native soil if it is granular in the opinion of the Water Department. -3.03022 All PVC shall be laid as required for DIP unless cru specified in the contract documents. 15-3.03023 Elevation of the bottom of the trench shall be checked before pipe laying occurs. 1 15-3.0303 Trench Width hed stone is 15-3.03031 The trench width at the bottom shall be at least two feet (2') plus the outside diameter of the pipe and no more than three feet (3') plus the outside diameter of the pipe, except in rock excavation. 15-3.03032 If the Contractor creates a trench width greater than that specified the Contractor shall be required to alleviate the situation by methods approved by the Water Department. Approved methods may require the Contractor to install pipe with a greater strength than the specified pipe or to upgrade the class of bedding. No extra compensation shall be allowed for any increase in materials or construction costs created due to greater than specified trench width. 15-3.0304 Sheeting and Bracing The Contractor, in order to maintain safe working conditions in compliance with the Federal Occupational Safety and Health Administration and State regulations, to confine their work within the construction limits, and to prevent the disturbing or settlement of adjacent road surfaces, curbs, foundations, structures, fences, walks, utility lines or railroad tracks, shall furnish all sheeting and bracing which may be necessary, including safety boxes. The Contractor shall be responsible for the placement of the sheeting and bracing and for its strength and sufficiency, Any damage to the work under contract or to adjacent structures or property caused by settlement, water or earth pressures, slides, cave -Ins, or other factors due to failure or lack of sheeting and bracing, or improper bracing, shall be repaired by the Contractor. All sheeting and bracing, unless otherwise specified, shall be installed and removed from the work site at no additional compensation. Metal sheeting or bracing may he left in place in the trench if written approval is obtained from the Water Department. Any sheeting or bracing left in place shall be cut off approximately two feet (2') below the final ground level and the cut-off portion removed. Page - 9 The Contractor shall receive no compens place. 15 3.0305 Rock Remove Wherever the word "rock" appears in these specifications, it shall include granite, trap, quartzite, chert, limestone, sandstone, hard shale, or slate in natural ledges or displaced masses. It shall also include rock fragments or boulders larger than one-half (1/2) cubic yard when their size, number, or location prevents them from being handled in a manner consistent with normal backhoe excavation. Material which can be removed by the use of backhoe frost teeth shall be pald for at the rate of fifty percent (50%) of the cost of rock removal tion or sheeting and bracing left in Should rock be encountered In the excavation, it shall be removed by blasting, jackhammer, hoe -ram or otherwise. Where blasting is utilized, the excavation shall be carefully covered to prevent danger to life and property. The Contractor, prior to blasting, shall secure a City permit and any additional insurance required. No blasting shall he done by the Contractor until the necessary cross -sections of the top of the rock have been talcen, If, In theevent rock excavation Is a'separate bid item, the following basis of payment will be used. The measurements for rock will `bea width equal to 12 inches greater than the outside diameter of the pipe to be installed. Measurement for depth will be six Inches (6") below the bottom of the outside of the pipe. No allowance will be made for rock excavation in excess of the above limits. If rock is not anticleated er is not a separate bid Item, but is encountered, payment will be made at $50,00 (or as otherwise approved by the Water Department) per cubic yard as measured above. Before pipe laying occurs, all irregularities of the rock are to be filled with suitable granular material compacted into place and the bottom of the trench brought to the proper elevation. Furnishing and placing of the granular material shall be paid for at the unit price for bedding stone, if indicated In the contract documents. 15-3.0306 Dewatering All water entering the excavations or other parts until all the work has been completed: Sanitary se disposal of trench water. 04 Installation and Backfilling 15-3.0401 Inspection, Handling, and Storage All pipes and appurtenances are subject to inspection by the Water Department al the point of delivery. Material found to be defective due to manufacture or damage in shipment shall be rejected and removed from the job site, AN pipe, fittings, valves, hydrants, and accessories shall be loaded and unloaded by lifting with hoists or skidding to avoid shock or damage. Materials, if stored, shall be kept safe from damage. The interior of all pipe, fittings, and other appurtenances shall be kept free from dirt and foreign matter at all times. the work shall be removed ers shall not be used for the Page - 10 15-3.0402 Line and Elevation Unless otherwise indicated in the contract documents, it is anticipated that the Design Engineer will provide the Contractor with line and elevation stakes set on the natural ground surface. It shall be the Contractor's responsibility to transfer the line and elevation to the bottom of the trench. It shall be the Contractor's responsibility to protect the original line and elevation stakes set by the Design Engineer. Should the stakes become destroyed or damaged; the cost of their replacement will be at the Contractor's expense. 5-3.0403 Pipe Laying and Assembly Laying of pipes shall commence at the lowest point so the spigot ends point downhill. Proper methods shall be used for handling and placing pipe to prevent damage to materials and coatings and linings and to avoid unnecessary disturbance of bedding surface In trench bottoms. Each pipe shall be laid on an even, firm bed so that no uneven strain will come on any pipe, and particular care shall be exercised to prevent the pipe from bearing on the Joints. Bell holes for bell -and -spigot pipe shall he dug at each joint. The bell end of all pipes shall he laid up -grade. Wood or concrete blocks or bricks shall not be used to support the pipe or to adjust the final elevation of the pipe. The interior of the water main shall, as the work progresses, be cleared of all dirt, jointing material, and superfluous materials, Pipe shall be joined In strict accordance with the manufacturer's recommendations. On 24 inch pipe, pressure must be applied to each pipe as it is laid by a winch and cable or other mechanical means to insure that the spigot is home in the socket. When pipe laying Is suspended for any reason, watertight plugs or caps shall be placed in/on the end of the pipe. Open ends of pipes and fittings shall be effectively sealed. Before laying any ductile iron pipe, all lumps, or blisters from excess asphaltic coating shall be removed from the bell and spigot end of each pipe. The outside of the spigot and the inside of the bell shall then be wiped clean and dry, The pipe ends shall he kept clean until all joints are made. The cutting of pipe for inserting valves, fittings, or closure pieces shall be done in a neat manner without damage to the DIP or PVC pipe or cement lining in DIP and so as to leave a smooth end at right angles to the axis of the pipe. Pipe ends shall be rounded or beveled per the manufacturer. The flame cutting of DIP by means of an acetylene torch will not be allowed. Pipe shall be handled properly. Materials must at all times be handled with care to prevent damage. Under no circumstances will pipe be dropped or damaged. Hook ends shall not be used for installing or removing pipe. Equipment forks shall not be inserted into the pipe for lifting or moving activities. The gasket and/or gasket seat inside the bell shall be wiped clean with a cloth. The gasket shall be placed in the DIP bell according to the manufacturer's direction. Page - 11 15-3.04031 The embedment requirement for PVC water mains shall be in accordance with AWWA Standard C605 for "Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes and Fittings for Water". Embedment shall be Type 5 plus 12 inches of granular material above the bp of the pipe. 15-3.0404 kiackfill Around Pipe The Contractor, unless otherwise approved by the Water Department, shall not backfill water mains until elevations, alignment, and the pipe joints have been checked and inspected by the Water Department or designee. Unless otherwise approved, all trenches and excavations shall be backfilled as soon as is practically possible, and the work shall be prosecuted expeditiously. .04041 All water main, as soon as laid, shall have the space between the pipe'' and the sides of the trench filled and thoroughly compacted by hand in six inch (6")"lifts up to a level of 12 inches above the top of the pipe with sand or crushed limestone unless other material is required. Haunching and initial backfilling from the bottom of the pipe to one foot (1') above the pipe shall be carefully placed and 'compacted to provide side support to the pipe. Hauiching and initial backfill from the bottom of the pipe to '12 inches above the top of the pipe may be placed with native sail if it is granular in the opinion of the Water Department. .0405 Backfill General All backfill material shall be subject to the prior approval of the Water Department. If the material excavated constitutes unsuitable backfill, in the opinion of the Water Department, the Contractor shall provide, unless otherwise stated, acceptable backfill material, or dry and replace the unacceptable material at their expense. No frozen material shall be used for backfilling. All surplus excavated material which is not used in backfilling shall be loaded and disposed of by the Contractor at their expense. 15-3,0406 Compaction 5-3.04061 The compaction required in streets, alleys; sidewalks, driveways, around structures or within five feet (54) of pavement edges shall be ninety-five percent (95%) of standard Proctor density from one foot (1') above the top of the pipe to the finished surface or street base, individual lifts shall not exceed 12 inches loose thickness. Moisture content shall be between minus one percent (1%) and plus three percent (3°/b) of optimum. The compaction required at all other areas shall be eighty-five percent (65%)' of standard Proctor density from one foot (1') above the top of the pipe to the finished surface or street base. individual lifts shall not exceed two feet (2'). 15-3,04063 In the case where a separate item is included in the bid proposal to cover any unsuitable back fill 'material, the cost of the backfill shall not include any compaction. The compaction shall be included with the unit price of the pipe. 15-3.04062 Page - 12 15-3.0407 Deflection of Joints 15-3.04071 When it is necessary to deflect ductile iron pipe from a straight line in either the horizontal or vertical plane, the amount of push -on joint deflection shall not exceed that recommended by the Ductile Iron Pipe Research Association (DIPRA), as indicated in Tablet The deflections listed are maximum deflections and should not be exceeded based on joint manufacturer's recommendations. For design purposes, deflection should be limited to 80 percent (80%) of the values shown, Mechanical joint deflections shall not exceed the recommendations of DIPRA, as indicated in Table 2. TABLE 1 — PUSH.ON JOINT DEFLECTION Nominal Pipe Size Maxirnum Offset (Inches) For 18' Length Pipe Approx. Radius of Curve For 18' Length Plpe 4" 19„ 205' 6" 1 g" 205' 8" 19" 205' 10" 19" 205' 12" 19" 11" 205' 16" 340' 20„ 11" 340' 24" '11" 340' TABLE 2 — MJ DEFLECTION Nominal Pipe Size Maximum Offset For 18' Length Pipe Approx. Radius of Curve For 18' Length 4" 31" 125' 6" 27" 145' 8' 20 10" 20" 195' 12" 20" 195' 16" 20" 13.5" 285' 11" 340' 24" 9" 450' 15-3.04072 The joints in PVC pipe shall not be deflected. PVC water main shall be laid straight between bends. Do not deflect PVC pipe. Page -13 15-3,0408 Valves and Fittings Prior to installation, valves shall be inspected for direction of opening, number of turns to open, freedom of operation, tightness of pressure -containing bolting and test plugs, cleanliness ofvalve ports (especially seating surfaces), handling damage and cracks, Defective valves shall be corrected or held for Inspection by the Water Department, Valves shall be closed before being installed. 3.04081 Valves fittings, plugs and caps shall be set and joined to the pipe in the manner specified herein. Valves should be provided with special support, such as crushed stone so that the pipe will not be required to support the weight of the valve, 3.04082 A valve box shall he provided and installed for every valve, except at stream crossing monitoring manhole. 5-3.04083 The valve box shall not transmit shock or stress to the valve and all be centered over the operating nut of the valve, with the box cover flush with the surface of the finished area or such other level as may be directed by the Water Departinenr A valve vault, for surface water crossing monitoring manhole designed to prevent loads onto the pipe, shall be provided when shown on the drawings or required in the contract documents, 04085 In no case shall valves be used to bring misaligned pipe into alignment during installation, Pipe shall be supported in such a manner as to prevent stress on the valve. All dead ends on new mains shall be closed with plugs or caps that are suitably restrained to prevent blowing off under test pressure, If a valve precedes the plug or cap, it shall also be restrained against blowing off. All dead ends shall be equipped with suitable flushing facilities; .0409 Fire Hydran 15-3,040991 Hydrants shall be located as shown or as directed and in a manner to provide complete accessibility, and also in such a manner that the possibility of damage from vehicles or injury to pedestrians will be minimized. When placed behind the curb, the hydrant barrel shall be set so that no portion of the pumper or hose nozzle cap will be less than 12 inches from the back of curb unless otherwise approved by the Water Department, When set in the lawn space between the curb and the sidewalk, or between the sidewalk and the property line, no portion of the hydrant or nozzle cap shall be within six inches (6") of the sidewalk, 15-3.04092 All hydrants shall stand plumb and shall have their nozzles parallel with or at right angles to the curb, with the pumper nozzle facing the curb, Hydrants shall be set to the established elevation, with the breakaway flange two inches (2") above the ground surface, or as approved by the Water Department. 15-3.04093 Fire hydrants shall be placed on a concrete stab four inches (4") thick, to prevent the hydrant from settling. Fire hydrants shall be Page - 14 15-3.04010 backfilled with one inch (1") clean crushed stone to a height of three feet (3') above the bottom of trench and for the width of the trench, in accordance with AWWA C600. A layer of plastic shall be placed between the clean stone and earth backfill. Do not place poly wrap around the hydrant base/shoe connection to the lower barrel. Thrust Restraint 15-3.040101 Thrust restraint is required for all horizontal and vertical bends, dead ends, tees, crosses, fire hydrants, valves, reducers, etc, Project specific thrust restraint design and details shall be provided by the water main Design Engineer (P.E.) for review by the Water Department. Wood blocking will not be allowed as thrust blocking. The use of Joint restraint is the preferred method of thrust restraint. The use of concrete reaction blocking shall be minimized, Thrust restraint shall consider the pipe material, the water main appurtenance being restrained, the water main size(s), the soil type, the AWWA laying condition, the depth of bury, and a 1.5 safety factor. 15-3.040102 Concrete reaction blocking shall be placed between solid ground and the fitting to be restrained. The area of bearing on the pipe and on the undisturbed sell in each instance shall be as determined by the water main Design Engineer. The blocking shall, unless otherwise shown or directed, be so placed that the pipe and fitting Joints will be accessible for repair. The concrete shall be allowed a minimum 24 hour cure time before charging the line. 15-3.040103 Metal tie rods of adequate strength to prevent movement may be used instead of concrete backing, as approved by the Water Department. 15-3.040104 Thrust restraint with metal rods and lugs or eyebolts, retainer glands, or gaskets is required on all vertical bends, fire hydrant branches, repairs, elbows, between the tee and valve on temporary stubs and other locations as determined by the water main Design Engineer. 15-3.04'11 Surface Water Crossing Above -Water Crossings: Above -water crossings will be considered by the Water Department only for special circumstances. If above -water crossings are permitted, the pipe shall be adequately supported and anchored;_ protected from vandalism, damage, and freezing; include expansion allowance as necessary; and be accessible for repair or replacement. Underwater Crossings: Water main crossing under a waterway shall be encased with concrete equal to or greater than what is used for concrete reaction blocking or may be encased with crushed stone and protected with riprap. Page - 15 Water main crossing a waterway with a water surface wider than 15 feet shall be of DIP with flexible restrained watertight joints and shall be installed in a stone or concrete encasement as follows: 15-3,04111 Minimum cover shall be five feet (5') below stream bed unless othenvlse approved by the DNR and Water Department. The water main shall be secured to prevent movement of the pipe and provided with easily accessible shutoff valves located outside of the floodway at each end of the crossing to allow for isolation, testing, or repair. One flanged valve shall be placed in a manhole closest to the water source for monitoring the crossing pipe, 15-3.04112 Two (2) permanent valved taps shall he placed in the DIP on each side of the flanged valve in the manhole to allow installation of a water meter to determine leakage and obtain water samples, Stream crossings shall comply with IDNR requirements. 15-3,04113 Surface water crossings must comply with current U.S, Army Corps of Engineers Section 404 perrnit requirements and IDNR Flood Plain Development permit requirements. Temporary fills must consist of materials, and be placed iri a manner, that will not be eroded by expected high stream flows, Temporary fills must be removed in their entirety and affected areas returned to pre - construction elevations, The areas affected by temporary fills must be re -vegetated and stabilized, as appropriate, Immediately upon completion of the water main crossing of each water -body. The water main trench cannot be constructed or backfilled in such a manner as to drain waters of the United States (e.g. backfilling with extensive stone layers, creating a French drain effect). Wetlands must be preserved and/or restored, Surplus excavation material must be removed from the flood plain and disposed of properly, 15-3.0412 Protection of Water Supplies 15-3.04121 Horizontal Separation of Water Mains from Gravity Sewers Water mains and sewers generally shall be separated by a distance of at least 10 feet horizontally. If such lateral separation is not possible, the bottom of the water main shall be at least 18 inches above the top of the sewer and the water main placed in a separate trench or in the same trench on a bench of undisturbed earth at a minimum horizontal separation of three feet (3') from the sevver. When it is impossible to obtain the required horizontal clearance of three feet (3') and the vertical separation of 18 inches, the sewer must be replaced with DIP meeting all requirements as set forth in these specifications for water main. However, a linear separation of at least two feet (2') shall be provided. 15- .04122 Separation of Water Mains from Sewage Force Mains Water mains shall be separated from sewage force mains by a horizontal distance of at least 10 feet unless the following Page - 16 conditions exist. The Force main is constructed of material meeting all requirements as set forth in these specifications for water main and the water main is laid at least four lineal feet from the sewage force main. 15-3,04123 Separation of Water Main and Sewer Crossovers Vertical separation of water mains crossing over any sanitary sewer shall be at least 18 inches when measured from the bottom of the water main to the top of the sewer. If physical conditions prevent this separation, then the water main shall not be placed closer than 6 inches above a sewer or 18 inches below a sewer. The separation distance shall be the maximum feasible in all cases, Where the water main crosses less than 18 inches above or crosses below a sewer, one full length of water pipe shall be located so both joints are as far as possible from the sewer. The water and sewer pipes must be adequately supported and have water tight joints. A lower permeability soil shall be used for backfiil material within a 10 foot radius from the point of crossing. 15-3.0412.4 Separation of Sewer Manholes No water pipe shall pass through or come In contact with any part of a sewer manhole. A minimum horizontal separation of 10 feet to the manhole exterior shall be maintained. 15-3,04125 Exceptions Should physical conditions exist such that exceptions to Section 15-3.0412 of these specifications are necessary, the Water Department must provide a course of action that will provide equal protection to the water supply as outlined in Sections 15-3,04121, 15-3.04122, 15-3.04123 and 1.5-3,04124, 15-3.0413 Tapping of Water Main 15-3.04131 Any size water tap shall only he installed by employees of the Water Department, No employee will enter a trench or other excavation to install a corporation stop, saddle, make repairs, or perform other related duties until the excavation is secured by sloping, shoring, or other means recognized and in accordance with the Occupational Safety and Health Administration Standards. The Water Department will furnish all material and labor necessary to perform water taps, and the cost of all materials and labor will be reflected in the price of the water connection permit. 15-3.4132 All service line connections to PVC water main shall be made by the Water Department In accordance with recommendations of AWWA C605. Service saddles for PVC pipe shall provide full circle support and be sized exactly to the pipe outside diameter. Sealing gaskets shall be the appropriate rubber and straps shall be stainless steel or cast brass. Page - 17 15-3,0414 Disinfecting Water Mains 15-3,04141 General The disinfecting of water mains shall be done in conformance with AWWA C 651. Precautions shall be taken to protect the interiors pipes, fittings and valves against contamination. All openings in the pipeline shall be closed with watertight plugs vhen the pipe laying is stopped at the close of the day's work or during break periods. If dirt enters the pipe that will not be removed by flushing operations in the opinion of the Water Department, the interior of the pipe shall be cleaned by mechanical means and then webbed with a one percent (1%), hypochlorite disinfecting solution. Page 15-3.0415 Methods of Chlorination 15-3.04151 During construction, calcium hypochlorite granules shall be placed in the upstream end of the first section of pipe, at the upstream end of each branch main, and at 500 foot intervals, The quantity of granules shall be as follows: Pipe Diameter Calcium Hypochlorite Granules, Oz. 4" 1.7 6" 3.8 8" 6.7 10" 10.5 12" 15.1 14" and larger DxDx15,1 D= pipe dia ii 15-3.04152 Tablets may be used in place of granules. The quantity of tablets (3.25grams available chlorine per 5 gram tablet) shall be as follows: Pipe Diameter Inches No. 5-gram Tablets 18 ft. len+th 20 ft, len.th 4 1 1 6 8 2 10 3 12 16 4 6 4 Other Sizes Consult AWWA C651 The tablets may be attached to the inside top of the pipe with a food -grade adhesive applied to the broad -side of the tablet. An additional tablet shall be placed in each hydrant, hydrant branch, and appurtenance. Tablet use must provide for uniform chlorine concentrations in the water main. 15.3.04153 When installation has been completed the main shall be filled with water at a rate such that water within the main will flow at a velocity no greater than one foot (1') per second. Precautions shall be taken to assure that air pockets are eliminated. This water shall remain in the pipe for at least 24 hours, If the water temperature_ is less than 40° F, the water shall remain in the pipe for at least 48 hours. Valves shall be positioned so that the strong chlorine solution in the main being treated will not flow into water mains in active service. 15-3, Alternate methods as described in AWWA C651 may be utilized by the Contractor and in some applications may be preferred and required by the Water Department. 04154 Page - 19 15-3.0416 Final Flushing After the applicable retention period, the heavily chlorinated inated water shall be flushed from the main until chlorine measurements show that the concentration in the water leaving the main is no higher than generally prevailing in the system or is acceptable for domestic use: The environment to which the chlorinated water is to be discharged shall be inspected and if there is any question that the chlorinated discharge will cause damage to the environment, then a reducing agent shall be applied to the discharged water to neutralize the remaining residual chlorine, Water main flushing may only be done by employees of the Water Department, The City will provide proper chlorine neutralization or may discharge to sanitary sewer,' 15-3.0417 Bacteriological Tests After final flushing and before the water main is placed into service, two (2) consecutive sets of acceptable samples, taken 24 hours apart, shall be collected from the new main: At least one (1) set of two (2) samples shall be taken from every '1200 feet of the new water main, plus one set from the end of the line and at least one set from each branch. Samples shall be tested for bacteriological quality in accordance with Standard Methods and shall show the absence of coliform organisms: Samples for bacteriological analysis shall be collected in sterile containers and treated with sodium thiosulfate as required by Standard Methods, No hose or fire hydrant (if possible) shall be used for sample collection. Employees of the water Department will collect disinfection samples and submit them for testing at no cost to the water main Contractor. 15-3.0418 Re -disinfection If the initial disinfection fails to produce satisfactory bacteriological samples, the main may be reflushed and shall be resatnpled and tested again. If check samplesshow the presence of coliform organisms, then the main shall be re - chlorinated by the contractor using the continuous feed or slug method or chlorinated as prescribed in AWWA C651 until satisfactory results are obtained. 15-3,0419 Disinfection Procedures when Cutting into or Repairing Existing Mains 15-3,04191 When an old main Is opened, either by accident or design, the interior of all pipe and fittings: used in making the repair or connection shall be swabbed or sprayed with ono percent (1%) hypochlorite solution before they are installed. .04192 Thorough flushing is the most' practical means of removing contamination introduced during repairs or connection, If valve and hydrant locations permit, flushing toward the work location from both directions is recommended. Flushing shall be started as soon as the work is completed and shall be continued until discolored water is eliminated, Page - 20 15.3.04193 Two (2) bacteriological samples shall be taken after the work is finished to provide a record by which the effectiveness of the procedures used can be determined. if positive samples are recorded, daily sampling shall be continued until twa (2) consecutive negative samples (24 hours apart) are recorded. 15-3.0420 Air Relief Facilities Water mains shall be laid to avoid high points where air can accumulate. When high points occur, measures shall be taken to remove the air when the main is initially filled with water. Air relief valves shall be located at all high points where air can accumulate. Automatic air relief valves shall not be used in situations where flooding of any manhole or chamber can occur. The open end of an automatically operated air relief valve discharge pipe shall be covered with sixteen (16) mesh or finer corrosion resistant screen and terminated in a down -turn position at least one foot (1') above ground elevation. The open end of a manually operated air -relief valve discharge pipe shall be extended to no less than six inches (6") from the top of any manhole or chamber. 421 Chambers Chamber, pits, and manholes containing valves, blow offs, meters, or other such appurtenances to a distribution system shall not he connected directly to any storm drain or sanitary sewer, Likewise, no device in these structures shall be connected directly to any sewer, Chambers shall drain to the ground surface, when possible, providing the chamber is not subject to flooding. Underground absorption may be used when draining to the surface cannot be provided, if conditions are suitable, otherwise a sump shall be installed. 15-3.0422 Repair and Transition Couplings Repair and transition couplings will be utilized to join two spigot ends of watermain pipe together (see 15-3.0216), 15-3.05 Pressure Testing and Leak Detection Pressure and leakage testing shall conform to AWWA C600 or C605. The pressure test shall consist of complete filling of the section of main under observation and pressurizing with water applied by means of a pump connected to the pipe in a satisfactory manner. The pump, pipe connection, and all necessary equipment for testing shall be furnished by the Contractor. Unless otherwise specified, tests shall provide a hydrostatic pressure of a least one and one-half (1,5) times the normal operating pressure at the point of testing. The duration of the test under the specified pressure shall be at least two (2) hours. The test pressure shall not vary by more than plus or minus 5 psi for the duration of the test, No pipe installation will be accepted if the leakage is greater than that determined by the following formula: L , SDV7 148,000 Page - 21 Where L is the allowable leakage, in gallons per hour; S is the length of pipe tested, in feet; D is the nominal diameter of the pipe, in inches; and Pis the average test pressure during the leakage test, in psi, Before applying the specified test pressure, all air shall be expelled from the pipe by means of taps located at the points of highest elevation or as necessary. Water main taps for air release are discourage, other suitable permanent air release means shall be utilized (i.e, fire hydrants, or permanent an release facilities as approved by the Water Department). If taps on top of the pipe are approved by the Water Departmentthe taps are to be made by the Water Department and paid for by the Contractor. Said taps shall afterward be tightly plugged, After the required pressure has rn obtained, ail exposed joints shall be carefully examined. The Contractor shall provide suitable means of determining the quantity of water lost by leakage under the specified test pressure. No pipe Installation shall be accepted until this leakage is less than 10.49 gallons per twenty-four (24) hours per inch of diameter per mile of pipes Unless,atherwise approved by the Water Department, water mains shall be tested in lengths of leas than 1,000 feet, Leakage shall be defined as the quantity of water to be supplied to the newly laid pipe necessary fo maintain specified leakage test pressure after the pipe has been filled with water and air expelled. Water will be made available without charge to the Contractor by the Water Department for testing the water main, in accordance with AWWA C600 and C605, 15-3,06 Completion of the Water Main Project After water main installation is completed, It shall be the responsibility of the Contractor to ensure that all valves closed during construction are reopened and that valve boxes are raised to ground/street surface elevations. 15-3.07 Water Servic The wafer service items shall comply with the City of Dubuque, City Ordin under the Utility Section, Article III, Water: 15-3.08 Method of Measure t Unless otherwise stated in the contr men documents the following shall apply: A. Water Main: The linear feet of'each size of water' mainshail be the actual length measured. Deductions will be made from the measured length for valves and other appurtenances, Fittings, Valves, Hydrants, and Other Appurtenances: Each valve, hydrant, or other appurtenance will be measured as a single unit. This shall be full payment for materials, equipment, excavation, installation and all Incidental work. C, Coupling Repair: Repair by coupling installation will be measured as a single unit, This shall be full payment for materials, equipment, excavation, installation, and all incidental work. Page - 22 D. Water Service Pipe: The linear feet of water service shall be the actual length measured, Deductions will be made from the measured length for valves and other appurtenance. E. Water Service Valve and Other Appurtenances: Each valve or other appurtenance will be measured as a single unit. This shall be full payment for materials, equipment, excavation, installation and all incidental work. 15-3,O9 Basis of Payment A, General: The unit and lump sum prices stated In the contract to be paid for the respective items shall be payment in full for the completion (ready for use and operation) of all work described In the drawings and specifications. B. Water Main: The unit prices as bid shall include the furnishing of all labor and equipment necessary to install the water main in accordance with the plans and specifications. The work shall include all excavating, installing and joining of pipe and fittings, removal and disposal of water, backfilling, sheeting and shoring, disposal of excess excavated material, protection of existing structures and utilities, clean-up and all other operations unless specifically covered by other payment -items included in the contract, When the plans indicate the elevations at which the watermain is to be constructed, and the pipes are laid as indicated in the contract documents or to a changed flowline not lower than one foot (1') below the plan elevations, the contractor will be paid the contract price per lineal foot of water main completed. If it becomes necessary to lower the flowilne by more than one foot (1'), payment for the overdepth excavation will be made as follows: From the original contract price per foot shall be deducted one hundred twenty-five percent (125%) of the cost per foot of pipe, delivered to the work site. The remainder will be considered the contract "price for excavation and laying of pipe", The contract "price for excavation and laying of pipe" shall be divided by the average depth from original ground profile of the total footage of that particular size of pipe shown on the plans, and this quotient considered the "basis excavation and laying price" per foot of pipe, per foot of depth. For depth of excavation for more than one foot (1') below the plan flowline elevation, payment for overdepth excavation will be made in accordance with the following schedule: Page - 23 Over -Depth Excavation Percentage of Basic Excavation and Laying Price 100% 120% For depth of excavation greater than six feet (C'} below plan flow -line elevation, payment will be made as extra work. C. Encased Water Main: The length of encased water main shall be considered as the assembled length inside the pipe encasement with the unit contract price being per linear foot of encased watermain. Unless otherwise indicated in the contract documents, this shall be full payment for materials, equipment, excavation,'inatailation and all incidental work, Excavation,' regardless of nature, will not be measured or paid for separately, but shall be considered as incidental to the encased water main D, Fittings, Valves, Hydrants Other Appurtenances: For construction of valves, hydrants and other water main appurtenances including tracer wire, the contractor will be paid the contract unit price each, for the item indicated, unless otherwise indicated in the contract documents; E, Coupling Repair: Installation of couplings will be paid the contract unit price each, for the item indicated. Unless otherwise indicated in the contract documents' this shall be full payment for materials, equipment, excavation, installation and all incidental work. F. Water Service Pipe: The length of water service pipe shall be considered as the assembled length with the unit contract price being per linear foot of water service pipe, Unless otherwise indicated in the contract documents this shall be full payment for materials, equipment, excavation, installation and all incidental work. Excavation, regardless of nature, will not be measured or paid for separately, but shall he considered as incidental to the water service installation. G. Water Service Valve Boxes and Other Appurtenances; For construction of water service valve boxes and other appurtenances, the Contractor will be paid the contract unit price each, for the item indicated. Unless otherwise indicated in the contract documents, this shall be full payment for materials, equipment, excavation, installation and all incidental work. Page - 24 PLAN VIEW GA IZMV1RV.11liySTAT,Rt NPR VAINH BOX NOT TO SCALP' VALVE BOX LID STANDARD SLIP TYPE VALVE BOX SEE SPECIFICATIONS VALVE BOX ADAPTOR II RESILIENT SEAT GATE VALVE TYPICAL MECHANICAL JOINT FIRE (HYDRANT PER UTILITY STANDARDS ORIENT PUMPER CONNECTION TOWARD STREET TRACER WIRE ACCESS BOX W/2" PVC EXTENSION GROUND SURFACE SAFETY��9 BREAKAWAY c FLANGE CLEAN CRUSHED �{ ROCK TO BE 'v PLACED AT A MIN. DEPTH OF 3' AND A MIN, VOLUME OF 1/3 CU. YD, FOR HYDRANT DRAINAGE COVER STONE WITH POLYETHYLENE 4" CONCRETE SUPPORT BLOCK C LAJ C_) 022 It, 0 C'U7 fJ_Cr- I__4a J 0 It a PICAL FIRE HYDRANT GATE VALVE INSTALLATION DATE: R$VSSED BY: TYPE 5 LAYING CONDITION FIRE HYDRANT INSTALLATION - RESTRAINED JOINTS OR RODDED TO WAIN TRACER WIRE SLIP TYPE VALVE BOX W/COVER AND ADAPTOR 1 NOTE: MIN. COVER OVER TOP OF PIPE TO BE 5-6" —G" RESILIENT SEAT GATE VALVE DxDx6" TEE UNDISTURBED EARTH (TYPICAL) RESTRAINED JOINT TRACER WIRE ACCESS BOX VALVCO OR EQUIVALENT PLAN VIEW IR YDRAN TAPE ATTACHMENT NOT TO SCALE CITY OF DUBUQUE, IOWA OLD HIGHWAY ROAD WATER MAIN CONNECTION LOOP PROJECT LOCATION MAP DESIGN TEAmoritan,,, CITY OF DUBUQUE PROJECT LOCATION DUBUQUE COUNTY THE WA STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SODAS), 2020 EDITION, SHALL APPLY TO THLS PROSECT. TI [EY ARE AVAILABLE ONLINE AT, htlp,//www,lowasudas,org CITY OF DUBUQUE SUPPLEMENTAL SPECIFICATIONS 2020 EDITION, SHALL APPLY TO THIS PROJECT. THEY ARE AVAILABLE ONLINE AT: http://bww4tyoftlubuque.org/DocumenttenterAnewm4872 WATER OltEOPOIMUITUE WATER DIVISION ME KEEPER COLLET DIERIQUE, IOWA. /WI MOOS CRAW OCHLIELLER ELECTRIC ALLIANT ENERGY/NO O0200HAVEM6IWSRt 0us0002,iOWA60222 MENSTOWEIM UTILITIES CALL. woomwooso SEWER CITY Or DUCLIOTTE ENVENOMING DoWON TOTH d cEartms OUSIXOTE loWN. (LOU M9-421C GUS PSIHOYOS GAS MACE HILLS ENERGY MIS CEDAR OW% RC, MELDOUE, 1/4, MVOS 5,35/RES sSIE HIATT MAOLKNETA VALLEY RUMAT CLEC tfiCOMNI MI( ONULTS TELEPHONE CET/TURN LINIC nab UTICA RIDGE TO. 131 it111)0R1111/1 Mtn (MA EMESS2 OREM' MESE WINDEMEAM MAIMUNICACONS T600-EE51001 tWATENESIMEMNINEWEALINOM UTILITIES CABLE TV MEDLACOM TOM ASBURY RD. SIDELICAM IOWA, $16-MTMO3 arm INMAN° DANNLIMontammom tom LODAIMN OF THE UCOFIES SHOWN ON mEse MANS WERE TAKEN FROM FIELD MEASUREMENT& AND WON° PUBLIC RECORDS, THE UTiLMES PRESENT MAY OR MAY NOT OAST AN SHOWN, ALSO, ADDITIONAL FAWNS% MEER THAN THOSE FROWN MAY REPRESENT. // EWA De THE RESPONSWITY OE ANYONE MARINO USE OK THEW MOCUMENTS TOASCERTAM THE ENACT LOCATIFK an rap ELEVATION Or ALLICILITMS THAT MAY SE PRESENT woo- TIM CONSTRUCTION TIMM NO. INDEX 6fT SHEET DESCRIPTION 23059 —06-202 A.01, A.02 A.0.3—A,06 0.01-0,04 C.01—C.07 00,1-00.4 .1,01-102 MWM.01—M SHEET. AEIEIRE1AA71ONS & LEGEND OLD HIGHWAY ROAD EXISTING CONDITIONS WATER MAIN DETAILS NPOES NOTES, EROSION CONTROL PLAN, EROSION CONTROL DETAILS PAVING AND CULVERT REPLACEMENT PLAN TRAFFIC CONTROL NOTES, TRAFFIC CONTROL PLAN WATER MAIN PLAN AND PROFILE SUDAS FIGURES pedal attention sbouierne given to the following II of SUDAS Figures found In the Standard Specifications, Figures maybe modified by the C of Dubuque Supplemental Specification , 2020 Edition. 'NOME DATE NUMBER DATE INLMEER DATE 301 04-17-18 PREPARED BY: CONTACT MOW DESIGN CO. 131 MN SY. MIDIJDUR IOWA (SW 60-2464 •,"''S,P 00°,4,7'4/ 6> e 011115117111Eft 4,r, 0 61 sfjJ emit+ 0 23604 / 0 SI It ATT‘ Moo,„„EmA PROJECT NUMBER: 23059 L 1 KAM 1011111 THAT 11115 ENC110.1111111 00111111EM VMS 0100/34 OT 045 01111011110 CMCCI PER3e4k %WNW mo ntst 1 Au A ANY MENEM PIENESSERAL DETNELS WM TM LAWS OF EIC NATE Os cm DATE 12/31/202T REMEIN OTTE COVER CHRtS 8ECKLIN ORIGIN DESIGN CO 137 MAIN ST. DUBUQUE, IA 52002 V. (563)556-2464 F. (563)556-7811 6. Chr13,BecklInOoNgIndeelgn,corn THE CITY OF D Masterpiece 011 the SHEET: A.01 Dubuque Sad All -America City IPP1 2007. 2002, 2013 2017. 201 REV. P:\23\059\DRAWINGS\CINL\23059 ZZ A.DWG 4/13/2023 8:54:00 AM BRYSON /C F.F. OH OH RCH SPH VG B /c, BOC DITCH S D. G M. OT P ST SMT V &G ATV B -C F H H BRG IP -I-P ISP J LRR CL MP MU 0 OL OMP ONC ONN ONST ONT OR P PE RST SP TRO TR ULT V Y IA (0) IP RWY WG(S) WL(S) 'LY A J L LEG LEV MBEO NCR N TR OP OR QP S SMT ST XC XP XT XTD CENTRAL ANGLE AIR CONDITIONING(ER) ACRES ABOVE FINISHED FLOOR AGGREGATE ARROW ON HYDRANT ARCHITECTURAL ASPHALT AVERAGE B/C - B/C BACK OF CURB BOTTOM OF DITCH BACKFLOW PREVENTOR BASE LINE BOTTOM OF SLOPE BUILDING BENCH MARK BEGINNING OF PROJECT BOTTOM BASEMENT BUTTERFLY VALVE CURB AND GUTTER CABLE TELEVISION CATCH BASIN CENTER TO CENTER CUBIC FEET CHORD CHORD BEARING CAST IRON PIPE CAST -IN -PLACE CAST IRON SOIL PIPE CONTROL JOINT CENTERLINE CLEAR CORRUGATED METAL PIPE CONCRETE MASONRY UNIT CLEAN OUT COLUMN COMPACTED CONCRETE CONNECTION CONSTRUCTION CONTINUOUS CORNER CONTROL POINT CORRUGATED POLYETHYLENE PIPE CRUSHED STONE CORRUGATED STEEL PIPE CENTERED CENTER CULTIVATED CHECK VALVE CUBIC YARD DEGREE OF CURVE DIAMETER DUCTILE IRON PIPE DOWN DRIVEWAY DOWNSPOUT DRAWING(S) DOWEL(S) EAST EASTERLY EACH EXPANSION JOINT ELEVATION ELECTRICAL ELEVATOR EMBEDMENT ENGINEER ENTRANCE END OF PROJECT END OF RADIUS EDGE OF PAVEMENT EQUAL EDGE OF SHOULDER EASEMENT ESTIMATE EXISTING EXCAVATE/EXCAVATION EXPANSION EXTERIOR EXTEND EACH WAY EXISTING :SURFACE f.L AT PROPOSED E \ PROPOSED 1, EL 01 0 701.4 702.00 00 21+20 21+60 PROFILE LEGEND FD FDN F.E. FES F-F FFE FG FIN GR FL FLR FM END FTC FUT FV G GC GALV GND GRAN GRD GV HMA HORIZ HPT HSD HYD D E NMP NV P JB JT K L LAT LONG LP LPT LT MAX MH MIN MISC MON MP N N/A N 'LY N'LY NICE NTS NWLY OC OD PC PERF PI P/L PM POB POC POT FLOOR DRAIN FOUNDATION FIELD ENTRANCE FLARED END SECTION FACE TO FACE FINISH FLOOR ELEVATION FORM GRADE FINISHED GRADE FLOWLINE FLANGE FLOOR FORCE MAIN FOUND FOOT/FEET FOOTING FUTURE FIELD VERIFY GUTTER GENERAL CONTRACTOR GALVANIZED GROUND GRANULAR GRADE GATE VALVE HOT MIX ASPHALT HORIZONTAL HIGH POINT HEADLIGHT STOPPING DISTANCE HYDRANT NSIDE DIA/INSIDE/IDIM NVERT ELEVATION MPROVEMENTS NCHES NVERT RON PIPE JUNCTION BOX JOINT/JOINT LENGTH RATE OF VERT CURVATURE LENGTH OF CURVE LATERAL LINEAL FOOT LONGITUDINAL LIGHT POLE LOW POINT LEFT MAXIMUM MATCH EXISTING MANHOLE MINIMUM MISCELLANEOUS MONUMENT MILE POST NORTH NOT APPLICABLE NORTHEASTERLY NORTHERLY NUMBER NOT IN CONTRACT NOT TO SCALE NORTHWESTERLY ON CENTER OUTSIDE DIAMETER POINT OF CURVE PERFORATED POINT OF INTERSECTION PROPERTY LINE PRINCIPAL MERIDIAN POINT OF BEGINNING POINT OF CURVE POINT OF TANGENT POINT OF REVERSE CURVE PRELIM PRELIMINARY PROP PROPOSED PRV PRESSURE REDUCING VALVE PT POINT OF TANGENCY PVC POLYVINYL CHLORIDE PVMT PAVEMENT QTY QUANTITY R R&R R&S RCB RCAP RCP RD REBAR REF REV P RIM ROW RP RS RT 5 S= SAN SANS SB SCH 5D SEC SE'SF LY S.F.D. SHT SIG. SIM. SLY SOG SPEC SS SSD ST STA STD STL STM STMS SW LY SY TB T/DITCH T/C, TC T/GRAV T/WALL T/P, TP TS T/SUB T/W, TW T/WM T & B T.O.B. T.O.B.L. T.O.C. T.O.E.F. T.O,F. T.O.M. T.O.P. T.O.S. TCE TEL TEMP THK TWP TYP U UAC UE UL ULFM UNO VAR VC VCP VER VERT VOL VPC VPI VP T W w/ W LY WM W/0 W.P. WD WSD WV WWF YD RADIUS REMOVE & REPLACE REMOVE & SALVAGE REINFORCED CONCRETE BOX REINFORCED CONCRETE ARCH PIPE REINFORCED CONCRETE PIPE ROAD REINFORCING BAR REFERENCE REINFORCING/REINFORCED REVISION RIM ELEVATION RIGHT OF WAY RADIUS POINT RESILIENT SEAT RIGHT SOUTH SUPERELEVATION SANITARY SANITARY SEWER SOIL BORING SCHEDULE SUB DRAIN SECTION SOUTHEASTERLY SQUARE FOOT STEP FOOTING DOWN SHEET SIGNAL SIMILAR SOUTHERLY SLAB ON GRADE SPECIFICATION STAINLESS STEEL STOPPING SIGHT DISTANCE STREET STATION STANDARD STEEL STORM STORM SEWER SOUTHWESTERLY SQUARE YARD TANGENT LENGTH TOP OF BANK TOP OF DITCH TOP OF CURB TOP OF GRAVEL TOP OF WALL TOP OF PAVEMENT TOP OF SLOPE TOP OF SUBGRADE TOP OF WALK TOP OF WATER MAIN TOP AND BOTTOM TOP OF BEAM TOP OF BRICK LEDGE TOP OF CONCRETE TOP OF EXISTING FOOTING TOP OF FOOTING TOP OF MASONRY TOP OF PIER TOP OF STEEL TEMP CONSTRUCTION EASEMENT TELEPHONE TEMPORARY THICK / THICKNESS TOWNSHIP TYPICAL UTILITY USE AS CONSTRUCTED UTILITY EASEMENT UNDERWRITERS LABORATORIES, INC. UNDERWRITERS LABORATORIES FACTORY MUTUAL UNLESS NOTED OTHERWISE VARIES VERTICAL CURVE VITRIFIED CLAY PIPE VERIFY VERTICAL VOLUME VERT POINT OF CURVE VERT POINT OF INTERSECTION VERT POINT OF TANGENCY WEST WITH WESTERLY WATER MAIN WITHOUT WORKING POINT WOOD WATER SHUT OFF WATER VALVE WELDED WIRE FABRIC YARD EXISTING 0 SD 6 FM w 0 OHE E OHT T OHTV TV FIB X 0 + 0.00 /l'l-YY1 . PROPERTY LINE EASEMENT SECTION LINE QUARTER SECTION LINE QUARTER QUARTER SECTION LINE CENTERLINE STORM SEWER SUB DRAIN SANITARY SEWER FORCE MAIN WATER LINE GAS LINE OVERHEAD ELECTRIC UNDERGROUND ELECTRIC OVERHEAD TELEPHONE UNDERGROUND TELEPHONE OVERHEAD TELEVISION UNDERGROUND TELEVISION FIBER OPTIC WIRE FENCE CHAINLINK FENCE WOOD FENCE CONTOUR LINE RAILROAD TRACKS GUARD RAIL SPOT ELEVATION DIRECTION OF FLOW TREE LINE TEMPORARY —SF— PERIMETER CONTROL (STRAW WATTLES, FILTER SOCKS & SILT FENCE ARE GENERALLY INTERCHANGEABLE) CW O TS CB ogAt IP CONCRETE WASHOUT CONSTRUCTION ENTRANCE MULCHING SEEDING COMPOST BLANKET DITCH CHECK (ROCK DAM) SEDIMENT TRAP INLET PROTECTION DUST CONTROL Soi �TI PROPOSED - D - - SD - - 5 — - FM 0 E OHT T —OHiy- - TV — - F• — X 0 0 000 + 0.00 FXISTING PROPOSED 1�1 0- 0 CATCH BASIN AREA INTAKE STORM MANHOLE SANITARY MANHOLE UTILITY MANHOLE WATER VALVE MANHOLE FIRE HYDRANT WATER SHUT OFF WATER VALVE YARD HYDRANT GAS VALVE SIGN UTILITY POLE UTILITY POLE WITH LIGHT TRAFFIC SIGNAL POLE GUY ANCHOR LIGHT POLE UTILITY PEDESTAL WELL MAILBOX WATER LEVEL BOLLARD SOIL BORING POST INDICATOR VALVE DECIDUOUS TREE W/ TRUNK DIA. CONIFEROUS TREE W/ TRUNK DIA. SHRUB OR BUSH EROSION CONTROL LEGEND TEMPORARY ROLLED EROSION CONTROL PRODUCT (RECP) PER PLAN STREAM CROSSING -CRS- CONSTRUCTION ROAD STABILIZATION —a 1D— TEMPORARY DIVERSION LEVEL SPREADER ■ • SURVEY FOUND REBAR FOUND IRON PIPE 0 SET REBAR PS OP RS —CD/ —SC . Imr 111• NADIA PERMANENT SEEDING SODDING SEED, FERTILIZER & MULCH OUTLET PROTECTION REVETMENT SLOPE PROTECTION SOD DROP INLET PROTECTION CHECK DAM STONE CHECK SEDIMENT BASIN SURFACE ROUGHENING TURF REINFORCEMENT MAT (TRM) 0 © 1Y 0' I•1 a PERMANENT VEGETATIVE STREAMBANK STABILIZATION � STRUCTURAL 3°7 STREAMBANK STABILIZATION —RRA RIP RAP LINED CHANNEL GRASS LINED —G423 CHANNEL ( ) MATERIAL REQUIRED —SD( SLOPE DRAIN ---> PD— PERMANENT DIVERSION —_ LEVEL SPREADER DESIGN TEAM:Origl13, CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 ABBREVIATIONS AND LEGEND SHEET: A.02 REV. . P:\23\059\DRAWINGS\CIVIL\23059 ZZ AE.DWG 4/13/2023 8:54:09 AM BRYSON WINSKY DESIGN TEAM:Origin_ CITY OF DUBUQUE 127951'INEVIEW DR DUBUQUE COUNTY - EX CL SO INTAKE RIM EL = 898 FL S = 892.75` DUBUQUE COUNTY FAIRGROUNDS 14398 OWHIGHWAY RD PROJECT NUMBER: 23059 EXISTING CONDITIONS _-11081ZOflL SCALE 117..FEET - lieSQT DRAWIND-MAY RAW BEEN REDUCED 14390 OLD HIGHWAYROI SHEET: A.03 REV.. P:\23\059\DRAWINGS\CIVIL\23059 ZZ AE.DWG 4/13/2023 8:54:12 14092 OLD HIGHWAY RD FL 24" CMP -FL MP = 883,48 774" RCP = 881.99 FL 24: RCP = 881.53 0 141490LD HIGHWAY RD 14167 OLD HIGHWAY RD 'Tt�;„;u � s= �' - � _ - --- � - - -- 6RAVNND-MAY HAVg SEEN mum) HORIZONTA cED 874.68 20 40 OLD IIIGHWAY ROAD DESIGN TEAM:Origin.. CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 EXISTING CONDITIONS SHEET: A.04 REV. . P:\23\059\DRAWINGS\CIVIL\23059 ZZ AE.DWG 4/13/2023 B:54:15 AM BR DESIGN TEAM Origin LD HIGHWAY RD CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 EXISTING CONDITIONS ,,,;Yil///lll//l0 RTH HORIZONTAL. SCALE IN FEET 0 20 40 - - DRAWING MA,EEN -R D SHEET: A.05 • REV. . r P:\23\059\DRAWINGS\CIWL\23059 ZZ AEOWG 4/13/2023 8:54:18 A HORIZONTAL SCALE IN FEET 0 20 40 DRAWING MAY HAVE BEEN REDUCED EL RCP 26" SQUARE DESIGN TEAM:Ori in. CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 EXISTING CONDITIONS SHEET: A.06 REV.. WATER MAIN NOTES' 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE CITY OF DUBUQUE SUPPLEMENTAL SPECIFICATIONS. P:\23\059\DRAWINGS\CIVIL\23059 ZZ B.DWG 4/13/2023 8:56:08 AM BRYSON FIRE HYDRANT INSTALLATION - RESTRAINED JOINTS OR RODDED TO MAIN TRACER WIRE ACCESS BOX TRACER WIRE (TYP) r'y SAFETY BREAKAWAY FLANGE COVER STONE W/FABRIC CLEAN CRUSHED ROCK TO BE PLACED AT A MIN. DEPTH OF 3' AND A MIN. VOLUME OF 1/3 CU. YD. FOR HYDRANT DRAIN 4" CONCRETE SUPPORT BLOCK FIRE HYDRANT PER UTILITY STANDARDS ORIENT PUMPER CONNECTION TOWARD STREET TRACER WIRE ACCESS BOX W/2" PVC EXTENSION FINISHED GRADE ADJUSTABLE VALVE BOX W/COVER AND ADAPTOR II MIN. COVER OVER TOP OF PIPE TO BE 5'-6" 6" RESILIENT SEAT GATE VALVE DxDx6" TEE TYPE 3 OR 5 SECTION LAYING CONDITION UNDISTURBED EARTH (TYP) e ISO ESTRAINED JOIN 4 J TRACER WIRE ACCESS BOX VALVCO OR EQUIVALENT PLAN FIRE HYDRANT e TAPE ATTACHMENT ton TO SCALE VALVE BOX LID STANDARD "TWO-PIECE" SLIP- TYPE VALVE BOX VALVE BOX ADAPTOR II 4" - 12" RESILIENT SEAT GATE VALVE TYPICAL MECHANICAL JOINT - RESTRAINED GATE VALVE WITH BOX NOT TO SCALE EPDXY COATED REBAR CAST IRON VALVE BOX & LID PCC 8" IN THICKNESS (2) Q4 EPDXY COATED BAR W/8" LONG SPI.ICE (MIN.) PLACED AT 2" ABOVE THE SUBBASE AND 3" BELOW THE PROPOSED FINISHED GRADE CtB `WATER VALVE PCC COLLAR D.Dt IN HMA PAVEMENT NOT TO SCALE 2, WATER MAIN SHALL BE AMERICAN MADE CL52 DUCTILE IRON PIPE PER AWWA C151 WITH GASKET PUSH —ON JOINTS AND CEMENT —MORTAR MORTAR LINING AND ASPHALTIC COATING. 3. MJ AND PUSH —ON JOINT GASKETS SHALL BE SBR RUBBER. ALL DUCTILE IRON PIPE, INCLUDING FITTINGS AND VALVES, SHALL BE POLYETHYLENE ENCASED PER AWWA C105, POLYETHYLENE SHALL BE BLUE IN COLOR. ALL FITTINGS SHALL BE AMERICAN MADE COMPACT DUCTILE IRON CONFORMING TO AWWA C153 WITH MECHANICAL JOINTS AND CEMENT —MORTAR UNING. 6. ALL VALVES SHALL BE RESILIENT SEATED GATE VALVES PER AWWA C509 OR C515 WITH MECHANICAL JOINTS PER AWWA C111. GATE VALVES SHALL BE NRS AND OPEN CLOCKWISE. VALVE BONNET, OPERATION NUT AND STUFFING BOX BOLTS SHALL BE STAINLESS STEEL. INSTALL AMERICAN MADE VALVE BOX ON ALL GATE VALVES USING VALVE —BOX —ADAPTOR II BY ADAPTOR, INC. 7. TRACER WIRE (COLOR: RED) SHALL BE INSTALLED ON ALL WATER MAIN. THE TRACER WIRE SHALL BE 10 AWG STRANDED COPPER. 8. FIRE HYDRANTS SHALL BE CITY STANDARD FOR 6 FOOT BURY (5.5 FEET COVER OVER INLET PIPE) WITH 6 INCH MECHANICAL JOINT INLET CONNECTION. HYDRANT BASE ELBOW BOLTS AND NUTS SHALL BE STAINLESS STEEL. 10. THRUST RESTRAINT: THE NORMAL WORKING PRESSURE FOR THE PROPOSED WATER MAIN IS 80 PSI. TEST PRESSURE FOR THE PROPOSED WATER MAIN SHALL BE 120 PSI (MEASURED AT HYDRANT 1 AT STATION 6+79) CONTACT ENGINEER FOR TEST PRESSURE MEASURED AT OTHER LOCATIONS. 11. SEPARATION OF WATER MAINS FROM SANITARY SEWERS AND STORM SEWERS SHALL BE IN ACCORDANCE WITH THE IOWA WASTEWATER FACILITIES DESIGN STANDARDS, CHAPTER 12, SECTION 5.8, "PROTECTION OF WATER SUPPLIES." WHERE THE WATER MAIN EITHER CROSSES UNDER OR IS LESS THAN 18 INCHES ABOVE THE SEWER, ONE FULL LENGTH OF WATER MAIN SHALL BE LOCATED 50 THAT BOTH JOINTS ARE AS FAR AS POSSIBLE FROM THE SEWER. THE SEWER. THE SEWER AND WATER PIPES MUST BE ADEQUATELY SUPPORTED, A LOW PERMEABILITY SOIL SHALL BE USED FOR BACKFILLING MATERIAL WITHIN TEN FEET OF THE POINT OF CROSSING. NO WATER PIPE SHALL PASS THROUGH OR COME IN CONTACT WITH ANY PART OF A SEWER MANHOLE. 12. AS BUILT: CONTRACTOR SHALL BE RESPONSIBLE FOR MAINTAINING CONSTRUCTION RECORDS INCLUDING MEASUREMENTS BETWEEN FITTINGS, BETWEEN FITTINGS AND VALVES, AND BETWEEN VALVES AND HYDRANTS, ETC. MEASUREMENTS FROM EXISTING SURFACE FEATURES AND VALVES AND TO FITTINGS SHALL ALSO BE RECORDED, COPIES OF CONSTRUCTION RECORD MEASUREMENTS SHALL BE PROVIDED TO THE ENGINEER. 13. WATER MAIN SHALL BE INSTALLED AT THE ELEVATIONS IDENTIFIED ON THE PLANS UNLESS ENGINEER APPROVED. THE DEPTH OF COVER OVER THE WATER MAINS SHALL BE A MINIMUM OF 5.5 FT, 14. NO INTERMITTENT HIGH SPOT SHALL BE CREATED UNLESS AT A FIRE HYDRANT OR AT THE CONNECTIONS TO EXISTING MAINS. 15. THE CONTRACTOR SHALL MAINTAIN THE INTEGRITY OF THE EXISTING UTILITIES AT CROSSING LOCATIONS, INCLUDING ANY UTILITIES THAT MAY NOT BE SHOWN ON THE PLANS. IF THE CONTRACTOR DETERMINES THAT THEY NEED TO REMOVE AND REINSTALL EXISTING UTILITIES TO INSTALL THE PROPOSED IMPROVEMENTS, THE WORK SHALL BE CONSIDERED INCIDENTAL TO THE WATER MAIN, WATER SERVICE, STORM SEWER OR SANITARY SEWER INSTALLATION. 16. IF THE CONTRACTOR ENCOUNTERS FIELD OR ROADWAY TILE WHILE INSTALLING THE PROPOSED WATER MAIN, THE CONTRACTOR SHALL PROTECT THE EXISTING TILE FROM DAMAGE OR REMOVE AND REPLACE THE FIELD 11LE WITH THE SAME SIZE CORRUGATED HOPE TILE WITH APPROPRIATELY SIZED CONNECTIONS. THE WORK SHALL BE CONSIDERED INCIDENTAL TO THE WATER MAIN INSTALLATIONS. 17. ALL NUTS AND BOLTS USED FOR MECHANICAL JOINT ASSEMBLY AND PUSH —ON JOINT RESTRAINTS SHALL BE 316 STAINLESS STEEL PER AWWA C111. 18. DEFLECTION OF THE WATER MAIN SHALL NOT EXCEED MANUFACTURER RECOMMENDATIONS FOR PIPE MATERIAL AND JOINTS. DESIGN TEAM:Origlf CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 WATER DETAILS SHEET: B.01 REV. . P:\23\059\DRAWINGS\CIVIL\23059 22 B.DWG 4/13/2023 B:56:09 AM BRYSON WINSKY 36" SECURE WITH POLYETHYLENE TAPE 36" 8 MIL POLYETHYLENE TUBE FOLDED SNUGLY AROUND PIPING. CORPORATION STOP TAPPED DIRECTLY THROUGH TAPE & POLYETHYLENE WRAP. SERVICE LINE POLYETHYLENE TUBE TO BE TAPED TO WATERMAIN DIP PIPE CLEAN PIPE SURFACE AND APPLY PIPE WRAP PRIMER AROUND ENTIRE PIPE. LET DRY UNTIL TACKY. WRAP 3 LAYERS OF POLYETHYLENE TAPE COMPLETELY AROUND PIPE MAINTAINING A 50% OVERLAP. 2" TAPE RECOMMENDED. TAPE THE POLYETHYLENE TUBE INTO THE EDGE OF THE CORPORATION STOP LOCATION. 8 MIL POLYETHYLENE TUBE FOLDED SNUGLY AROUND SERVICE LINE. SECURE WITH POLYETHYLENE TAPE SERVICE LINE TO METER (SERVICE LINE SHALL BE TYPE "K" COPPER.) DIP PIPE SERVICE TAP DETAIL DUCTILE IRON PIPE POLYETHYLENE ENCASED TAP AT HORIZONTAL CENTERLINE OF WATERMAIN 1. REMOVE ALL LUMPS OF CLAY, MUD, CINDERS, ETC. WHICH MAY HAVE ACCUMULATED ON THE SURFACE OF THE PIPE. A POLYETHYLENE TUBE SHOULD BE CUT SO THAT IT IS APPROXIMATELY TWO FEET LONGER THAN THE PIPE SECTION. SLIP THE TUBE ONTO THE PIPE. ALLOW ONE FOOT TO OVER- HANG EACH END OF PIPE. DIP PIPE C POLYETHYLENE WRAP 2. PUSH BACK THE OVERHANGING TUBE ENDS UNTIL THEY CLEAR THE PIPE ENDS. C POLYETHYLENE WRAP DIP PIPE 3. TAKE UP THE SLACK IN THE TUBE TO MAKE A SNUG BUT NOT TIGHT FIT. FOLD EXCESS BACK OVER THE TOP OF THE PIPE. POLYETHYLENE WRAP POLYETHYLENE WRAP FOLDED OVER THE TOP OF PIPE DIP PIPE DIP PIPE 4. SECURE THE FOLD WITH POLYETHYLENE TAPE AT SEVERAL LOCATIONS ALONG THE PIPE BARREL. DIP PIPE POLYETHYLENE WRAP POLYETHYLENE COMPATIBLE TAPE 5. DIG SHALLOW DEPRESSION AT EACH DIP JOINT AND ASSEMBLE JOINT. DIP PIPE POLYETHYLENE WRAP ---- POLYETHYLENE COMPATIBLE TAPE POLYETHYLENE COMPATIBLE TAPE POLYETHYLENE COMPATIBLE TAPE POLYETHYLENE WRAP 7. OVERLAP THE SECURED TUBE END OF THE NEW PIPE SECTION. SECURE THE NEW TUBE END IN PLACE WITH POLYETHYLENE COMPATIBLE TAPE. POLYETHYLENE COMPATIBLE TAPE 1 POLYETHYLENE COMPATIBLE TAPE POLYETHYLENE WRAP 8. REPAIR ALL RIPS, TEARS, OR OTHER TUBE DAMAGE WITH POLYETHYLENE COMPATIBLE TAPE. POLYETHYLENE COMPATIBLE TAPE POLYETHYLENE WRAP POLYETHYLENE COMPATIBLE TAPE POLYETHYLENE COMPATIBLE TAPE NOTE: 1. THE CONTRACTOR WILL BE REQUIRED TO UTILIZE A NYLON STRAP FOR TRANSPORTING DUCTILE IRON PIPE WATERMAIN INTO THE TRENCH. 2. THE POLYETHYLENE WRAP WILL BE BLUE IN COLOR. INSTALLATION INSTRUCTIONS POLYETHYLENE ENCASEMENT DESIGN TEAM:Orig111. CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 WATER DETAILS SHEET: B.02 REV. P:\23\059\ORAWNGS\CIVIL\23059 ZZ B.DWG 4/13/2023 8:56:10 AM BRYSON NEW HYDRANT BOTTOM OF BOLT TO BE A MINIMUM OF 2"ABOVE FINISHED GRADE AT COMPLETION OF PROJECT NEW HYDRANT TO BE INSTALLED PLUMB. TRACER WIRE ACCESS BOX LOCATED 1' LEFT OR RIGHT OF NEW HYDRANT. TRACER WIRE ACCESS BOX TO BE INSTALLED FLUSH WITH EXISTING GROUND. v' �Il�ilheat LID TOP VIEW PAVEMENT VALVE BOX TO BE INSTALLED PLUMB AND CENTERED ON VALVE STEM. DO NOT RUN TRACER WRE UP VALVE BOX WATERMAIN TRACER WIRE STATION AT HYDRANT 3 0" DIA COVER STAINLESS STEEL TERMINAL BOLTS LID SIDE VIEW COLLAR TOP VIEW ....A STA EXISTING WATERMAIN CONNECTION POINT FROM NEW TO EXISTING WATERMAIN REFER TO DETAIL 6 ON SHEET B.O1 TRACER WIRE RECEPTACLE DETAIL TRACER WRE ACCESS BOX INSTALL TRACER WIRE UP HYDRANT BARREL TO TRACER WIRE STATION TERMINALS AND BACK DOWN. TRACER WIRE 10AWG. (USE, COLOR: BLUE) L! ref' \1V NECT TO GROUND :ea ITH 7 APPR•-� UND ::•OUND \�\ CONNECT•" . ONTRACTOR TO \�� PRO DOCUM &TION FOR �� • OUND ROD CONNEC . �� jJ' VALVE ;# DO NOT RUN TRACER WRE UP VALVE BOX 41 J NEW HYDRANT NEW WATERMAIN BARREL HYDRANT VALVE SPLICE CONNECTION TO BE MADE WITH AN APPROVED UNDERGROUND CONNECTION. CONTRACTOR TO PROVIDE DOCUMENTATION FOR SPLICE CONNECTION. TRACER WIRE 10AWG. (USE, COLOR: BLUE) HYDRANT TEE SPLICE CONNECTION TO BE MADE WITH AN APPROVED UNDERGROUND CONNECTION. CONTRACTOR TO PROVIDE DOCUMENTATION FOR SPLICE CONNECTION. COPPER x 24" D ROD ND OF NEW WAT TRACER WIRE DETAIL NOTE: CARE MUST BE EXERCISED TO PRESERVE THE INTEGRITY OF THE INSULATION ON THE TRACER WIRE. CO' - • GROUND ROD WIT +'•' • ED UNDERGROUND CONTRACTOR TOPROVID e: ,MENTATIO -:•UND NNECTION. CONNECTION POINT FROM NEW TO EXISTING WATERMAIN EXISTING WATERMAIN NOTE: TRACER WIRE SHALL BE INSTALLED ALONG THE PROPOSED 6" WATERMAIN AND ON ALL SIDE STREETS TO THE EXISTING WATERMAIN CONNECTION. DESIGN TEAM:Origlll, CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 WATER DETAILS SHEET: B.03 REV. . P:\23\059\DRAWINGS\CIVIL\23059 ZZ 6.DWG 4/13/2023 8:56:12 AM Bury Depth Refer to the contract documents for specific material and placement requirements. Q1 Required only when specified In the contract documents or when directed by the Engineer. Final Trench Backfill Secondary Backltll Primary Booklet Haunch Support Pipe B dding Over—exmv tion and 0 Foundation Stone Key OD = Outside diameter of pipe D = Inside diameter of pipe TV = Trench width at top of pipe d = Depth of bedding materiel below pipe WATER MAIN BEDDING, HAUNCHING AND BACKFILL SHALL BE DONE IN ACCORDANCE WITH THE STANDARD CITY OF DUBUQUE WATER DISTRIBUTION DIVISION STANDARD AND SPECIFICATIONS WATER MAINS AND APPURTENANCES. WENCH BEDDING AND BACKFILL ZONES DESIGN TEAM:Origin_ CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 WATER DETAILS SHEET: B.04 REV. P:\23\059\DRAWINGS\CIVIL\23059 ZZ C.DWG 4/13/2023 B:56:18 AM BRYSON WINSKY THE CITY OF E )j T B T Addendum No.: N/A Masterpiece on the Mississippi City of Dubuque, Iowa Special Provisions Project Name: Old Highway Road Water Main Connection Loop LINE NO. REFERENCE NUMBER BID ITEM DESCRIPTION PLAN QUANTITY UNIT REFERENCED SPECIFICATION Division 2010 - Earthwork, Subgrade, and Subbase 1 2010-108-C-0 Clearing and Grubbing C 1.00 LS SUDAS Standard Specifications 'Clearing and grubbing to be limited to existing ROW. 2 2010-108-D-1 Topsoil, On -site 1170.00 CY SUDAS Standard Specifications Thickness of topsoil shall be 6 inches. The quanity for topsoil will be paid for a plan quantity. Additional quantity wit not be paid for, unless Engineer and City approved. Any additional quantity required to place the necessary amount of topsoil on disturbed areas that are to be seeded shall be considered incidental to the project. Areas that are disturbed by the Contractor due to staging or construction of the project outside of the proposed disturbed areas identified in the plans shall have the surface restored to match or exceed the existing conditions, this work shall be considered incidental to the project 3 2010-108-J-2-c Removal of Known Pipe Culvert 180.00 LF SUDAS Standard Specifications Removal of any headwalls associated with the culverts to be removed and replaced shall be considered incidental to this bid item. Division 3010 -Trench Excavation and Backfill 4 3010-108-A-0 Bedding Material, Gradation 30 2560.00 TON Dubuque Standard Supplemental to SUDAS Bedding Material, Gradation 30 shall be used for the installation of the proposed water main. 5 3010-108-A-0 Bedding Material, 1" Commercial Clean Stone 150.00 TON Dubuque Standard Supplemental to SUDAS Bedding Material, 1" Commerical Clean Stone shall be used for the proposed storm sewer culverts associated with the proposed project. 6 3010-108-D-0 Replacement of Unsuitable Backfill Material Gradation 30 1400,00 TON Dubuque Standard Supplemental to SUDAS Replacement of unsuitable backfill material shall be placed in 12 inch lifts above the stone embedment and compacted as indicated. Replacement of unsuitable backfill material shall be used where the proposed water main or storm sewer culverts are under or within 5 feet of existing or proposed pavement or granular surfacing, as directed by the Engineer. Replacement of Unsuitable Backfill Material shall extend to the bottom of the proposed HMA pavement, HMA Driveway, PCC Driveway or granular surfacing. lows DOT Stone Gradation No. 12a and No. 32 are acceptable alternatives for Replacement of Unsuitable Backfill Material. Division 4030 - Pipe Culverts 7 4030-108-A-1 Pipe Culvert, Trenched, 24" CMP 22.00 LF SUDAS Standard Specifications The CMP culverts thickness shall be minimum 14 gauge (wall thickness of 0.079"). 8 4030-108-A-1 Pipe Culvert, Trenched, 18" CMP 80.00 LF SUDAS Standard Specifications The CMP culverts thickness shall be minimum 14 gauge (wall thickness of 0.079"). 9 4030-108-A-1 Pipe Culvert, Trenched, 15" CMP 36.00 LF SUDAS Standard Specifications The CMP culverts thickness shall be minimum 14 gauge (wall thickness of 0.079"). 10 4030-108-A-1 Pipe Culvert, Trenched, 24" RCP 18.0D LF Dubuque Standard Supplemental to SUDAS 11 4030-108-B-0 Pipe Apron, 24" CMP 2.00 EA Dubuque Standard Supplemental to SUDAS Metal apron guard not required. 12 4030-108-B-0 Pipe Apron, 18" CMP 4.00 EA SUDAS Standard Specifications Metal apron guard not required. 13 4030-108-B-0 Pipe Apron, 15" CMP 2.00 EA SUDAS Standard Specifications Metal apron guard not required. 14 4030-108-B-0 Pipe Apron, 24" RCP 2.00 EA SUDAS Standard Specifications [Metal apron guard not required. Division 5010 - Pipe and Fittings 15 5010-108-A-1 Water Main, Trenched, DIP, 6" 30.00 LF Dubuque Water Supplemental to SUDAS The 6" water main for this contract shall be DIP CL 52 per AWWA C151 with elastomeric gaskets. 16 5010-108-A-1 Water Main, Trenched, DIP, 8' 25.00 LF Dubuque Water Supplemental to SUDAS The 8" water main for this contract shall be DIP CL 52 per AW WA C151 with elastomeric gaskets. 17 5010-108-A-1 Water Main, Trenched, DIP, 12" 4670.00 LF Dubuque Water Supplemental to SUDAS IT he 12" water main for this contract shall be DIP CL 52 per AWWA C151 with elastomeric gaskets. 18 5010-108-C-2 19 5010-108-C-3 20 5010-108-0-3 Fittings by Weight, DI 1800.00 LBS SUDAS Standard Specifications Fittings quantities are for the anticipated fittings to be used for the project, and may differ throughout construction. All bolts and nuts shall be 316 stainless steel per AWWA C111 . Joint Restraint, Mega lug, 6" 12.00 EA Dubuque Water Supplemental to SUDAS Water Main Specialties: Concrete thrust blocks (precast or cast -in -place) are not acceptable for use on this project. Mechanical joint glands shall be retainer type and shall be manufactured in the USA Tyler Union Tuf Grip are an acceptable alternative to the EBAA Megalugs. All bolts and nuts shall be 316 stainless steel per AWWA C111 . Joint Restraint, Mega lug, 8" 4.00 EA Dubuque Water Supplemental to SUDAS Water Main Specialties: Concrete thrust blocks (precast or cast -in -place) are not acceptable for use on this project. Mechanical joint glands shall be retainer type and shall be manufactured in the USA Tyler Union Tuf Grip are an acceptable alternative to the EBAA Megalugs. All bolts and nuts shall be 316 stainless steel per AW WA C111 . 21 5010-108-C-3 Joint Restraint, Mega lug, 12" 36.00 EA Dubuque Water Supplemental to SUDAS Water Main Specialties: Concrete thrust blocks (precast or cast -in -place) are not acceptable for use on this project. Mechanical joint glands shall be retainer type and shall be manufactured in the USA. Tyler Union Tuf Grip are an acceptable alternative to the EOM Megalugs. All bolts and nuts shall be 316 stainless steel per AW WA C111 . 22 5010-108-0-1 Fittings, DI Sleeve, 12" 23 5010-108-1-0 2.00 EA SUDAS Standard Specifications This bid item for this project shall be utilized to cover the additional costs associated with making connections to existing water main. The Contractor will be paid for the appurtenances used to make the connections with the applicable bid items. Connections via live taps will not be paid for utilizing this bid item. All bolts and nuts shall be 316 stainless steel per AWWA C111 . Removal and Salvage - Water Main Fittings and Appurtenances 00 LS Dubuque Water Supplemental to SUDAS Any valves, valve appurtenances or water main appurtenances That are identified to be removed shall be removed, salvaged and the City shall have the right to first refusal. The Contractor shall coordinate with the City to identify components that the City may wish to have. For components that the City wishes to keep the Contractor and City shall agree on a location onsite where the Contractor can place the components and the City can pick them up. Division 5020 - Valves, Fire Hydrants, and Appurtenances 24 5020-108-A-0 Valve, Gate,6" 6.00 EA SUDAS Standard Specifications All bolts and nuts shall be 316 stainless steel per AWWA C 25 5020-108-A-0 Valve, Gate, 8" 2.00 EA SUDAS Standard Specifications All bolts and nuts shall be 316 stainless steel per AWWA C111 26 5020-108-A-0 Valve, Gate, 12" 27 5020-108-C-0 28 29 7030-108-A-0 30 7030-108-H-1 All bolts and nuts shall be 316 stainless steel per AW WA C 8,00 EA SUDAS Standard Specifications Fire Hydrant 6.00 EA Dubuque Water Supplemental to SUDAS If the project requires hydrant extensions or a deeper hydrant than the standard 5.5 feet of cover the Contractor shall provide an appropriate depth hydrant or add hydrant extensions to achieve the required bury depth. The costs of a deeper hydrant or hydrant extensions shall be considered incidental to the proposed hydrant installation. All bolts and nuts shall be 316 stainless steel per AWWA C111 . Division 7010 - Portland Cement Concrete Pavement PCC Collar Around Water Valve Box 3.00 EA SUDAS Standard Specifications PCC Collars shall be installed around existing or proposed valve boxes within the pavement removal area and shall be constructed in accordance with the details in the plans for the project. The concrete used for the PCC collars shall match that of the proposed PCC Driveways. Division 7030 - Sidewalks, Shared Use Paths, and Driveways Removal of Driveway 165.00 SY SUDAS Standard Specifications Driveway removals shall be at the locations indicated on the plans and as necessary to install the proposed water main as indicated in the project plans, Driveway, Paved, PCC, 6" (Thickness) 25.00 SY SUDAS Standard Specifications Location: 6" PCC Driveway pavement shall be at the extents identified on the plans and to the extent necessary to install proposed water main. Jointing in the 6` PCC Driveway pavement shall match the existing jointing, unless otherwise approved. 31 7030-108-H-1 Driveway, Paved, HMA, 4" (Thickness) 140.00 SY Location: At locations as indicated on the plans and to the extent necessary to install proposed water main. SUDAS Standard Specifications 32 7030-108-H-2 Driveway, Granular 100.00 TON SUDAS Standard Specifications Location: At locations as indicated on the plans and to the extent necessary to install proposed water main. Thickness: The granular surfacing associated with the project shall consist of a single layer and shall be 8" compacted thickness. Removal of existing granular driveway shall be considered incidental to this bid item. Division 7040 - Pavement Rehabilitation 33 7040-108-A-0 Full Depth Patches HMA 150.00 SY SUDAS Standard Specifications Location: Locations where the proposed HMA full depth patches shall be to the extents necessary to install the proposed water main. The HMA full depth patch shall include any required furnishing and installing subbase material. HMA pavement patch thickness shall match the existing pavement thickness, unless othewise approved by City, County Engineer or Engineer. DESIGN TEAM:Origi . CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 SPECIAL PROVISIONS SHEET: C.01 REV. IDOT Division 2528 -Traffic Control P:\23\059\DRAWINGS\CIVIL\23050 ZZ C.DWG 4/13/2023 8:56:19 AM BRYSON W 34 IDOT 2528.04-A 35 9010-108-A-1 36 9010-108-A-1 37 9040-108-A-2 Traffic Control 1.00 LS IDOT Standard Specifications Traffic control shall be installed in accordance with current SUDAS, IDOT and MUTCD standards. The Contractor shall maintain access to residence at all times, unless otherwise approved. Division 9010-Seeding Conventional - Seeding, Type 1 1,00 LS All disturbed areas that are mowed as a residential lawn shall be seeded with Type 1 seed for this project. Seeding shall be paid for by the lump sum for the project, SUDAS Standard Specifications Conventional - Seeding, Type 2 1.00 LS All disturbed areas that are rural areas (ditch) shall be seeded with Type 2 seed for this project. Seeding shall be paid for by the lump sum for the project. SUDAS Standard Soecificah'on Division 9040 - Erosion and Sediment Control Stormwater Pollution Prevention Plan (SWPPP) Management 1.00 LS SUDAS Standard Specifications All areas disturbed during construction shall be seeded other than pavement areas. The water runoff from stockpile areas (if applicable) shall be controlled to prevent erosion of the material (i.e. silt fencing, sock, etc.). The Contractor shall be responsible for maintaining documentation and all erosion control products associated with the SWPPP. 38 9040-108-T-1 Inlet Protection Device, Installation 8,00 EA SUDAS Standard Specifications Includes installation and removal upon establishment of surface restoration 39 9040-108-T-2 Inlet Protection Device, Maintenance 40 9040-108-N-1 Silt Fence or Silt Fence Ditch Check, Installation 41 9040-108-N-2 Silt Fence or Silt Fence Ditch Check, Removal of Sediment 42 9040-108-N-3 Silt Fence or Silt Fence Ditch Check, Removal of Device Division 11,020 - Mobilization 43 11020-108-A-0 Mobilization Division 11,050 - Concrete Washout 44 11050-108-A-0 Concrete Washout 8.00 EA 700.00 LF 700.00 LF 700.00 LF 1.00 LS SUDAS Standard Specifications SUDAS Standard Specifications SUDAS Standard Specifications 1.00 LS SUDAS Standard Specifications DESIGN TEAM:Origin.. CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 SPECIAL PROVISIONS SHEET: C.02 REV. P:\23\059\DRAWINGS\CIVIL\23059 ZZ C.OWG 4/13/2023 8:58:10 AM BRYSON NINSKY SITE DESCRIPTION THIS STORM WATER POLLUTION PREVENTION PLAN (SWPPP) IS FOR CONSTRUCTION ACTIVITIES ASSOCIATED WITH THE CONSTRUCTION OF WATER MAIN, INCLUDING CLEARING, EXCAVATION AND GRADING, GRADING FOR ROADWAY, INSTALLATION OF DRAINAGE STRUCTURES, AND PREPARATION FOR SEEDING, LOCATED IN N 1/2, SEC. 31, T.89 N., R.02E AND NW #, SEC 32, T.89 N., R.02E, DUBUQUE COUNTY, IOWA. THIS SWPPP COVERS AN ESTIMATED 5.4 ACRES WITH AN ESTIMATED 2.2 ACRES BEING DISTURBED. THE SWPPP IS LOCATED PRIMARILY IN THE FAYETTE SILT LOAM SOIL SERIES. THE ESTIMATED RUNOFF COEFFICIENT (C) FOR THE SITE AFTER COMPLETION WILL BE 0.3. REFER TO THIS SHEET FOR SITE MAP INDICATING DRAINAGE PATTERNS, TYPICAL SLOPES, AREAS OF SOIL DISTURBANCE, MAJOR STRUCTURAL AND NONSTRUCTURAL CONTROLS, ETC. 5. RUNOFF FROM THIS SITE WILL BE DISCHARGED INTO THE ROAD DITCHES WHICH DRAINS TO SOUTH FORK CATFISH CREEK WHICH RUNS INTO CATFISH CREEK WHICH RUNS INTO THE MISSISSIPPI RIVER. CONTROLS PRIOR TO BEGINNING GRADING, EXCAVATION OR CLEARING AND GRUBBING OPERATIONS, SILT FENCE SHALL BE PLACED ALONG THE PERIMETER OF ALL AREAS TO BE DISTURBED AT ANY LOCATION WHERE RUNOFF CAN MOVE OFFSITE. VEGETATION IN AREAS NOT INCLUDED IN THE CONSTRUCTION AREA SHALL BE PRESERVED. AS AREAS REACH THEIR FINAL GRADE, THE LOCATION OF EROSION CONTROLS MAY NEED TO BE CHANGED OR ADDITIONAL CONTROLS MAY NEED TO BE PLACED. OFF -SITE VEHICLE TRACKING OF SEDIMENTS SHALL BE MINIMIZED. ROADWAYS ADJACENT TO THE PROJECT SITE SHALL BE CLEANED OF SEDIMENT DAILY. STABILIZATION PRACTICES, INCLUDING TEMPORARY OR PERMANENT SEEDING AND/OR MULCHING SHALL BE INITIATED IMMEDIATELY ON ALL DISTURBED AREAS IF CONSTRUCTION ACTIVITY WILL NOT RESUME IN THOSE AREAS WITHIN 14-DAYS. CONTRACTOR DISPOSAL OF UNUSED CONSTRUCTION MATERIALS AND CONSTRUCTION MATERIAL WASTES SHALL COMPLY WITH APPLICABLE STATE AND LOCAL WASTE DISPOSAL, SANITARY SEWER OR SEPTIC SYSTEM REGULATIONS. STOCKPILE AREAS WHICH REMAIN FOR MORE THAN 7 DAYS SHALL BE SEEDED, MULCHED AND ENCLOSED BY SILT FENCE. SLOPES STEEPER THAN 10:1 AND LONGER THAN 20 FEET SHALL BE PROTECTED BY A SHORT TERM EROSION CONTROL BLANKET. DUST CONTROL MEASURES SHALL BE EMPLOYED IF DUST IS CREATED AND THERE IS POTENTIAL FOR AIR AND/OR WATER POLLUTION FROM DUST TRANSPORTED BY WINDS. DUST CONTROL MEASURES SUCH AS SPRINKLING/IRRIGATION, MULCHING, OR OTHER APPROPRIATE MEASURES SHALL BE EMPLOYED AS NECESSARY. 10. THE CONTRACTOR SHALL PLACE ANY OTHER CONTROLS CONSISTENT WITH CURRENT BMP'S AS DEEMED NECESSARY TO CONTROL RUNOFF FROM EXPOSED SITES. 11. THE WORK WILL BE COMPLETED WITH THE ESTABLISHMENT OF PERMANENT PERENNIAL VEGETATION WITH A DENSITY OF 70% OR EQUIVALENT STABILIZATION MEASURES ON ALL DISTURBED AREAS. 12. CONTRACTOR MAY LOCATE A PORTABLE REST ROOM FACILITY ONSITE IN A LOCATION WHERE CONTACT WITH STORM WATER DISCHARGE IS MINIMIZED. WASTES SHALL BE COLLECTED AND DISPOSED OF IN COMPLIANCE WITH LOCAL AND STATE REGULATIONS. MAINTENANCE THE CONTRACTOR 15 REQUIRED TO MAINTAIN ALL TEMPORARY EROSION CONTROL MEASURES IN PROPER WORKING ORDER, INCLUDING CLEANING, REPAIRING OR REPLACING THEM THROUGHOUT THE CONTRACT PERIOD. CLEANING OF SILT CONTROL DEVICES SHALL BEGIN WHEN THE FEATURES HAVE LOST 50% OF TIIEIR CAPACITY OR WHEN THE SEDIMENT LEVEL REACHES 1/3 OF THE BARRIER HEIGHT. INSPECTIONS QUALIFIED PERSONNEL (PROVIDED BY THE DISCHARGER) SHALL INSPECT DISTURBED AREAS OF THE CONSTRUCTION SITE THAT HAVE NOT BEEN STABILIZED WITH A PERENNIAL, VEGETATIVE COVER OF SUFFICIENT DENSITY TO PRECLUDE EROSION AT LEAST ONCE EVERY SEVEN CALENDAR DAYS. DISTURBED AREAS AND AREAS USED FOR STORAGE OF MATERIALS SHALL BE INSPECTED FOR EVIDENCE OF POLLUTANTS ENTERING THE DRAINAGE SYSTEM. EROSION AND SEDIMENT CONTROL MEASURES SHALL BE OBSERVED TO ENSURE THAT THEY ARE OPERATING PROPERLY. LOCATIONS WHERE VEHICLES ENTER OR EXIT THE SITE SHALL BE INSPECTED FOR OFFSITE SEDIMENT TRACKING. DISCHARGE LOCATIONS SHALL BE INSPECTED TO ASCERTAIN WHETHER EROSION CONTROL MEASURES ARE EFFECTIVE IN PREVENTING SIGNIFICANT IMPACTS TO RECEIVING WATERS. THE CONTRACTOR SHALL IMMEDIATELY BEGIN CORRECTIVE ACTION ON ALL DEFICIENCIES FOUND, THIS INSPECTION MAY REQUIRE REVISIONS TO THE DESCRIPTION OF POTENTIAL POLLUTANT SOURCES AND POLLUTION PREVENTION MEASURES IDENTIFIED IN THE PLAN. THE CONTRACTOR SHALL IMPLEMENT ALL REVISIONS TO THE PLAN DEEMED NECESSARY AND COMPLETE SUCH CHANGES TO THE PLAN WITHIN 7 CALENDAR DAYS OF THE INSPECTION. A WRITTEN REPORT SUMMARIZING THE SCOPE OF THE INSPECTION, THE NAMES AND QUALIFICATIONS OF THE INSPECTORS, THE DATE, AND THE OBSERVATIONS MADE AND ACTIONS TAKEN SHALL BE MADE AND RETAINED AS PART OF THE SWPPP. THE REPORT SHALL BE SIGNED IN ACCORDANCE WITH PART VI.G OF THE PERMIT. CERTIFICATION THE PLAN SHALL BE SIGNED IN ACCORDANCE WITH THE REQUIREMENTS OF THE NPDES GENERAL PERMIT NO. 2 AND BE RETAINED AT THE CONSTRUCTION SITE FROM THE DATE CONSTRUCTION ACTIVITIES BEGIN TO THE DATE OF FINAL STABILIZATION. ALL CONTRACTORS AND SUBCONTRACTORS WHOSE WORK IS A SOURCE OF POTENTIAL POLLUTION AS DEFINED IN THIS SWPPP MUST SIGN THE CERTIFICATION STATEMENT. OWNER'S CERTIFICATION I CERTIFY UNDER PENALTY OF LAW THAT THIS DOCUMENT AND ALL ATTACHMENTS WERE PREPARED UNDER MY DIRECTION OR SUPERVISION IN ACCORDANCE WITH A SYSTEM DESIGNED TO ASSURE THAT QUALIFIED PEOPLE PROPERLY GATHERED AND EVALUATED TIE INFORMATION SUBMITTED. BASED UPON MY INQUIRY OF THE PERSON OR PERSONS WHO MANAGE THE SYSTEM, OR THOSE PERSONS DIRECTLY RESPONSIBLE FOR GATHERING THE INFORMATION, THE INFORMATION SUBMITTED IS, TO THE BEST OF MY KNOWLEDGE AND BELIEF, TRUE ACCURATE AND COMPLETE. I FURTHER CERTIFY THAT THE TERMS AND CONDITIONS OF THE GENERAL PERMIT WILL BE MET. I AM AWARE THAT THERE ARE SIGNIFICANT PENALTIES FOR SUBMITTING FALSE INFORMATION, INCLUDING THE POSSIBILITY OF FINE AND IMPRISONMENT FOR KNOWING VIOLATIONS. NAME: TITLE: PRINTED SIGNATURE: CONTRACTOR'S CERTIFICATION DATE: 1 CERTIFY UNDER PENALTY OF LAW THAT I UNDERSTAND THE TERMS AND CONDITIONS OF THE GENERAL NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES) PERMIT THAT AUTHORIZES THE STORM WATER DISCHARGES ASSOCIATED WITH INDUSTRIAL ACTIVITY FROM THE CONSTRUCTION SITE AS PART OF THIS CERTIFICATION. FURTHER, BY MY SIGNATURE, I UNDERSTAND THAT I AM BECOMING A CO-PERMITEE, ALONG WITH THE OWNER(S) AND OTHER CONTRACTORS AND SUBCONTRACTORS SIGNING SUCH CERTIFICATIONS, TO THE IOWA DEPARTMENT OF NATURAL RESOURCES NPDES GENERAL PERMIT NO. 2 FOR "STORM WATER DISCHARGES ASSOCIATED WITH INDUSTRIAL ACTIVITY FOR CONSTRUCTION ACTIVITIES" AT THE IDENTIFIED SITE. AS A CO-PERMITEE, I UNDERSTAND THAT I, AND MY COMPANY, ARE LEGALLY REQUIRED UNDER THE CLEAN WATER ACT AND THE CODE OF IOWA, TO ENSURE COMPLIANCE WITH THE TERMS AND CONDITIONS OF THE STORM WATER POLLUTION PREVENTION PLAN DEVELOPED UNDER THIS NPDES PERMIT AND THE TERMS OF THIS NPDES PERMIT. CONSTRUCTION ACTIVITY ASSOCIATED WITH THE CONSTRUCTION OF WATER MAIN, DUBUQUE COUNTY, IOWA. NAME TITLE DATE CONTRACTING FIRM. ADDRESS: TELEPHONE: NAME TITLE DATE CONTRACTING FIRM. ADDRESS: TELEPHONE: SOIL COMPACTION/TOPSOIL PRESERVATION THE PERMITTEE(S) SHALL MINIMIZE SOIL COMPACTION AND, UNLESS INFEASIBLE, PRESERVE TOPSOIL. "INFEASIBLE" SHALL MEAN NOT TECHNOLOGICALLY POSSIBLE, OR NOT ECONOMICALLY PRACTICABLE AND ACHIEVABLE IN LIGHT OF THE BEST INDUSTRY PRACTICES. "UNLESS INFEASIBLE, PRESERVE TOPSOIL' SHALL MEAN THAT, UNLESS INFEASIBLE, TOPSOIL FROM ANY AREAS OF THE SITE WHERE THE SURFACE OF THE GROUND FOR THE PERMITTED CONSTRUCTION ACTIVITIES IS DISTURBED SHALL REMAIN WITHIN THE AREA COVERED BY THE APPLICABLE GENERAL PERMIT NO. 2 AUTHORIZATION. MINIMIZING SOIL COMPACTION IS NOT REQUIRED WHERE THE INTENDED FUNCTION OF A SPECIFIC AREA OF THE SITE DICTATES THAT IT BE COMPACTED. PRESERVING TOPSOIL IS NOT REQUIRED WHERE THE INTENDED FUNCTION OF A SPECIFIC AREA OF THE SITE DICTATES THAT TOPSOIL BE DISTURBED OR REMOVED. SEE PART V.D.2.A.(2).(C) OF THE PERMIT FOR COMPLETE REQUIREMENTS. KEEPING PLANS CURRENT THIS SWPPP WAS PREPARED PRIOR TO THE COMMENCEMENT OF SOIL DISTURBING ACTIVITIES. THE PERMITTEE SHALL AMEND THE PLAN WHENEVER THERE IS A CHANGE IN DESIGN, CONSTRUCTION, OPERATION, OR MAINTENANCE, WHICH HAS A SIGNIFICANT EFFECT ON THE POTENTIAL FOR THE DISCHARGE OF POLLUTANTS TO THE WATERS OF TIE UNITED STATES AND WHICH HAS NOT BEEN ADDRESSED IN THE PLAN OR IF THE SWPPP PROVES TO BE INEFFECTIVE. SEE PART IV.0 OF THE PERMIT FOR COMPLETE REQUIREMENTS REGARDING UPDATING OF THE SWPPP. GENERAL NOTES ALL CONTRACTORS/SUBCONTRACTORS SHALL CONDUCT THEIR OPERATIONS IN A MANNER THAT MINIMIZES EROSION AND PREVENTS SEDIMENT FROM LEAVING THE PROJECT SITE. THE PRIME CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLIANCE AND IMPLEMENTATION OF THE STORM WATER POLLUTION PREVENTION PLAN (SWPPP) FOR THEIR ENTIRE CONTRACT, THIS RESPONSIBILITY SHALL BE FURTHER SHARED WITH SUBCONTRACTORS WHOSE WORK IS A SOURCE OF POTENTIAL POLLUTION AS DEFINED IN THIS SWPPP. A "NOTICE OF INTENT FOR NPDES COVERAGE UNDER GENERAL PERMIT NO. 2" HAS BEEN FILED WITH THE IOWA DEPARTMENT OF NATURAL RESOURCES. NOTICE OF DISCONTINUATION WITHIN 30 DAYS AFTER FINAL STABILIZATION, THE OPERATOR OR OWNER OF THE FACILITY SHALL SUBMIT A NOTICE OF DISCONTINUATION TO THE IOWA DEPARTMENT OF NATURAL RESOURCES. NON -STORM WATER DISCHARGES NON -STORM DISCHARGES MAY OCCUR FROM SUBSURFACE DRAINS INCORPORATED INTO THE PROJECT. THESE DISCHARGES WILL BE CONTROLLED BY STABILIZED OUTLETS, SEQUENCE 1. INSTALL CONSTRUCTION ENTRANCE 2. PLACE PERIMETER AND DOWNSLOPE CONTROLS 3. PROCEED WITH GRADING AND EXCAVATION 4. COVER OR STABILIZE DISTURBED AREAS AS SOON AS POSSIBLE 5. SEED DISTURBED AREA AS SOON AS POSSIBLE ONCE IT IS BROUGHT TO FINAL GRADE 6. MAINTAIN ALL TEMPORARY PERIMETER CONTROLS UNTIL ALL UPSTREAM AREAS ARE FINALLY STABILIZED. DESIGN TEAM:Ori Rl. CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 SWPPP NOTES SHEET: C.03 REV. 1 FrFNFI HMA PCC GRANULAR SEEDING EX CL 5Q INTAKE 2.522.5 RIM EL = 898 FL S = 892.75 ^-o o- Ka 6 goo -- OLD HIGHWAY ROM) 14716 OLD HIGHWAY RD FL 24' CMP = 892.75 SEEDING(TYP) FIB ---FIB FIB F 18 2 9 12795 PINE VIEW DR SILT FENCE N 4/1/1(/pt „2. HORIZONTAL SCALE IN FEET 0 20 40 DRAWING MAY HAVE BEEN REDUCED P:\23\059\DRAWINGS\CIVIL\23059 ZZ C.DWG 4/13/2023 5:56:21 AM BRYSON � O G T IP:J. 10SILT FENCE 05000 113 Fa* 12795 PINE VIEW DR G c s I / OLD HIGHWAY ROAD SEEDING (TYP) B Wit=..- 70 /_ FIO _.OB FID 14398 OLD HIGHWAY RD 8 N°°"1" HORIZONTAL SCALE IN FEET 0 20 40 DRAWING MAY HAVE BEEN REDUCED FL 24" CMP = 883.48 FL 24" CMP = 883.48 330 OLD HIGHWAY RD DESIGN TEAM:Origlfl, CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 EROSION CONTROL PLAN SHEET: C.04 REV. I FGFNn .��nlllllllllliuw.. P:\23\059\DRAWINGS\CIVIL\23059 ZZ C.DWG 4/13/2023 8:56:23 AM BRYSON \ 1L� '" RCP = 881,99 \ 76 FL 2`4E' RCP = 881.53 14330 OLD HIGHWAY RD �\ HIGHWAY ROAD PCC GRANULAR SEEDING SEEDINb (TYPE— 4.. 14257 OLD HIGHWAY I(D - ONE IONS anspel 12735 COUSINS RD ONE \ v FL 18" CMP = 875.50 FM FIB H NORTH HORIZONTAL SCALE IN FEET 0 20 40 DRASING MAY HAVE 8 N-REiCED FL 18" CMP = 874.68 14092 OLD HIGHWAY RD 14167 OLD HIGHWAY RD 14180 OLD HIGHWAY RD OLD HIGHWAY ROAD FL 15 CMP = 872.1 14149 OLD HIGHWAY RD SEEDING (T(P) FL 15" CMP = 872.45 4y. 0 14092 OLD HIGIIWAY RD HORIZONTAL SCALE IN FEET 0 20 40 DRAWN° MAY HAVE BEEN REDUCED HIa— - au_ DESIGN TEAM:Ori in. CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 EROSION CONTROL PLAN SHEET: C.05 REV. . z co id Ln 0 r N N 3 U N Ln U 0 14083 OLD HIGHWAY RD 60 14081 OLD HIGHWAY RD SEEDING (PCP) FL 15" CPE = 864.04 FL 15" CPE = 865.55 14059 OLD HIGHWAY RD OLD HIGHWAY ROAD 14092 OLD HIGHWAY RD SILT FENCE 7 14037 OLD HIGHWAY RD 14005 OLD HIGHWAY RD eLd 81;::;,• NoirRrr„H HORIZONTAL SCALE I8=EIEP 0 20- " 40 SIM i DRAWING MAY HAVE BEEN REDUCED FrFND HMA PCC GRANULAR SEEDING 813 13999 OLD HIGHWAY RD — 81: 14004 OLD HIGHWAY RD Q! c.. B1. JOHN MCFADDEN OLD III011 W A� EiD 04. -ll- 'SEEDING (TYP) W ILLIAM A & JANET L SIEGERT X h HORIZONTAL SCALE IN FEET 0 20 40 DRAWING MAY HAVE BEEN REDUCED DESIGN TEAM:Origlf CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 EROSION CONTROL PLAN SHEET: C.06 REV. s to 0 ce Er co 0 0 ci N 0 5 U 131 i FCFND HMA PCC GRANULAR SEEDING X JOHN MCFADDEN OLIGH� ROAD 13828 OLD HIGHWAY RD FL 18' CMP = 839.59 13804 OLD HIGHWAY RD Nail ART H FL 26' HORIZONTAL SCALE IN FEET 0 20 40- DRAWING MAY HAVE BEEN REDUCED EL 18 CMP= 839.15 EL 26" CMP = 835,07 2 839.15 SILT FENCE JOHN MCFADDEN OLD HIGHWAY RQAD — SEEDING (TYP) FL RCP 26" SQUARE = 830.85 FL 18" CMP = 836.4 5520 OLD I11G11WAY RD 8 FL 18" CMP = 837.69 W 05003 N HORIZONTAL SCALE IN FEET 0 20 40 DRAWN° MAY HAVE BEEN REDUCED DESIGN TEAM:Ori jfl CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 EROSION CONTROL PLAN SHEET: C.07 REV. . NOTES: 1. ALL CULVERTS TO BE INSTALLED WITH A MINIMUM 1' OF COVER IN ACCORDANCE WITH CITY AND COUNTY REQUIREMENTS, UNLESS OTHERWISE APPROVED. 2. THE CONTRACTOR SHALL GRADE AROUND THE CULVERT INLETS AND OUTLETS TO ALLOW PROPER DRAINAGE. 3. UNTIL PERMANENT PAVING IS PLACED, CONTRACTOR SHALL PLACE GRANULAR SURFACING FOR TEMPORARY SURFACE. THIS IS INCIDENTAL TO THE PAVEMENT RESTORATION. 2 y # 0 �_ AFL 24 CMP = 892.75 14 '7160LD HIGHWAY RD EX CL SQ INTAKE 2.5x2.5 RIM EL = 898 FL S = 892.75 0 OLD 111_un --0- 0 0 /D o— 0 0 _o �B-- 12795 PINE VIEW DR .,nnlllll�lllllllo,.. NORTH HORIZONTAL SCALE IN FEET 0 20 40 DRAM, MAY HAVE BEEN REDUCED 0- P:\23\059\DRAWINGS\CIWL\23059 ZZ 0 OWG.OWG 4/13/2023 8:56:35 AM B o\, 05000 HMA PAVEMENT PATCH IB -- m • 12795 PINE VIEW DR FI8 OLD HIGHWAY ROAD 14398 OLD HIGHWAY RD _. ....._QD SIB HORIZONTAL SCALE IN FEET 0 20 40 DRABING MAY HAVE BEEN REDUCED FI 14330 OLD HIGHWAY RD DESIGN TEAM :origin, CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PAVING AND CULVERT REPLACEMENT PLAN SHEET: D.01 REV.. P: \ 23 \ 059 \DRAWINGS \CIML \ 23059 ZZ D DWG.DWG 4/13/2023 8:55:37 AM BRYSON 'MNSKY STA 12+55, 0' L FES 1 (CMP) FL 883.50 24" CMP HMA DRIVEWAY Ol•ic STA 12+82, 0' L FES 2 (CMP) FL 883.35 STA 13+24, 1' L FES 3 (RCP) 14330 OLD HIGHWAY RD FL 882.11 NOTES: 24" RCP 1. ALL CULVERTS TO BE INSTALLED WITH A MINIMUM 1' OF COVER IN ACCORDANCE WITH CITY AND COUNTY REQUIREMENTS, UNLESS OTHERWISE APPROVED. 2. THE CONTRACTOR SHALL GRADE AROUND THE CULVERT INLETS AND OUTLETS TO ALLOW PROPER DRAINAGE. 3. UNTIL PERMANENT PAVING IS PLACED, CONTRACTOR SHALL PLACE GRANULAR SURFACING FOR TEMPORARY SURFACE. THIS IS INCIDENTAL TO THE PAVEMENT RESTORATION. HMA DRIVEWAY STA 13+53, 1' R FES 4 (RCP) FL 881.41 OLD py, -IIWA Y ROAD - ,y- 14257 OLD HIGHWAY RD c0: .44 71-97 ROTECT CULVERT 12735 COD NS RD FL 18" CMP = 875.50 PAVEMENT PATCH HMA NORTH HORIZONTAL SCALE IN FEET 0 20 40 DRAWNG MAY HAVE BEEN REDUCED FL 18" CMP 874.68 HMA DRIVEWAY . 11—Thoos -- , — .2-gr._ W I22.22-1 91 - , ... • ' -2. , -- / . 14092 OLD HIGHWAY RD 3 14167 OLD HIGHWAY RD 14180 OLD HIGHWAY RD OLD HIGHWAY ROAD 14149 OLD HIGHWAY RD GRANULAR DRIVEWAY STA 22+86, 2' L FES 5 (CMP) FL 872,09 15'1 CMP STA 23+24, 1' L FES 6 (CMP) FL 872,47 HORIZONTAL SCALE IN FEET 0 20 40 DRAWING MAY HAVE BEEN REDUCED GRANULAR DRIVEWAY 14092 OLD HIGHWAY RD DESIGN TEAM:Origin_ CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PAVING AND CULVERT REPLACEMENT PLAN SHEET: 0.02 REV. 0 m P:\23\959\DRAWNGS\C VL\23059 22 D DWG.DWG 4/13/2023 8:5 GRANULAR DRIVEWAY 14083 OLD HIGHWAY RD STA 26+38, 2' R FES 7 (CMP) FL 865.55 5" C P 14081 OLD HIGHWAY RD GRANULAR DRIVEWAY STA 26+79, 2' R FES 8 (CMP) FL 864.04 14059 OLD HIGHWAY RD OLD HIGHWAY ROAD - 14092 OLD HIGHWAY RD 7 14037 OLD HIGHWAY RD NoIIR Im HORIZONTAL SCALE IN FEET 0 20 40 DRAWING MAY HAVE -BEER REDUCED — 14005 OLD HIGHWAY RD NOTES: 1. ALL CULVERTS TO BE INSTALLED WITH A MINIMUM 1' OF COVER IN ACCORDANCE WITH CITY AND COUNTY REQUIREMENTS, UNLESS OTHERWISE APPROVED. 2. THE CONTRACTOR SHALL GRADE AROUND THE CULVERT INLETS AND OUTLETS TO ALLOW PROPER DRAINAGE. 3. UNTIL PERMANENT PAVING IS PLACED, CONTRACTOR SHALL PLACE GRANULAR SURFACING FOR TEMPORARY SURFACE. THIS IS INCIDENTAL TO THE PAVEMENT RESTORATION. 13999 OLD HIGHWAY RD • GRANULAR DRIVEWAY 14004 OLD HIGHWAY RD JOHN MCFADDEN OLD IIIGH ROAD ell n ,. DI 913 sec — i 9 W ILLIAM A & JANET L SIEGERT 01 O HORIZONTAL SCALE IN FEET 0 20 40 011 DRAWING MAYY H�5EN REDUCED DESIGN TEAM:Ori Rl, CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PAVING AND CULVERT REPLACEMENT PLAN SHEET: D.03 REV. . NOTES: P: \23\059\DRAWINGS \CIVIL\23059 ZZ D OWG.DWG 4/13/2023 B:56:42 AM BRYSON 1. ALL CULVERTS TO BE INSTALLED WITH A MINIMUM 1' OF COVER IN ACCORDANCE WITH CITY AND COUNTY REQUIREMENTS, UNLESS OTHERWISE APPROVED. 2. THE CONTRACTOR SHALL GRADE AROUND THE CULVERT INLETS AND OUTLETS TO ALLOW PROPER DRAINAGE. 3. UNTIL PERMANENT PAVING IS PLACED, CONTRACTOR SHALL PLACE GRANULAR SURFACING FOR TEMPORARY SURFACE. THIS IS INCIDENTAL TO THE PAVEMENT RESTORATION. OLD HIGHWAY ROAD JOHN MCFADDEN PCC DRIVE MAINTAIN ACCESS VIA GRANULAR SURFACING OR OTHER ENGINEER APPROVED METHOD WHILE CONCRETE CURES (INCIDENTAL TO PCC DRIVEWAY CONSTRUCTION) AY x 4 BI3 L HMA DRIVEWAY REPLACEMENT EXTENDS TO THE NEAREST PAVEMENT JOINT 13828 OLD HIGHWAY RD STA 42+73, 2' R FES 9 (CMP) FL 839.62 RrN HORIZONTAL ALE-IN-FEEi— �0— — 20 40 DRAWING MAY HAVE BEEN REDUCED HMA DRIVEWAY 18" CMP 13804OLD HIGHWAY RD 6 STA 43+19, 1' R FES 10 (CMP) FL 839.12 FL 26" CMP = 835.07 ,2 FL FRCP 26" SQUARE = 830.85 R JOHN MCFADDEN OLD HIGHWAY ROAD STA 45+86, 3' R FES 11 (CMP) FL 836.32 8" CMP 5520 OLD HIGHWAY RD A DRIVEWAY I co 8 STA 46+29, 4' R FES 12 (CMP) FL 837.78 05003 VI AO — — N HORIZONTAL SCALE IN FEET 0 20 40 11111111111111 DRAWING MAY HAVE BEEN REDUCED DESIGN TEAM:Origin, CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PAVING AND CULVERT REPLACEMENT PLAN SHEET: D.04 REV. . TRAFFIC CONTROL NOTES: rc a n Cd 0 0 0 U a to co 0 (J 3 DURING WATER MAIN CONSTRUCTION ON OLD HIGHWAY ROAD. THE ROAD MAY BE CLOSED AND TRAFFIC DETOURED. SEE SHEET J.2. CONTRACTOR SHALL MAINTAIN ACCESS AT ALL TIMES TO RESIDENTS AND BUSINESSES ALONG THE ROUTE AND THAT HAVE ACCESS TO THEIR PROPERTY OFF OF OLD HIGHWAY ROAD. CONSTRUCTION CANNOT START UNTIL AUGUST 1, 2023. A BID ITEM FOR THE PROJECT IS INCLUDED FOR THE TRAFFIC CONTROL ASSOCIATED WITH THE DETOUR FOR THIS PROJECT. THE BID ITEM "TRAFFIC CONTROL" SHALL INCLUDE THE COST FOR FURNISHING, ERECTING, MAINTAINING, AND REMOVING ALL TRAFFIC CONTROL DEVICES ASSOCIATED WITH THE PROPOSED DETOUR. THE CONTRACTOR IS RESPONSIBLE FOR ALL TRAFFIC CONTROL DEVICES AND DETOUR SIGNING, INCLUDING HAZARD PROTECTION NOT SPECIFICALLY SHOWN ON THESE PLANS BUT DICTATED BY CONSTRUCTION OPERATIONS FOR THE WORK AREA. THE CONTRACTOR IS RESPONSIBLE FOR INSPECTION OF TRAFFIC CONTROL DEVICES DURING WORKING HOURS, NIGHTTIME, AND WEEKENDS TO ASSURE THAT THE DEVICES ARE CORRECTLY POSITIONED AND IN WORKING ORDER. ALL TEMPORARY TRAFFIC CONTROL SIGNS AND DEVICES SHALL BE IN CONFORMANCE WITH THE MOST RECENT EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES. ALL SIGNS SHALL BE IN CONFORMANCE WITH THE STANDARD HIGHWAY SIGNS BOOK. WORK SHALL NOT BEGIN WITHOUT ADEQUATE TRAFFIC CONTROL IN PLACE. PROPOSED SIGN SPACING MAY BE MODIFIED IF APPROVED BY THE ENGINEER TO MEET EXISTING FIELD CONDITIONS OR TO PREVENT OBSTRUCTION OF THE MOTORIST'S VIEW OF PERMANENT SIGNING. PROPOSED CHANGES IN THE TRAFFIC CONTROL PLAN SHALL BE REVIEWED WITH THE PROJECT ENGINEER AND APPROVAL OBTAINED BEFORE CHANGES ARE MADE OR TRAFFIC CONTROL IS INSTALLED. THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NON -WORKING HOURS SHALL BE IN SUCH A PLACE 50 IT IS NOT SUBJECT TO BEING HIT BY ERRANT VEHICLES. EQUIPMENT SHALL NOT BE STORED WHERE IT BLOCKS THE VIEW OF TRAFFIC CONTROL DEVICES OR VISIBILITY AT INTERSECTIONS. THE CONTRACTOR SHALL NOTIFY THE DOT MAINTENANCE SUPERVISOR (563-582-3063) PRIOR TO PLACEMENT OF SIGNS ON US HIGHWAY 20 NO LESS THAN 2 WEEKS IN ADVANCE OF THE PROPOSED CLOSURE. THE CONTRACTOR SHALL NOTIFY THE CITY, COUNTY ENGINEER, AND DUBUQUE COUNTY FAIRGROUNDS NO LESS THAN TWO WEEKS IN ADVANCE OF THE DETOUR IN ORDER TO ALLOW ADVANCE NOTICE AND PUBLIC NOTIFICATION. D3-1, BLACK ON ORANGE 6 UPPERCASE 4.5" LOWERCASE M4-8, 24"X12" M5-1, 21"X15" OLD HWY RDil DETOUR D3-1, BLACK ON ORANGE 6' UPPERCASE 4. " LOWERCASE M4-8, 2411%12" M6-1, 21"X15" ROAD CLOSED TO THRU TRAFFIC TYPE III BARRICADE R11-4, 60"X30" M4-10, 48"X18" OLD HWY RD DETOUR 03-1, BLACK ON ORANGE 6 UPPERCASE 4.5" LOWERCASE D3-1, BLACK ON ORANGE 6 UPPERCASE 4.5" LOWERCASE M4-8, 24"X12" M4-8, 24"X12" M5-3, 21"X15" M6-1, 21"X15" OLD HWY RD CLOSED TO THRU TRAFFIC FOLLOW DETOUR SPECIAL SIGN, BLACK ON ORANGE, 6" UPPERCASE LETTERS, 4.5" LOWERCASE LETTERS, B SERIES LETTERS, 100% SPACING RATIO OLD HWY PDT DETOUR f D3-1, BLACK ON ORANGE 6 UPPERCASE 4.5" LOWERCASE M4-8, 24"X12" M6-3, 21"X15" DUBUQUE COUNTY 4. FAIRGROUNDS MOWS "t SPECIAL SIGN, BLACK ON ORANGE, 6" UPPERCASE LETTERS, 4.5" LOWERCASE LETTERS, B SERIES LETTERS, 100% SPACING RATIO OLD HWY RD EN) DETOU D3-1, BLACK ON ORANGE 6" UPPERCASE 4.5" LOWERCASE M4-8a, 24"X18" DUBUQUE COUNTY 4. FAIRGROUNDS LOCAL BUSINESSES .; SPECIAL SIGN, BLACK ON ORANGE, 6" UPPERCASE LETTERS, 4.5" LOWERCASE LEIILRS, B SERIES LETTERS, 100% SPACING RA71O W20-3 36"X36" MIN. ROAD CLOSED TO THRU TRAFFIC R11-4, 60"X30" W20-2 36"X36" MIN. ROAD CLOSED 1/2 MILES AHEAD LOCAL TRAFFIC ONLY R11-3A 60"X30" W20-2 36"X36" MIN. DESIGN TEAM:Origin? CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 TRAFFIC CONTROL NOTES SHEET: J.01 REV. . .��nlllll����llllllle�. NORTH P:\23\059\DRAWINGS\CIVIL\23059 ZZ TRAFFIC CONTROLDWG 4/13/2023 3:56:44 AM BRYSON WINSKY PORTABLE DYNAMIC MESSAGE SIGN LOCATION, 5 DAYS IN ADVANCE OF DETOUR "OLD HWY RD CLOSED CLOSURE BEGINS MONTH/DAY" PORTABLE DYNAMIC MESSAGE SIGN LOCATION,'', 5 DAYS IN ADVANCE e OF DETOUR =" "OLD HWY RD CLOSED CLOSURE BEGINS MONTH/DAY":. HORIZONTAL SCALE IN FEET 0 50 100 DRAWING MAY HAVE BEEN REDUCED THE EXISTING PERMANENT SIGN DIRECTING TRAFFIC TO TURN RIGHT FOR THE DUBUQUE COUNTY FAIRGROUNDS SHALL BE COVERED. DESIGN TEAM:Ori in.. CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 TRAFFIC CONTROL PLAN SHEET: J.02 REV. ..ati11lllllluw,,.. s 61 00 N co 0 s z m n /1 Lei "-8� GV 1 (12" MJ RS2 ) WM STA 0+14.22 REMOVE EX 12" GV AND INSTALL NEW 12" GV. SALVAGE EX 12" GV TO CITY. 0 - XO ,"1/4 ROW CONTRACTOR TO PROVIDE 6" OF INSULATION BOARD BETWEEN WATER MAIN AND STORM STRUCTURE. INCIDENTAL TO WM INSTALLATION. — _ 6 _ D . 5 o--_ D iv O D 0— O N 12"—OIP a -W _. W F— W W —I W W -o_ PROTECT EX STORM STRUCTURE _ EIB. OLD HIGHWAY ROAD FIB 910 - 905 L 900 — 895' 890: 885 880 m /WM 0+14 896.07 GV 1 (12" MJ RS) WM STA 0+14.22 — CONNECT TO EXI 0 rn m ,ll O m m N tom 0 of 0 CO 0 m m cn m m N m cri m m ro of m 0 m cn 0 m m 00 0 m m cn 00 m 00 cm o) m cn w 0 03 CO co m W m 0 m co m N Od 0 N m NOTES: C 8 NORTH 'HORIZONTAL SCALE IN FEET 0 20 4D DRAWING MAY HAVE BEEN REDUCED BEND 1 (90'-12") WM STA 5+48.41 RESTRAIN ALL JOINTS WITHIN 14' OF THE BEND BEND 2 (90'-12") M WM STA 5+97.49 \'T -� �` ,1j' RESTRAIN ALL JOINTS WITHIN 14' OF THE BEND '~` 0 cd 0 1. THE LOCATION OF UTILITIES INDICATED ON THE PLAN ARE TAKEN FROM FIELD MEASUREMENTS & EXISTING PUBLIC RECORDS. ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN MAY BE PRESENT. THE UTILITIES PRESENT MAY NOT EXIST AS SHOWN. IT SHALL BE THE DUTY OF ANYONE MAKING USE OF THESE PLANS TO ASCERTAIN THE EXACT LOCATION, SIZE, AND ELEVATION OF ALL UTILITIES PRESENT. 2. ALL CROSSINGS OF EXISTING UTILITIES SHALL BE FIELD VERIFIED FOR LOCATION AND ELEVATION. m CO THE CONTRACTOR SHALL MAINTAIN THE INTEGRITY OF THE EX UTILITIES AT CROSSING LOCATIONS, INCLUDING ANY UTILITIES THAT MAY NOT BE SHOWN ON THE PLANS IF THE CONTRACTOR DETERMINES THAT THEY NEED TO REMOVE AND REINSTALL THE EX UTILITIES TO INSTALL THE PROPOSED IMPROVEMENTS, THE WORK SHALL BE CONSIDERED INCIDENTAL TO THE WATER MAIN INSTALLATION. ALL SIGNS TO BE REMOVED AND REINSTALLED SHALL BE REINSTALLED IN ACCORDANCE WITH CITY AND COUNTY STANDARDS. m co 0 oi 00 n CO rn m BEND 1 (90'-12") WM STA 5+48.41 00 m w m m BEND 2 (90'-12") WM STA 5+97.49 07 m 0 m WM ST m 0] 0+00 0+50 1+00 1+50 2+00 2+50 3+00 3+50 4+00 4+50 5+00 5+50 910 905 900 890 885 15 0 .580 N SD 0 00 6+00 0 z 0 DESIGN TEAM:Origi . CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PLAN AND PROFILE SHEET: MWM.01 REV. . TER GV 2 (6" MJ RS) WM STA 6+85.12, 1.22' 05000 TEE 1 (12"x6" SWIVEL) WM STA 6+85.13 IB GV 3 (12" MJ RS) WM STA 6+90.18 HYD 1 (6") WM STA 6+85.11, 4.33' RESTRAIN ALL JOINTS BETWEEN TEE AND HYDRANTS REMOVE & REINSTALL SIGN (INCIDENTAL TO WM INSTALLATION) _. Pp FIB .... WM ----, M I� M • I PLUG 1 (8") I WM STA 9+28.53, 11.41'/ TEE 3 (8"x6" SWIVEL) I RESTRAIN ALL JOINTS BETWEEN WM STA 9+28.51, 10.99' 12"x8" TEE AND THE PLUG I 1 I 11 PROTECT MAIL BOXES OR REMOVE & REINSTALL MAIL BOXES (INCIDENTAL TO WM INSTALLATION) RE —INSTALLATION IN ACCORDANCE WITH COUNTY AND LISPS REQUIREMENTS. D 4 (8" MJ RS)_ A 9+28.04, 1.16' 8" DIPJ I/ 1 TEE 2 (12"x8" SWIVEL) WM STA 9+28.04 ESTRAIN ALL JOINTS BETWEEN THE TEE AND THE PLUG, RESTRAIN ALL JOINTS WTHIN 5' OF THE TEE, 12" SIDES APPROXIMATE ROW STA 9+33.03 --" HYD 2 (6") WM STA 9+32.52, 10.86' 6" DIP GV 5 (6" MJ RS) i WM STA 9+29.48, 10.95' P:\23\059\DRAWINGS\CIVIL\23059 ZZ MWM.DW 4/13/2023 8:56:55 905 --- 900 895 890 885 880 875 oo m TEE 1 (12"x6" SWIVEL) WM STA 6+85.13_-_- GV 3 (12" MJ RS) WM STA 6+90.18 TEE 2 (12"x8" SWIVEL) WM STA 9+28.04 GV 6 (12" MJ RS WM STA 9+33.03 NOTES: "xnlllllllllulll,,.. NORTH HORIZONTAL SCALE IN FEET 0 20 40 11011 DRAIMNG MAY HAVE BEEN REDUCED REMOVE & REINSTALL SIGN (INCIDENTAL TO WM INSTALLATION) OLD HIGHWAY ROAD B .-.. FIB • N O 1. THE LOCATION OF UTILITIES INDICATED ON THE PLAN ARE TAKEN FROM FIELD MEASUREMENTS & EXISTING PUBLIC RECORDS. ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN MAY BE PRESENT. THE UTILITIES PRESENT MAY NOT EXIST AS SHOWN. IT SHALL BE THE DUTY OF ANYONE MAKING USE OF THESE PLANS TO ASCERTAIN THE EXACT LOCATION, SIZE, AND ELEVATION OF ALL UTIUTIES PRESENT. 2. ALL CROSSINGS OF EXISTING UTILITIES SHALL BE FIELD VERIFIED FOR LOCATION AND ELEVATION. 3. THE CONTRACTOR SHALL MAINTAIN THE INTEGRITY OF THE EX UTILITIES AT CROSSING LOCATIONS, INCLUDING ANY UTILITIES THAT MAY NOT BE SHOWN ON THE PLANS IF THE CONTRACTOR DETERMINES THAT THEY NEED TO REMOVE AND REINSTALL THE EX UTIUTIES TO INSTALL THE PROPOSED IMPROVEMENTS, THE WORK SHALL BE CONSIDERED INCIDENTAL TO THE WATER MAIN INSTALLATION. 4. ALL SIGNS TO BE REMOVED AND REINSTALLED SHALL BE REINSTALLED IN ACCORDANCE WITH CITY AND COUNTY STANDARDS. 905 900 895 890 885 - 880 0 m 0)0)mm mco r 0 0 0 m m of w m m m m oi CO W N m 113 CO Do 01 CD CO ai m to to m 0) CO M m cc/ co M m 01 a 03 m CO m N m co co co to m CO CO CO m r co co O m oo N m N co ot CO CO CO n oa GO O to M W m m m oa 0 m cti m CO N co r m co m CO CD CO CO b 0 m m 0) 00 m N N m 6+00 6+50 7+00 7+50 8+00 8+50 9+00 9+50 10+00 10+50 11+00 11+50 0 ,B75F r m 12+00 10 0 DESIGN TEAM:Origin,. CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PLAN AND PROFILE SHEET: MWM.02 REV. ..,nlll��l�luullu,.. 0 PROTECT SIG IB COORDINATE WITH POWER COMPANY TO HOLD POLE ZIE FIB NORTH HORIZONTAL SCALE IN FEET 0 20 40 / 7 — . , PROTECT EX DRAWING MAY HAVE BEEN REDUCED 0 CULVERT I w /� • GV 10 (12'MJ RS) MSTA 17+73.46 S — _ TEE 4 (12"x8" SWIVEL) APPROXIMATE ROW _ — WM STA 17+6 .40 — — — — _ _-- — RESTRAIN ALL JOINTS -BEEN- F, GV___--TEE AN PLUG 7 (12" MJ RS) WM STA 17+57.3691 COORDINATE WITH POWER COMPANY TO HOLD POLE OLD HIGHWAY ROAD 2023 8:56:57 AM 3RYSON 3 2 3 2 i s 03 CD 0( 0 irn 890 885 880 875 870 860 n m Nm CON co oo (0 W oo _— co EX ELEV 0 12" DIP to (0 w NOTES: 0 COORDINATE WITH POWER COMPANY TO HOLD POLE GV 9(8" MJ RS) WM STA 17+65.41, 1.32' HYD 3 (6") WM STA 17+61.87, 13.19' RESTRAIN ALL JOINTS BETWEEN THE TEE AND HYDRANT GV 8 (6" MJ RS) WM STA 17+64.47, 13.21' TEE 5 (8"x6" SWIVEL) WM STA 17+65.58, 13.22' PLUG 2 (8") WM STA 17+65.58, 13.64' RESTRAIN ALL JOINTS BETWEEN 12"x8" TEE AND PLUG 1. THE LOCATION OF UTILITIES INDICATED ON THE PLAN ARE TAKEN FROM FIELD MEASUREMENTS & EXISTING PUBLIC RECORDS. ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN MAY BE PRESENT. THE UTILITIES PRESENT MAY NOT EXIST AS SHOWN. IT SHALL BE THE DUTY OF ANYONE MAKING USE OF THESE PLANS TO ASCERTAIN THE EXACT LOCATION, SIZE, AND ELEVATION OF ALL U11LU1ES PRESENT. 2. ALL CROSSINGS OF EXISTING UTILITIES SHALL BE FIELD VERIFIED FOR LOCATION AND ELEVATION. 3. THE CONTRACTOR SHALL MAINTAIN TFIE INTEGRITY OF THE EX UTILITIES AT CROSSING LOCATIONS, INCLUDING ANY UTILITIES THAT MAY NOT BE SHOWN ON THE PLANS. IF THE CONTRACTOR DETERMINES THAT THEY NEED TO REMOVE AND REINSTALL THE EX UTILITIES TO INSTALL THE PROPOSED IMPROVEMENTS, THE WORK SHALL BE CONSIDERED INCIDENTAL TO THE WATER MAIN INSTALLATION. 4. ALL SIGNS TO BE REMOVED AND REINSTALLED SHALL BE REINSTALLED IN ACCORDANCE WITH CITY AND COUNTY STANDARDS. N to 3 e coco n GV 7 (12" MJ RS) WM STA 17+57.36 TEE 4 (12"x8" SWIVEL) WM STA 17+65.40 GV 10 (12" MJ RS) WM STA 17+73.46 00 CO O N m N1 m roco ro m mO m coFri N Om mN corn m m �COn ron m N 0o co mco 00 ^ CO 12+00 12+50 13+00 13+50 14+00 14+50 15+00 15+50 16+00 16+50 17+00 17+50 890 10 885 u 5 m Q F 880 c 875 870 865 860 oi m m 18+00 ri 8 Q DESIGN TEAM:Origin. CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PLAN AND PROFILE SHEET: MWM.03 REV. . .,,naIIIIum,".. NORTH OHE 3V 10 (12" MJ RS) NM STA 17+73.46 / / H FIB FIB FlB —8" DI /1 0t002 1 PROTECT EX CULVERT OLD HIGHWAY ROAD APPROXIMATE ROW REMOVE & REINSTALL SIGN (INCIDENTAL TO WM INSTALLATION) 875-" fliti ._ Bt4 Hu N P:\23\059\DRAWINGS\CIVIL\23059 ZZ MWM.DWG 4/13/2023 8:57:00 AM B 885 880 875 870 865 860 855 m NN ,nro h h co m m h Eddn N: co m� mco CO� mm 17+75 18+00 18+50 12" DIP co N. — O z N N EX ELEV o O mM rr 'oo co co 19+50 20+00 N tO m TEE 6 (12"x6" SWIVEL) WM STA 22+76.05 GV 11 (6" MJ RS) WM STA 22+76.06, 1.32' NOTES: HORIZONTAL SCALE IN FEET 0 20 40 101110111111 DRAYAN0 MAY HAVE BEEN REDUCED REMOVE & REINSTALL SIGN (INCIDENTAL TO INSTALLATION) GV 12 (12" MJ RS) HYDW14M STA 22+81.03 WM STA 22+76.06, 4.81' RESTRAIN ALL JOINTS BETWEEN THE TEE AND HYDRANT 1. THE LOCATION OF UTILITIES INDICATED ON THE PLAN ARE TAKEN FROM FIELD MEASUREMENTS & EXISTING PUBLIC RECORDS. ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN MAY BE PRESENT. THE UTILITIES PRESENT MAY NOT EXIST AS SHOWN. IT SHALL BE THE DUTY OF ANYONE MAKING USE OF THESE PLANS TO ASCERTAIN THE EXACT LOCATION, SIZE, AND ELEVATION OF ALL UTILITIES PRESENT. 2. ALL CROSSINGS OF EXISTING UTILITIES SHALL BE FIELD VERIFIED FOR LOCATION AND ELEVATION. THE CONTRACTOR SHALL MAINTAIN THE INTEGRITY OF THE EX UTILITIES AT CROSSING LOCATIONS, INCLUDING ANY UTILITIES THAT MAY NOT BE SHOWN ON THE PLANS IF THE CONTRACTOR DETERMINES THAT THEY NEED TO REMOVE ANO REINSTALL THE EX UTILITIES TO INSTALL THE PROPOSED IMPROVEMENTS, THE WORK SHALL BE CONSIDERED INCIDENTAL TO THE WATER MAIN INSTALLATION. 4. ALL SIGNS TO BE REMOVED AND REINSTALLED SHALL BE REINSTALLED IN ACCORDANCE WITH CITY AND COUNTY STANDARDS. TEE 6 (12"x6" SWIVEL) WM STA 22+76.05 to N O N ^ O N to n d' < NIN(Om 0)oo m� n� n� nRE n,o rm nc m 1°m tOm mm mm £0 mm N m GV 12 (12" MJ RS WM STA 22+81.03 m rd m m m co m 885 880 m 875 870 865 1O 860 z (Qj5 855 0 f N c0 CO 0 20+50 21+00 21+50 22+00 22+50 23+00 23+50 23+75 DESIGN TEAM:Origifl CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PLAN AND PROFILE SHEET: MWM.04 REV. .,nallll�lllluo,.. NORTH R:\23\059\DRAWINGS\CIVIL\23059 ZZ MWM.DWG 4/13/2023 8:57:02 AM BRYSON WINSKY OLD HIGHWAY ROAD APPROXIMATE ROW 04l—a1-i 0 REMOVE & REINSTALL SIGN (INCIDENTAL TO WM INSTALLATION) i — n PROTECT POWER POLE 880 875 870 865 860 850 845 3) _--4—mom T_.co a Z to — NOTES: HORIZONTAL SCALE IN FEET 0 20 40 DRAVINO MAY HAVE BEEN REDUCED 1. THE LOCATION OF UTILITIES INDICATED ON THE PLAN ARE TAKEN FROM FIELD MEASUREMENTS & EXISTING PUBLIC RECORDS. ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN MAY BE PRESENT. THE UTILITIES PRESENT MAY NOT EXIST AS SHOWN. IT SHALL BE THE DUTY OF ANYONE MAKING USE OF THESE PLANS TO ASCERTAIN THE EXACT LOCATION, SIZE, AND ELEVATION OF ALL UTILITIES PRESENT. 2. ALL CROSSINGS OF EXISTING UTILITIES SHALL BE FIELD VERIFIED FOR LOCATION AND ELEVATION. 3. THE CONTRACTOR SHALL MAINTAIN THE INTEGRITY OF THE EX UTILITIES AT CROSSING LOCATIONS, INCLUDING ANY UTILITIES THAT MAY NOT BE SHOWN ON THE PLANS IF THE CONTRACTOR DETERMINES THAT THEY NEED TO REMOVE AND REINSTALL THE EX UTILITIES TO INSTALL THE PROPOSED IMPROVEMENTS, THE WORK SHALL BE CONSIDERED INCIDENTAL TO THE WATER MAIN INSTALLATION. 4. ALL SIGNS TO BE REMOVED AND REINSTALLED SHALL BE REINSTALLED IN ACCORDANCE WITH CITY AND COUNTY STANDARDS. m (0 W - F- 0 N 3 CO N w 0 m W' N m 0 m N CO CO m CO r 0 CO m m m rn M m N m N M CO w CD 47, m N m 71- m m m N m m LO Lfl m a oi m CO m m COad O a a) a m to cow rn CO N m 0 m N m m m N m N m m 0 0 m CO N coui m ND m m CO rn ui o0'o COto 880 875 870 865 860 855 U Dt 850 0) 845 0 m co6 rc n mt 0 m °Jm rc 23+75 24+00 24+50 25+00 25+50 26+00 26+50 27+00 27+50 28+00 28+50 29+00 29+50 29+75 DESIGN TEAM:OrigRI, CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PLAN AND PROFILE SHEET: MWM.05 REV.. o uiIIIIIIIuI IL TEE 7 (12"x6" SWIVEL) WM STA 30+85.12 _ GV 13 (6" MJ RS) WM STA30 85:1273,3I_ 8114 0 COORDINATE WITH POWER COMPANY TO HOLD POLE HYD 5 (6") WM STA 30+85.13, 4.37' RESTRAIN ALL JOINTS BETWEEN THE TEE AND HYDRANT GV 14 (12" MJ RS) WM STA 30+90.12 COORDINATE WITH POWER COMPANY TO HOLD POLE APPROXIMATE ROW OLGWAY—ROATZ— — REMOVE AND REINSTALL SIGN (INCIDENTAL TO WM INSTALLATION) eH w- QI0' ell �"> BIl eu., W e1 y z to cid 01 In ce 0 1 U 3 n 870 865 860 855 850 840 • 835 0 Y CO _ —+— _ — 0 w W W O 3 tc- 0 0- a 00 n GV 14 (12" MJ RS) WM STA 30+90.12 TEE 7 (1211x6" SWIVEL) WM STA 30+85.12 -"'-En' EX ELEV 0 to m M 0 x NOTES: PROTECT EX FENCE NORTH HORIZONTAL-SEAtE 1N EET 6 20 40 DRAIMNG MAY HAVE BEEN REDUCED e0 x gu 1. THE LOCATION OF UTILITIES INDICATED ON THE PLAN ARE TAKEN FROM FIELD MEASUREMENTS & EXISTING PUBLIC RECORDS. ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN MAY BE PRESENT. THE UTILITIES PRESENT MAY NOT EXIST AS SHOWN. IT SHALL BE THE DUTY OF ANYONE MAKING USE OF THESE PLANS TO ASCERTAIN THE EXACT LOCATION, SIZE, AND ELEVATION OF ALL UTILITIES PRESENT. 2. ALL CROSSINGS OF EXISTING UTILITIES SHALL BE FIELD VERIFIED FOR LOCATION AND ELEVATION. 3. THE CONTRACTOR SHALL MAINTAIN THE INTEGRITY OF THE EX UTILITIES AT CROSSING LOCATIONS, INCLUDING ANY UTIUTIES THAT MAY NOT BE SHOWN ON THE PLANS IF THE CONTRACTOR DETERMINES THAT THEY NEED TO REMOVE AND REINSTALL THE EX UTILITIES TO INSTALL THE PROPOSED IMPROVEMENTS, THE WORK SHALL BE CONSIDERED INCIDENTAL TO THE WATER MAIN INSTALLATION. 4. ALL SIGNS TO BE REMOVED AND REINSTALLED SHALL BE REINSTALLED IN ACCORDANCE WITH CITY AND COUNTY STANDARDS. el , e1 t0 in co Ito (o0: co N co O" N COZN d' • � co IOC �� 00p 4 co NN �� R)� 3 0 OIO N N,p' o].� IRO �[O .-� cc) h m O,ri 10 m WN co re OO N� Od; CO20 0 N17 .Ip 11 CON �J M mN N W R)in 10 CO �N r N D7in ep mh •top' N o] D7� CO 00 SRO NOj o ma IO N V� N co to b _O "I^ N 00 0 CO OV N N N •� •n]d' CO m O,ri Ill LD lq O `l' 00 �� Oi + �� O1 Nj co MI(1 o]N a ,p h d' CO co, I�NI d m`f v.RI h , ROB R� N ,n .RI O 0� (O �' 0 NM NQ'cri J' Wd' N 00 0- W 29+75 30+00 30+50 31+00 31+50 32+00 32+50 33+00 33+50 34+00 34+50 35+00 35+50 870 865 860 855 850 845 w 840 z U N 835 ai oi 35+75 K DESIGN TEAM:Ori Rl, CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PLAN AND PROFILE SHEET: MWM.06 REV. ...a11llllllluw. NORTH PROTECT EX FENCE APPROXIMATE ROW OLD HIGHWAY ROAD TEE 8 (12"x6" SWaVEL) WM STA 38+86.57 GV 15 (6" MJ RS) WM STA 38+86.57, 1.36' GV 16 (12" MJ RS) WM STA 38+91.55 HYD 6 (6") WM STA 38+86.59, 5.03' RESTRAIN ALL JOINTS BETWEEN THE TEE AND HYDRANT x 855 850 845 840 835 830 825 01 m TEE 5 (12"x6" SWIVEL) WM STA 38+86.57 GV 16 (12" MJ RS) WM STA 38+91.55 NOTES: x HORIZONTAL SCALE IN FEET 0 20 40 DRAWING MAY HAVE BEEN REDUCED eld 'm t ei REMOVE & REINSTALL SIGN (INCIDENTAL TO WM INSTALLATION 1. THE LOCATION OF UTILITIES INDICATED ON THE PLAN ARE TAKEN FROM FIELD MEASUREMENTS & EXISTING PUBLIC RECORDS. ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN MAY BE PRESENT. THE UTILITIES PRESENT MAY NOT EXIST AS SHOWN. IT SHALL BE THE DUTY OF ANYONE MAKING USE OF THESE PLANS TO ASCERTAIN THE EXACT LOCATION, SIZE, AND ELEVATION OF ALL UTILITIES PRESENT. 2. ALL CROSSINGS OF EXISTING UTILITIES SHALL BE FIELD VERIFIED FOR LOCATION AND ELEVATION. 3. THE CONTRACTOR SHALL MAINTAIN THE INTEGRITY OF THE EX UTILITIES AT CROSSING LOCATIONS, INCLUDING ANY UTILITIES THAT MAY NOT BE SHOWN ON THE PLANS IF THE CONTRACTOR DETERMINES THAT THEY NEED TO REMOVE AND REINSTALL THE EX UTILITIES TO INSTALL THE PROPOSED IMPROVEMENTS, THE WORK SHALL BE CONSIDERED INCIDENTAL TO THE WATER MAIN INSTALLATION. 4. ALL SIGNS TO BE REMOVED AND REINSTALLED SHALL BE REINSTALLED IN ACCORDANCE WITH CITY AND COUNTY STANDARDS. m 0 W n — to Fl m M m nm d �M mm _m � aad 'rl Wm Mn rih V'M co rm Jn >r) comm mo co5 VM o]m ,n N� mm Mm r)m N� d' Wm oµ �, m� oa N� m� O1M d_,O mM rl mm 'y CO mM n nn <O y`.m m [O .- CO" mm d. mM o t0 CO °?o y,O CO3 N1 to ytll m mM m m d.� yN mM m to yN m mM m m nt0 j.N mM mM m Im �N co Im m M� Nm �m mM m Nn dm WM m m Mn yN co m Nrl � V.N m WM n • m M N �,. W 35+75 36+00 36+50 37+00 37+50 38+00 38+50 39+00 39+50 40+00 40+50 41+00 41+50 855 850 845 840 835 41+75 F10 01 i5 rc DESIGN TEAM:Orig111. CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PLAN AND PROFILE SHEET: MWM.07 REV. „nlllllllllllulo�. NORTH OLD HIGHWAY ROAD REMOVE AND REINSTALL SIGN (INCIDENTAL TO WM INSTALLATION) APPROXIMATE ROW 2 BEND 3 (22.5'-12”) WM STA 44+59.81 RESTRAIN ALL JOINTS WITHIN 3 FEET OF THE BEND BEND 4 (22.5'-12") WM STA 44+69,22 RESTRAIN ALL JOINTS WITHIN 3 FEET OF THE BEND PROTECT EX HEADWALL & CULVERT P:\23\059\DRAWINGS\CML\23059 ZZ MWM.DWG 4/13/2023 8:57:09 AM SRYSON WINSKY 850 845 840 835 830 825 820 815 0. w EX ELEV BEND 3 (22.5'-12") WM STA 44+59.81 NOTES: GV 17 (12" MJ RS) WM STA 46+80.25 THE LOCATION OF UTILITIES INDICATED ON THE PLAN ARE TAKEN FROM FIELD MEASUREMENTS & EXISTING PUBLIC RECORDS. ADDITIONAL FACILITIES OTHER THAN THOSE SHOWN MAY BE PRESENT. THE UTILITIES PRESENT MAY NOT EXIST AS SHOWN. IT SHALL BE THE DUTY OF ANYONE MAKING USE OF THESE PLANS TO ASCERTAIN THE EXACT LOCATION, SIZE, AND ELEVATION OF ALL UTILITIES PRESENT. ALL CROSSINGS OF EXISTING UTILITIES SHALL BE FIELD VERIFIED FOR LOCATION AND ELEVATION. THE CONTRACTOR SHALL MAINTAIN THE INTEGRITY OF THE EX UTILITIES AT CROSSING LOCATIONS, INCLUDING ANY UTILITIES THAT MAY NOT BE SHOWN ON THE PLANS IF THE CONTRACTOR DETERMINES THAT THEY NEED TO REMOVE AND REINSTALL THE EX UTILITIES TO INSTALL THE PROPOSED IMPROVEMENTS, THE WORK SHALL BE CONSIDERED INCIDENTAL TO THE WATER MAIN INSTALLATION. ALL SIGNS TO BE REMOVED AND REINSTALLED SHALL BE REINSTALLED IN ACCORDANCE WITH CITY AND COUNTY STANDARDS. BEND 4 (22.5'-12") ..WM STA 44+69.22 J HORIZONTAL SCALE IN FEET 0 20 40 DRAYMNO MAY HAW BEEN REDUCED 05003 WM STA 46+84 REMOVE PLUG AND CONNECT TO EX HYDRANT TEE RESTRAIN ALL JOINTS BETWEEN THE EXISTING TEE AND VALVE PROTECT UTILITY PEDESTAL 0 0 GV 17 (12' MJ RS) WM STA 46+80.25 N m N N b m 0 N co co O m N m m 0 m 00 m m N N 03 "n m m N N m CO M CO 03 00 M 00 ID w 0 m N 03 ro m crt to M co 03 CO CO m to W 0 m 00 m O m ai m 41+75 42+00 42+50 43+00 43+50 44+00 44+50 45+00 45+50 46+00 46+50 850 840 835 REMOVE PLUG AND CONNECT TO EX HYDRANT TEE U 830 i, n � m 825 u. y.. ¢. V f F u 820 0 N 0 815 46+89 DESIGN TEAM:Origin_ CITY OF DUBUQUE DUBUQUE COUNTY PROJECT NUMBER: 23059 PLAN AND PROFILE SHEET: MWM.08 REV.