Loading...
Approve Professional Consultant Services Supplemental Agreement No. 2 Smart Traffic Routing with Efficient & Effective Traffic System (STREETS)City of Dubuque City Council ACTION ITEMS # 5. Copyrighted March 16, 2026 ITEM TITLE: Approve Professional Consultant Services Supplemental Agreement No. 2 Smart Traffic Routing with Efficient & Effective Traffic System (STREETS) SUMMARY: City Manager recommending City Council authorize the City Manager to execute Consultant Professional Services Supplemental Agreement No. 2 with Parsons Transportation Group, Inc., which approves revisions to the original contract agreement scope of services to support installation of Dynamic Message Signs, related field implementation, and associated project budget adjustments for the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS) project, subject to the concurrence of the Iowa Department of Transportation. RESOLUTION Approving Consultant Professional Services - Supplemental Agreement No. 2 Between The City Of Dubuque And Parsons Transportation Group, Inc. For The Smart Traffic Routing With Efficient And Effective Traffic System (Streets) Project (Iowa DOT Project No. EDP- 2100(699)-7Y-31) SUGGUESTED Receive and File; Adopt Resolution(s) DISPOSITION: ATTACHMENTS: 1. MVM Memo Approve Professional Consultant Services Supplemental Agreement No2 2. STREETS Parsons Contract (699) - Supplemental Agreement No.2 Council Approval MEMO 3. STREETS Parsons Contract (699) - Supplemental Agreement No.2 - Approval RESOLUTION 4. Amendment 2 full document 01-06-2026 Parsons signed attest Page 680 of 811 Dubuque THE C D!Uj-!B AII-America Ciq 11111.1 II Masterpiece on the Mississippi YP PP zoo�•*o 13 2017202019 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Approve Professional Consultant Services Supplemental Agreement No.2 Smart Traffic Routing with Efficient & Effective Traffic System (STREETS) Iowa DOT Project No. EDP-2100 (699)-7Y-31 DATE: March 10, 2026 Civil Engineer II Dave Ness is recommending City Council authorize the City Manager to execute Consultant Professional Services Supplemental Agreement No. 2 with Parsons Transportation Group, Inc., which approves revisions to the original contract agreement scope of services to support installation of Dynamic Message Signs, related field implementation, and associated project budget adjustments for the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS) project, subject to the concurrence of the Iowa Department of Transportation. Supplemental Agreement No. 2 also includes the following contract modifications: • Adds Voltmer Inc. to the project team to install Dynamic Message Signs, including contingency funding. • Reduces unused direct expenses from the original agreement, including unused server and equipment costs. • Adds back $20,800 for cellular router kits and spare DMS insert modules required for field deployment. • Removes small unused budget amounts from TranSmart and Alrek, as those tasks are complete and closed out. • Adds $6,057 to Origin Design to support construction field reviews during installation activities. • Adds $72,312 to Parsons' fully loaded labor budget to support ongoing signal response plan refinement, environmental coordination, and additional video analytics work associated with the longer -than -anticipated implementation effort. Funding for the STREETS project in the amount of $3,334,302 is available through Purchase Order No. 22506213 dedicated to the STREETS project. Page 681 of 811 I concur with the recommendation and respectfully request Mayor and City Council approval. Mic ael C. Van Milligen MCVM:sv Attachment cc: Crenna Brumwell, City Attorney Cori Burbach, Assistant City Manager Gus Psihoyos, City Engineer Dave Ness, Civil Engineer III Jenny Larson, Chief Financial Officer Chandra Ravada, ECIA Robert Schiesl, Assistant City Engineer 2 Page 682 of 811 THE CITY OF DUB E Masterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Dave Ness, Civil Engineer III Dubuque All -America Cily 2007-2012.2013 2017*2019 SUBJECT: Approve Professional Consultant Services Supplemental Agreement No.2 Smart Traffic Routing with Efficient & Effective Traffic System (STREETS) Iowa DOT Project No. EDP-2100 (699)-7Y-31 DATE: March 10, 2026 INTRODUCTION The enclosed resolution authorizes the City Manager to execute Consultant Professional Services Supplemental Agreement No. 2 with Parsons Transportation Group, Inc. (Parsons), which approves revisions to the original contract agreement scope of services to support deployment of the Dynamic Message Sign (DMS) component of the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS) project. Supplemental Agreement No. 2 adds Voltmer Inc. to the Parsons team for installation of the project's Dynamic Message Sign infrastructure, adjusts select subconsultant budgets, adds limited construction field review support by Origin Design, and increases Parsons labor budget associated with environmental coordination, traffic signal response plan development, and additional video analytics support. BACKGROUND On June 6, 2022, the City Council approved, per Resolution 214-22, the selection of Parsons Transportation Group, Inc. to design and implement the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS). The objective of the STREETS project is to develop a smart, next -generation traffic management and control system that uses advanced traffic control strategies to enable dynamic traffic routing and maximize the use of existing roadway capacity in the Dubuque metropolitan area. The project includes development of a Dynamic Traffic Control System (DTCS), installation of equipment at intersections, integration of those field devices with the DTCS, connection of the DTCS to a microsimulation model, providing public traveler information, and testing the system. The STREETS system is intended to improve traffic flow and reduce delays along ten corridors within the metropolitan area, including 44 signalized intersections, particularly during peak travel periods and major traffic events. Page 1 of 5 Page 683 of 811 Supplemental Agreement No. 1, approved by the City Council on February 19, 2024, revised the original contract team by replacing TranSmart/EJM with Alrek Business Solutions Inc. in order to maintain compliance with the project's Disadvantaged Business Enterprise (DBE) requirements. DISCUSSION Supplemental Agreement No. 2 supports deployment of the Dynamic Message Sign (DMS) portion of the STREETS project. This work is necessary to implement the traveler information and route guidance components of the system. The DMS deployment includes two major sign installations intended to provide advance route guidance to motorists entering or moving through Dubuque during significant traffic events. One major DMS sign is planned near the east side of the Julien Dubuque Bridge as drivers enter Iowa from Illinois. A second major DMS sign will be installed along U.S. Highway 20 near the base of the hill approaching the Southwest Arterial interchange. Additional smaller DMS signs located throughout the project area will display travel times and route information generated by the STREETS system, helping guide motorists to the most efficient route across the city during major traffic events. The Dynamic Message Signs have always been considered a component of the STREETS project and were included in the overall project scope and budget from the beginning. As the project progressed, it was anticipated that the DMS installation would be incorporated later in the implementation phase through a specialized subcontractor working under Parsons. Supplemental Agreement No. 2 implements that planned step by formally adding Voltmer Inc. to the Parsons team to perform installation of the Dynamic Message Signs and associated infrastructure. Structuring the work in this manner is consistent with the original STREETS project concept and procurement approach, where specialized equipment deployment tasks would be implemented later in the project as design details and system integration requirements became finalized. As part of this amendment, Parsons will add Voltmer Inc. to the project team to install the Dynamic Message Signs and associated field infrastructure. The work will be performed in accordance with the subcontractor agreement and approved deliverables. Supplemental Agreement No. 2 also includes the following contract modifications: • Adds Voltmer Inc. to the project team to install Dynamic Message Signs, including contingency funding. • Reduces unused direct expenses from the original agreement, including unused server and equipment costs. • Adds back $20,800 for cellular router kits and spare DMS insert modules required for field deployment. Page 2 of 5 Page 684 of 811 • Removes small unused budget amounts from TranSmart and Alrek, as those tasks are complete and closed out. • Adds $6,057 to Origin Design to support construction field reviews during installation activities. • Adds $72,312 to Parsons' fully loaded labor budget to support ongoing signal response plan refinement, environmental coordination, and additional video analytics work associated with the longer -than -anticipated implementation effort. Supplemental Agreement No. 2 also extends the project schedule to allow completion of field installation and project closeout activities. The revised milestone schedule includes the following: • Bring Voltmer Inc. on board within 30 days of the signed amendment. • Complete field installation work by October 31, 2026. • Final project closeout by December 31, 2026. The project end date is extended to December 1, 2026. PROJECT TEAM The Parsons project team, as modified by this supplemental agreement, includes the following subconsultants: Parsons — Lead Consultant • Origin Design • Aimsun • Alrek Business Solutions Inc. • TranSmart • Voltmer Inc. RECOMMENDATION I recommend that the City Council authorize the City Manager to execute Consultant Professional Services Supplemental Agreement No. 2 with Parsons Transportation Group, Inc., which approves revisions to the original contract agreement scope of services to support installation of Dynamic Message Signs, related field implementation, and associated project budget adjustments for the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS) project, subject to the concurrence of the Iowa Department of Transportation. Page 3 of 5 Page 685 of 811 BUDGETIMPACT Supplemental Agreement No. 2 increases the Consultants' budget for the Subconsultant's compensation from $938,221 to $1,493,838, an increase of $555,617 to support deployment of the Dynamic Message Sign infrastructure and associated project implementation costs. The subconsultants retained at the Consultant's expense are identified in the following table: The subconsultants retained at the Consultant's expense are identified in the following table: Subconsultant Original Contract Contract Change Amendment 2 Contract Max Allowable Aimsun $ 708,194 $ 0 $ 708,194 Origin Design $ 74,454 $ 6,057 $ 80,511 TranSmart (Removed) $ 41,000 $ -1,020 $ 39,980 Alrek (New DBE firm) $ 114,573 $ -2,089 $ 112,484 Voltmer Inc $ 0 $ 552,669 $ 552,669 Total Subconsultants $ 938,221 $ 555,617 $1,493,838 This amendment also includes adjustments to direct project expenses and Parsons labor, including removal of unused original budget items and addition of equipment and implementation support necessary to complete the DMS deployment. Supplemental Agreement No. 2 increases the Owner's budget for the Consultant's compensation from $2,754,302 to $3,334,302, an increase of $580,000 to support deployment of the Dynamic Message Sign infrastructure and associated project implementation costs. Subconsultants budget $1,493,838 Consultants(Parsons) budget $1,840,464 Owner (City's) budget $3,334,302 Funding for the STREETS project in the amount of $3,334,302 is available through Purchase Order No. 22506213 dedicated to the STREETS project. ACTION TO BE TAKEN I recommend that the City Council authorize the City Manager to execute Consultant Professional Services Supplemental Agreement No. 2 with Parsons Transportation Group, Inc. for the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS), through adoption of the enclosed resolution and subject to the concurrence of the Iowa Department of Transportation. Page 4 of 5 Page 686 of 811 cc: Gus Psihoyos, City Engineer Jenny Larson, CFO Chandra Ravada, ECIA Robert Schiesl, Assistant City Engineer Aleks Stevanovic, Retime LLC Debra Arp, Iowa DOT FAPROJECTS\STREETS\Council and Staff Documents Page 5 of 5 Page 687 of 811 Prepared by David Ness City of Dubuque Engineering 50 W. 13" St Dubuque IA 52001 (563) 589-4270 Return to Adrienne N. Breitfelder City Clerk City of Dubuque, 50 W. 131h St. Dubuque, IA 52001 (563) 589-4100 RESOLUTION NO. 95 - 26 RESOLUTION APPROVING CONSULTANT PROFESSIONAL SERVICES - SUPPLEMENTAL AGREEMENT NO. 2 BETWEEN THE CITY OF DUBUQUE AND PARSONS TRANSPORTATION GROUP, INC. FOR THE SMART TRAFFIC ROUTING WITH EFFICIENT AND EFFECTIVE TRAFFIC SYSTEM (STREETS) PROJECT (IOWA DOT PROJECT NO. EDP-2100(699)-7Y-31) WHEREAS, the City Council approved the selection of Parsons Transportation Group, Inc. (Parsons) to design and implement the Smart Traffic Routing with Efficient and Effective Traffic System (STREETS) project; and WHEREAS, Parsons assembled an in-depth, multidisciplinary project team with the capability, talent, qualifications, and experience to successfully complete the goals and objectives of the STREETS project; and WHEREAS, the STREETS project includes development of a Dynamic Traffic Control System designed to improve traffic operations and provide real-time traveler information to motorists within the Dubuque metropolitan area; and WHEREAS, installation of Dynamic Message Signs (DMS) was anticipated as part of the overall STREETS project to provide real-time travel time and route guidance information to motorists during major traffic events; and WHEREAS, Supplemental Agreement No. 1 revised the original contract team by replacing TranSmart/EJM with Alrek Business Solutions Inc. in order to maintain compliance with the project's Disadvantaged Business Enterprise (DBE) requirements; and WHEREAS, Supplemental Agreement No. 2 revises the original contract agreement scope of services to support deployment of the Dynamic Message Sign infrastructure and associated project implementation activities; and WHEREAS, Supplemental Agreement No. 2 adds Voltmer Inc. to the Parsons project team to install the Dynamic Message Signs and associated field infrastructure for the STREETS project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA, THAT: SECTION 1. That the Professional Consultant Services - Supplemental Agreement No. 2 between the City of Dubuque and Parsons Transportation Group, Inc. for the Smart Traffic Routing with Efficient & Effective Traffic System (STREETS) project, a copy of which is attached hereto and made a part hereof, is hereby approved, subject to the concurrence of the Iowa Department of Transportation. SECTION 2. The City Manager is authorized and directed to execute the Professional Consultant Services - Supplemental Agreement No. 2 with Parsons Transportation Group, Inc. Passed, approved and adopted this 16th day of March, 2026. Attest: David T. Resnick, ayor Pro Tern L-L � 0, �/-- tIloy-t� Adrienne N. Breitfelder, Cify Clerk Sensitive Owner Project No. 3002763 Iowa DOT Project No. EDP-2100(699)-7Y-31 Type text here Standard Consultant Contract Supplemental Agreement #2 For Local Public Agency Consultant Contracts with Federal -aid Participation This AGREEMENT, made as of the date of the last party's signature below, is by and BETWEEN The City of Dubuque, the Owner, located at: 50 W 13t" St Dubuque, IA 52001 Phone: 563.589.4270 FAX: 563.589.4252 And Parsons Transportation Group, Inc, the Consultant, located at: 650 Algonquin Road, Suite 400 Schaumburg, IL 60175 Phone: 847.925.0120 FAX: 847.925.0140 For the following Project: Smart Traffic Routing with Efficient and Effective Traffic Signals (STREETS) TABLE OF CONTENTS Article Number And Description 1 Initial Information 1.1 Project Parameters 1.2 Financial Parameters 1.3 Project Team Budgets 1.4 Time Parameters 2 Subconsultant Scope Adjustments 3 Attachment Cl— Cost Analysis Worksheets Full Project (Parsons) Alrek Origin Design Voltmer Inc. 4 Attachment D - Voltmer Inc. Subcontractor Agreement Page 1 of 10 Page 690 of 811 Sensitive ARTICLE 1 INITIAL INFORMATION This amendment adds Voltmer Electric to install the dynamic message signs for the project. This amendment was fully anticipated as part of the project from the beginning. This amendment also reduces unused server and equipment cost, but adds $20,800 back for cell routers and Spare DMS. It also removes small unused budgets from Alek and TranSmart as those tasks are long closed. It adds $6057 to Origin Design to support field review during construction and moves the rest to Contingency and Parsons labor. This move to labor supports additional costs associated with environment work and traffic signal response plan development. This Agreement is based on the following information and assumptions. 1.1 Project Parameters The objective or use is, to develop a smart, next -generation, traffic management and control system, Smart Traffic Routing with Efficient and Effective Traffic Signals (STREETS). This system will use traffic control strategies to enable dynamic traffic routing on ten corridors (including 44 signalized intersection) to maximize the use of existing roadway capacities in the Dubuque metro area. The project includes creating a Dynamic Traffic Control System (DTCS), installation of equipment at intersections and connecting to DTCS intersections, connecting DTCS to microsimulation model, updating public with information from DTCS and testing the system. The objective is to reduce delay on 10 corridors within the metro area and help to improve traffic flow through the metro area during peak hour. 1.2 Financial Parameters 1.2.1 Amount of the Owner's budget for the Consultant's compensation is: $ 2,754,302 + [$580,000]=[$3,334,302] 1.2.2 Amount of the Consultant's budget for the subconsultants' compensation is: [$1,493,838] 1.3 Project Team 1.3.1 The Owner's Designated Representative, identified as the Contract Administrator is: Dave Ness, Civil Engineer, City of Dubuque The Contract Administrator is the authorized representative, acting as liaison officer for the Owner for purpose of coordinating and administering the work under the Agreement. The work under this Agreement shall at all times be subject to the general supervision and direction of the Contract Administrator and shall be subject to the Contract Administrator's approval. 1.3.2 The Consultant's Designated Representative is: Joseph Brahm, Parsons 1.3.3 The subconsultants retained at the Consultant's expense are identified in the following table: Subconsultant Previous Budget Contract Change Amendment 2 Contract Max Allowable Aimsun LS $708,194 0 $708,194 Origin Design CPFF $74,454 6,057 80,511 TranSmart CPFF $41,000 -1,020 $39,980 Alrek DBE Direct Rate $114,573 -2,089 $112,484 Voltmer Inc. 0 $552,669 $552,669 Total Subconsultants $938,221 $555,617 $1,493,838 1.4 Time Parameters 1.4.1 The Consultant shall begin work under this Agreement upon receipt of a written notice to proceed from the Owner. Page 2 of 10 Page 691 of 811 Sensitive 1.4.2 The Consultant shall endeavor to complete the work in accordance with the following schedule. The Consultant will work closely with the Owner to meet the following milestone goals for completion of the work under this Agreement as follows: 1. Bring the Voltmer Inc. on board within 30 days of signed amendment. 2. We will work with Voltmer Inc. to get the field work completed By October 31, 2026 3. Final Project close out by December 31, 2026 The Project end date is extended to 12/1/2026. All other terms of the agreement remain pursuant to the original Prime Agreement dated 06/08/22. Parsons Transportation Group, Inc By Jose Bra m Vice President ATTEST: By CITY OF DUBUQUE By Michael C. Van Milligen, ity Ma ager Date: 01-06-2026 Date: 03-10-2026 Date: 03/16/2026 IOWA DEPARTMENT OF TRANSPORTATION Accepted for FHWA Authorization* By Name Title Date: * The Iowa DOT is not a party to this agreement. However, by signing this agreement, the Iowa DOT is indicating the work proposed under this Agreement is acceptable for FHWA authorization of federal funds. Page 3 of 10 Sensitive ATTACHMENT A Subconsultant Scope of Services Adjustments TranSmart No Change to Scope. Removes unused budget. Alrek No Change to Scope. Removes unused budget. Origin Design The amendment adds $6,057 to Origin Design to support Construction field reviews as needed within the budget allocated. Voltmer Electric Adds Voltmer Inc. to the project to install the dynamic Message board in accordance with the Subcontractor Agreement Attachment E. Voltmer Inc. will be paid on a Lump Sum deliverables -based price in accordance with Attachment D. Page 4 of 10 Page 693 of 811 Parsons ATTACHMENT C-1 Amendment 2 Total Budget Cost Analysis Worksheet Contract Project Number: EDP-2100(699)-7Y-31. Amendment 2 (Changes are highlighted) Adds a total of $580,000 to the contract to suport the deployment of the DMS Removes $68,762 from the orignal Prime Direct Expenses and adds back $20,800 for Cell Routers and Spare DMS inserts It adds $6,057 to Origin Design Budget to support field reviews during construction Removes unused portions of Transmart and Alrek budgets ($1,020 and $2,089) There work is closed out. It Adds $72,312 to Parsons Fully loaded Labor Budget to support on going signal response refinemments and added costs associated with longer than expected environmental issues and additional video analytics It addes the Voltmer Inc. to install Dynamic Message boards $525,560, and adds $27,109 for Voltmer Inc. contingency I. Direct Labor Cost (Prime Only) Category Hour: Hours Added Rate/Hour Project Manager (SEM) 450 32 Chief Engineer (SEM) 16 Lead Engineer (SEM) 324 60 Senior SW Engineer (Sup. E) 1596 60 Principle Engineer 2970 Systems Engineer (SE) 828 312 Engineer) 1425 40 Admin Assistant 240 24 Payroll total: 7849 Change II. Combined Overhead (COH) & Facilities Capital Cost of Money (FCCM) Costs (Prime Only) IIA. Indirect Cost Factor: IIB. FCCM Factor: [Insert FCCM factor] Combined Overhead and FCCM total: III. Direct Project Expenses (Prime Only) Previous $ Hotel 18 2420 Airlines 10 4000 Rental Car 16 800 Breakfast 36 273 Lunch 36 273 Dinner 35 798 Misc. Equipment costs 2000 Mileage 4300 4704 Servers, Equipment Including COTS License Fees $111,000 14 cell router kits (router, power supply and antenna)@ $1 K each 2 DMS insert modules @ $3400 each (For combination signs) iNET'" License Fees (Invoiced at start of development) iNET'" Maintenance License Fees (Invoiced at Start of System Maintenance) Intelligent Intersections SAAS Total Direct Project Expenses IV. Estimated Actual Costs (EAC) (Prime Only) (I + II + III) (Rounded) V. Fixed Fee (Prime Only) $103.76 $103.76 $103.76 $75.69 $67.13 $55.57 $37.60 $33.35 Amendment 2 Amount Chan e $50,012 $1,660 $39,844 $125,343 $199,376 $63,350 $55,084 $8,804 New $33,729 $543,473 114.38% $38,580 $621,625 0.008% 2 $43 $621,668 110 -$440 $1,980 400 -$4,000 $0 50 $0 $800 6.5 -$39 $234 6.5 -$39 $234 19 -$133 $665 -$2,000 $0 0.56 -$2,296 $2,408 -$59,778.73 $51,221 t1A nnn (% X (I + IIA)) Fixed Original Less FCCM (IIB) Fee calculation is based on the original hours and no fee is being added for the additional Fix Fee total: hours. (Rounded) VI. Contingency (Prime Only) (Rounded) %X(I+II+III) yv,�vv 0 $250,000 0 $30,000 0 $153,106 -$68,726 $511,448 $3,585 $1,676,589 0 $163,918 $43 $163,875 $0 $0 VII. Subconsultant Expenses (Designate if Cost Plus Fixed Fee (CP), Lump Sum (LS), etc. and include appropriate number of Attachment "I's" as necessary) Previous Budget Amendment 1 Origin Design CPFF $74,454 $6,057 $80,511 TranSmart ( Not a DBE anymore) CPFF $41,000-$1,020 $39,980 Alrek (DBE) Direct Rate $114,573-$2,089 $112,484 Page 694 of 811 Aimsun LS Voltmer Electric Inc. Quoted Price LS Voltmer Contingency Total Subcontractor Costs: (Rounded) $708,194 0 $708,194 $0 525,560 $525,560 $0 $27,109 $27,109 $938,221 $555,617 $1,493,838 Vill. [Indicate type of reimbursement] Agreement Total (IV + V + VI + VII) $3,334,302 (Maximum Amount Payable) (Rounded) *Including the FCCM in the overhead rate is optional. If included in the overhead, it must be subtracted from the Fixed Fee amount. If FCCM is not included in the overhead, these lines may be omitted from the calculations. Contract Project Number: EDP-2100(699)-7Y-31. Amendment 1 Labor Cost (Alrek) Category Systems / Software Engineer Payroll total: Subconsultant Expenses Hotel Airlines Rental Car Breakfast Lunch Dinner Misc. Equipment Costs Agreement Total Contract Project Number: EDP-2100(699)-7Y-31. Amendment 2 I. Direct Labor Cost (Prime Only) Alrek ATTACHMENT C-1 Amendment 2 Cost Analysis Worksheet (Rounded) Direct Rate Hours /Hour Amount 836 $134.55 $112,484 836 Original Budget 5 $110.00 1 $500.00 6 $50.00 6 $6.50 6 $6.50 6 $19.00 $0 Not used (Maximum Amount Payable) (Rounded) Final Total Origin Design ATTACHMENT C-1 Amendment 2 additions Cost Analysis Worksheet Category Hour: Adc Rate/Hour Amount PE IV 86.0 2.0 $61.68 $5,428 PE 1 90.0 4.0 $34.82 $3,273 ED II 328.0 40.0 $31.88 $11,732 Payroll total: 504.0 II. Combined Overhead (COH) & Facilities Capital Cost of Money (FCCM) Costs (Prime Only) $112,484 Amendment 1 $550 $500 $300 $39 $39 $114 $547 $2,089 -$2,089 $114,573 $112,484 $20,433 Page 695 of 811 IIA. Indirect Cost Factor: 240.18% $49,075 1113. FCCM Factor: [Insert FCCM factor] 0.000% $0 Combined Overhead and FCCM total: $49,075 III. Direct Project Expenses (Prime Only) Total Direct Project Expenses Miliage 1030 0.56 $577 IV. Estimated Actual Costs (EAC) (Prime Only) (I + II + III) $70,085 (Rounded) V. Fixed Fee (Prime Only) (% X (I + IIA)) 15% $10,426 Less FCCM (11B) $0 Fix Fee total: $10,426 (Rounded) VI. Contingency (Prime Only) % X (I + II + 111) 0 (Rounded) VII. Subconsultant Expenses (Designate if Cost Plus Fixed Fee (CP), Lump Sum (LS), etc. and include appropriate number of Attachment "I's" as necessary) (Rounded) Original New Vill. [Indicate type of reimbursement] Agreement Total (IV + V + VI + VII) $74,454 $6,057 $80,511 (Maximum Amount Payable) (Rounded) 'Including the FCCM in the overhead rate is optional. If included in the overhead, it must be subtracted from the Fixed Fee amount. If FCCM is not included in the overhead, these lines may be omitted from the calculations. TranSmart ATTACHMENT C-1 Amendment 2 additions Cost Analysis Worksheet Contract Project Number: EDP-2100(699)-7Y-31. Amendment 1 I. Direct Labor Cost (TranSmart) Category Hours Rate/Hour Senior Profesional 82 88.64 Engineer IV 78.0 $47.90 Engineer III 48.0 $43.15 Engineer II 42.0 $37.39 Engineer 1 28.0 $34.10 Billing Specialist 24.0 $28.17 Payroll total: 220.0 II. Combined Overhead (COH) & Facilities Capital Cost of Money (FCCM) Costs (Prime Only) IIA. Indirect Cost Factor: IIB. FCCM Factor: [Insert FCCM factor] Combined Overhead and FCCM total: III. Direct Project Expenses (TranSmart) Hotel 4 110 Airlines 0 350 Rental Car 0 0 Breakfast 4 6.5 Lunch 4 6.5 Dinner 4 19 Milieag 414 0.56 Total Direct Project Expenses IV. Estimated Actual Costs (EAC) (Prime Only) (I + II + III) (Rounded) Amount $7,268 $3,736 $2,071 $1,570 $955 $676 $16,277 114.76 % $18, 680 0.000 % 50 $440 $0 50 $26 $76 $232 $35,757 Page 696 of 811 V. Fixed Fee (Prime Only) (% X (I + IIA)) 15% $5,244 Less FCCM (1113) $0 Fix Fee total: $5,244 (Rounded) VI. Contingency (Prime Only) % X (I + II + III) (Rounded) VII. Subconsultant Expenses (Designate if Cost Plus Fixed Fee (CP), Lump Sum (LS), etc. and include appropriate number of Attachment "I's" as necessary) 0 0 $0 (Rounded) Budget not used-$1,020 Vill. [Indicate type of reimbursement] Agreement Total (IV + V + VI + VII) Original $41,000 Final $39,980 (Maximum Amount Payable) (Rounded) 'Including the FCCM in the overhead rate is optional. If included in the overhead, it must be subtracted from the Fixed Fee amount. If FCCM is not included in the overhead, these lines may be omitted from the calculations. Voltmer Electric Inc. ATTACHMENT C-1 Amendment 2 additions Cost Analysis Worksheet Quoted Price Contingency Max Payable $525,560 $552,669 Page 697 of 811 ATTACHMENT D Voltmer Inc. Subcontractor Agreement Page 698 of 811 P PARSONS AGREEMENT#684141.30111 SUBCONTRACT AGREEMENT (USA) PRIME CONTRACT: CITY OF DUBUQUE 3002763 PROJECTTITLE: SMARTTRAFFIC ROUTING WITH EFFICIENT AND EFFECTIVE TRAFFIC SIGNALS (STREETS) PAYMENTTERMS: PWP EFFECTIVE DATE: JANUARY PARSONS TRANSPORTATION GROUP INC. A company organized and existing under the laws of Illinois Address For Notices Address: 9101 Burnet Road, Suite 210 Austin, TX 78758 Attn: Ben Mills Phone: 512-627-5727 E-Mail: ben.mills@parsons.com VOLTMER INC. A company organized and existing underthe laws of Iowa Address for Notices: P.O. Box 200, 2279 State Hwy 9 Decorah, IA 52101 Telephone: (563) 382-9214 Email: Info@voltmerelectdc.com Point of Contact (Attention): Gerad Voltmer The above representative is authorized to direct the Subcontractor The above representative is authorized to act on behalf of the with respect to the performance of this Agreement and to receive all Subcontractor with respect to the performance of this Agreement and to notices from the Subcontractor hereunder. Such delegation of receive all notices from Parsons hereunder. Such delegation of authority authority may be changed from time to time at Parsons' option by may be changed from time to time at Subcontractor's option by delivering delivering written notice of the change to the Subcontractor. written notice of the change to Parsons. This Subcontract Agreement (Agreement) is entered into by and between Parsons Transportation Group Inc. and its Affiliated Entities (Parsons),and Voltmer Inc. (Subcontractor) for Subcontractor scope of work services as required by City of Dubuque (Client or Owner) for Smart Traffic Routing with Efficient and Effective Traffic Signals (STREETS)(Project). The services being furnished by Parsons to the Client under Parsons' Contract number 3002763 (Prime Contract) with the Client for the Project are more fully described therein. The above referenced parties are individually referred to herein as a Party and collectively as the Parties. The Parties agree to be bound by the terms and provisions of this Agreement, which include the following Attachments, which are attached hereto and are incorporated herein by this reference. • Attachment 1/ Special Provisions • Attachment 2 / General Conditions • Attachment 3 / Scope of Services & Schedule • Attachment 4 / Compensation & Payment • Attachment 5 / Sample Insurance • Attachment 6 / Final Release • Exhibits 1, 2, 3, 4, 5, 6, 7, 8 In the event of a conflict between the terms and provisions of this Agreement, the Attachments or Exhibits attached hereto, the above order of precedence shall apply in descending order. SUBCONTRACT AGREEMENT TYPE: LUMP SUM WORK SHALL BE STARTED: JANUARY E, 2026 TOTAL AMOUNT OF AGREEMENT: US DOLLARS $ 525,560.00 WORK SHALL BE COMPLETED: 12/31/2026 IN WITNESS WHEREOF, THE PARTIES HAVE EXECUTED THIS AGREEMENTAS OF THE DATE SHOWN BELOW. THE EFFECTIVE DATE OFTHIS AGREEMENT REMAINS AS ENTERED ABOVE. PARSONS TRANSPORTATION GROUP INC. Name Title VOLTMER INC. ACCEPTANCE BY: Name Gerad Voltmer Title President C Impany confider -,,al March 01, 2021; Rev. 0 Signature Date 12/18/2025 Date I,® Page 699 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 Table of Contents ATTACHMENT 1 SPECIAL PROVISIONS.............................................................................................................................3 SP.1 PRIME CONTRACT FLOW DOWN REQUIREMENTS........................................................................................................3 SP.2 NO CONFLICTS................................................................................................................................................................3 SP.3 NATIONAL DEFENSE AUTHORIZATION ACT SECTION 889 (A)(1)(B) AND APPLICATION OF FAR CLAUSES 52.204-24 AND52.204-25...............................................................................................................................................................3 SP.4 ADDITIONAL INSURANCE REQUIREMENTS: ................................................................................................................... 3 SP.5 SOFTWARE DEVELOPMENT PERFORMANCE REQUIREMENTS: RESERVED................................................................3 SP.6 TESTING LABORATORY SERVICES: RESERVED............................................................................................................. 3 SP.7 LIQUIDATED DAMAGES: RESERVED...............................................................................................................................3 SP.8 AGREEMENT SECURITY REQUIREMENTS: RESERVED..................................................................................................3 SP.9 DOT REQUIREMENTS: RESERVED..................................................................................................................................3 ATTACHMENT 2 GENERAL CONDITIONS...........................................................................................................................4 GC.1 STANDARD OF CARE AND WARRANTY...........................................................................................................................4 GC.2 THE PRIME CONTRACT...................................................................................................................................................5 GC.3 COMPLIANCE WITH LAW.................................................................................................................................................5 GC.4 PROJECT DATA................................................................................................................................................................5 GC.5 CHANGES.........................................................................................................................................................................5 GC.6 RELEASES AND PAYMENTS............................................................................................................................................6 GC.7 RIGHT TO WITHHOLD......................................................................................................................................................6 GC.8 CONFIDENTIALITY............................................................................................................................................................6 GC.9 PUBLICITY RELEASES......................................................................................................................................................6 GC.10 ACCESS TO RECORDS.............................................................................................................................................. 7 GC.11 INTELLECTUAL PROPERTY RIGHTS.........................................................................................................................7 GC.12 INSURANCE.............................................................................................................................................................. 7 GC.13 INDEMNIFICATION...................................................................................................................................................9 GC.14 TERMINATION AND SUSPENSION...........................................................................................................................9 GC.15 GOVERNING LAWS AND DISPUTES.......................................................................................................................11 GC.16 SUCCESSORS AND ASSIGNS.................................................................................................................................11 GC.17 LICENSES AND PROFESSIONAL SEALS................................................................................................................12 GC.18 INDEPENDENT CONTRACTOR...............................................................................................................................12 GC.21 EXPORT COMPLIANCE...........................................................................................................................................12 GC.22 NOTICES.................................................................................................................................................................13 GC.23 ENTIRE AGREEMENT.............................................................................................................................................13 GC.24 CONTRA PROFERENTEM.......................................................................................................................................13 GC.25 INVALIDITY OF AGREEMENT..................................................................................................................................13 GC.26 RIGHTS, REMEDIES AND WAIVER.........................................................................................................................13 GC.27 TAXES, DUTIES, PERMITS AND FEES....................................................................................................................13 GC.28 ETHICS / ANTI-CORRUPTION.................................................................................................................................14 GC.29 TIME OF PERFORMANCE.......................................................................................................................................15 GC.30 PRECEDENCE OF DOCUMENTS-...........................................................................................................................15 GC.31 OVERTIME-.............................................................................................................................................................15 GC.32 ARCHEOLOGICAL ARTIFACTS-...............................................................................................................................15 GC.33 HAZARDOUS MATERIALS AND ENVIRONMENTAL LAW COMPLIANCE AND INDEMNIFICATION - .......................15 GC.34 NOTICE OF LABOUR DISPUTES-............................................................................................................................16 Company Confidential March 01, 2021; Rev. 0 1 1 P a g e Page 700 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 GC.35 JOB DAMAGE-........................................................................................................................................................16 GC.36 UNIT PRICE-...........................................................................................................................................................16 GC.37 AS -BUILT DOCUMENTS-........................................................................................................................................17 GC.38 STORAGE AREA FURNISHED BY PARSONS -........................................................................................................17 GC.39 BENEFICIAL OCCUPANCY AND POSSESSION PRIOR TO COMPLETION-.............................................................17 GC.40 INSPECTION AND ACCEPTANCE-..........................................................................................................................17 GC.41 PUNCHLISTWORK-...............................................................................................................................................18 ATTACHMENT 3 SCOPE OF SERVICES AND SCHEDULE..................................................................................................19 SS.1 SCOPE OF WORK...........................................................................................................................................................19 SS.2 SCHEDULE.....................................................................................................................................................................19 SS.3 STAFFING PLAN.............................................................................................................................................................20 SS.4 SAFETY, HEALTH AND ENVIRONMENTAL REQUIREMENTS........................................................................................20 SS.5 QUALITY CONTROL REQUIREMENTS............................................................................................................................20 SS.6 SUBCONTRACTOR RESPONSIBILITIES.........................................................................................................................20 SS.7 TECHNICAL AND ADMINISTRATIVE DIRECTION...........................................................................................................20 SS.8 LIST OF ACRONYMS - EXHIBIT 4 - RESERVED............................................................................................................20 SS.9 CRANES, HOISTS AND LIFTS - EXHIBIT 5 - RESERVED..............................................................................................20 SS.10 FALL PROTECTION - EXHIBIT 6 - RESERVED.......................................................................................................20 SS.11 CONTRACT DRAWINGS - EXHIBIT 7 - RESERVED................................................................................................20 SS.12 CONTRACT SPECIFICATIONS - EXHIBIT 8 - RESERVED.......................................................................................20 ATTACHMENT 4 COMPENSATION AND PAYMENT...........................................................................................................21 ATTACHMENT 5 SAMPLE INSURANCE............................................................................................................................24 ATTACHMENT 6 FINAL RELEASE.....................................................................................................................................25 EXHIBIT 1- SAFETY, HEALTH AND ENVIRONMENTAL REQUIREMENT.................................................................................26 1.0 SAFETY, HEALTH, AND ENVIRONMENTAL REQUIREMENTS.......................................................................................26 2.0 SUBCONTRACTOR SAFETY, HEALTH AND ENVIRONMENTAL RESPONSIBILITIES .....................................................27 EXHIBIT 2 - QUALITY CONTROL REQUIREMENTS.................................................................................................................28 1.0 QUALITY CONTROL REQUIREMENTS FOR SUBCONTRACTOR DESIGN WORK - RESERVED ERROR! BOOKMARK NOT DEFINED. 1.0 QUALITY CONTROL REQUIREMENTS FOR ONSITE SUBCONTRACTOR WORK - RESERVED......................................28 2.0 QUALITY CONTROL REQUIREMENTS FOR PROCURED/FABRICATED ITEMS - RESERVED........................................28 2.0 QUALITY CONTROL REQUIREMENTS FOR SOFTWARE DEVELOPMENT - RESERVED................................................28 EXHIBIT 3 - PRIME CONTRACT FLOWDOWN REQUIREMENTS............................................................................................29 EXHIBIT 4 - LIST OF ACRONYMS - RESERVED.................................................................ERROR! BOOKMARK NOT DEFINED. EXHIBIT 5 - CRANES, HOISTS AND LIFTS - RESERVED ....................................................ERROR! BOOKMARK NOT DEFINED. EXHIBIT 6 - FALL PROTECTION PROCEDURES - RESERVED............................................ERROR! BOOKMARK NOT DEFINED. EXHIBIT 7 - CONTRACT DRAWINGS - RESERVED............................................................ERROR! BOOKMARK NOT DEFINED. EXHIBIT 8 - CONTRACT SPECIFICATIONS - RESERVED ....................................................ERROR! BOOKMARK NOT DEFINED. Company Confidential March 01, 2021; Rev. 0 2 1 P a g e Page 701 of 811 PPARSONS AGREEMENT NUMBER: 684141.30111 Attachment 1 Special Provisions SP.1 PRIME CONTRACT FLOW DOWN REQUIREMENTS The Prime Contract between Owner and Parsons (Prime Contract) is incorporated in this Agreement and is found in EXHIBIT 3 - PRIME CONTRACT FLOWDOWN REQUIREMENTS hereto. All requirements and obligations of Parsons in the Prime Contract shall apply to Subcontractor to the extent they are applicable under the scope of this Agreement. In the event of a conflict between the Prime Contract and other terms and conditions of this Agreement, with the exception of Insurance, Indemnification and Limits on Liability, the Prime Contract shall prevail. SP.2 NO CONFLICTS Subcontractor represents and warrants that it has no obligations to any third -party which will in any way limit or restrict its ability to perform the Services for Parsons hereunder. SP.3 NATIONAL DEFENSE AUTHORIZATION ACT SECTION 889 (A)(1)(B) AND APPLICATION OF FAR CLAUSES 52.204-24 AND 52.204-25 In accordance with US National Defense Authorization Act Section 889 (a)(1)(B) and application of FAR clauses 52.204-24 and 52.204-25, Parsons and its subcontractors and suppliers are prohibited from procuring telecommunications and video surveillance services from the following companies, their subsidiaries, or affiliates of such entities: Huawei Technologies Company; ZTE Corporation; Hytera Communications Corporation; Hangzhou Hikvision Digital Technology Company and Dahua Technology Company." SP.4 ADDITIONAL INSURANCE REQUIREMENTS: Prime Contract Insurance Requirements - As noted in "Attachment 1 / Special Provisions / Prime Contract" (below) between Parsons and Client, Subcontractor shall provide the insurance requirements outlined in GC.12 INSURANCE herein and the additional insurance requirements from the Prime Contract. SP.5 SOFTWARE DEVELOPMENT PERFORMANCE REQUIREMENTS: RESERVED SP.6 TESTING LABORATORY SERVICES: RESERVED SP.7 LIQUIDATED DAMAGES: RESERVED SP.8 AGREEMENT SECURITY REQUIREMENTS: RESERVED SP.9 DOT REQUIREMENTS: RESERVED Company Confidential March 01, 2021; Rev. 0 3 I P a g e Page 702 of 811 P PARSONS AGREEMENT NUMBER: 684141.30111 Attachment 2 General Conditions The following terms and conditions are incorporated into this Agreement. GC.1 STANDARD OF CARE AND WARRANTY 1. Standard of Care: The Services to be performed by the Subcontractor shall be set forth in ATTACHMENT 3 - SCOPE OF SERVICES & SCHEDULE, and the Subcontractor shall provide those Services with the level of care and skill ordinarily exercised by members of the Subcontractor's profession practicing in the same locality of the project under similar conditions. Subcontractor shall reperform any Services not meeting this standard without additional compensation. If such deficiencies are not corrected in a timely manner, Parsons may cause the same to be corrected and deduct costs incurred from Subcontractor's compensation. See EXHIBIT 2 - QUALITY CONTROL REQUIREMENTS for Subcontract Agreement Work. 2. General Warranty: a. In addition to any other warranties and/or obligations contained herein, Subcontractor warrants that all Work (including but not limited to the design, engineering, construction and materials furnished by Subcontractor or its lower tier subcontractors) shall strictly comply with the provisions of this Agreement and all specifications and drawings referred to in this Agreement or thereafter furnished by Parsons, that such Work shall be free from defects in construction, workmanship, and design, and that it shall be fit for its intended purpose, and that it will be provided in a timely and workmanlike manner. Subcontractor further warrants that all materials, equipment, and supplies furnished by Subcontractor, its subcontractors, and suppliers, for the Work shall be new, mer- chantable, and of the most suitable grade. Without limitation of any other rights or remedies of Parsons or Owner, if any defect in the Work in violation of the foregoing warranty appears within the period set forth below, Subcontractor shall upon receipt of written notice of such defect, promptly furnish, at no cost to Parsons or Owner, all labor, equipment and materials at the Site necessary to correct such defects and cause the Work to comply fully with the foregoing warranties. If Subcontractor fails to repair or replace such defect, Parsons, at its option may correct the defect and all costs and expenses of Parsons in correcting the defective Work shall be the responsibility of Subcontractor and shall be deducted from payments due to Subcontractor or paid to Parsons on demand. b. The Subcontractor's warranties set forth in paragraph "2.a" shall extend for a period of eighteen (18) months after the date of final written acceptance of the Work by Parsons and Owner, or twelve (12) months after the start of regular operation or use of the Work by Owner, whichever occurs first. c. All Work furnished by Subcontractor pursuant to paragraph "2.a: to correct defects shall be warranted by Subcontractor in accordance with the warranties set forth in paragraph "2.a" for a period of twelve (12) months from the date of acceptance by Parsons of such correction. 3. Supplier/Manufacturers' Warranty: a. Subcontractor shall be fully responsible to Parsons for all acts and omissions of its subcontractors or suppliers and other individuals or entities performing or furnishing any of the Work. Nothing in the Agreement shall create for the benefit of any such Subcontractor, supplier or other individual or entity any contractual relationship between Owner or Parsons and any such Subcontractor, supplier or other individual or entity, nor shall it create any obligation on the part of Owner or Parsons to pay or to see to the payment of any moneys due any such Subcontractor, supplier or other individual or entity except as may otherwise be required by laws. b. If required by the terms of the Prime Contract, Subcontractor shall furnish Owner with all material and equipment warranties in the name of Owner as part of Subcontractor's close out documentation. Unless and until such material and equipment warranties are assigned to the Owner, Subcontractor shall enforce all material and equipment warranties and other warranties on behalf of Parsons (or at Parsons' request, the Owner), unless relieved from such obligation in writing by Parsons. Company Confidential March 01, 2021; Rev. 0 4 I P a g e Page 703 of 811 PPARSONS AGREEMENT NUMBER: 684141.30111 GC.2 THE PRIME CONTRACT (See ATTACHMENT 1 - SPECIAL PROVISIONS.) The Prime Contract between the Owner and Parsons, "Prime Contract", is incorporated in this Agreement and is found in EXHIBIT 3 - PRIME CONTRACT FLOWDOWN REQUIREMENTS hereto. Prime Contract Flow Downs will be incorporated into this Agreement in EXHIBIT 3. GC.3 COMPLIANCE WITH LAW In performingthe Services, the Subcontractor shall comply with, and ensure that its employees, representatives, and lower - tier subcontractors comply with all applicable federal, state, and local laws, ordinances, statutes, rules, and regulations, including but not limited to those relating to safety, health and environment. Such applicable laws and regulations may include, but are not limited to, the Occupational Safety and Health Act of 1970, the Construction Safety Act and Environmental laws. Every member of the Subcontractor's team has both the authority and the responsibility to stop work at any time to protect their respective safety and health, the safety and health of everyone around them, and the environment. If the Subcontractor sees anything that raises a safety concern, the Subcontractor is authorized to STOP WORK IMMEDIATELY until that activity can be further evaluated and completed safely. If the Subcontractor fails to comply with the safety requirements set out in this Agreement or any other applicable safety regulations, Parsons may at its discretion, without prejudice to any other legal and contractual rights, take reasonable actions to secure a safe environment, including but not limited to suspending or terminatingthis Agreement. Any costs incurred by Parsons in taking such remedial actions shall be at the Subcontractor's expense and to the Subcontractor's account. Further, the Subcontractor shall not be entitled to, nor shall it make any claim for, an extension of time or for compensation for damages or otherwise by reason of, or in connection with, Parsons' work stoppage due to the Subcontractor's non-compliance with the above. GC.4 PROJECT DATA 1. Review of Project Data: The Subcontractor is solely responsible for obtaining all data and information necessary for the proper and complete execution of the Services, and by executing this Agreement, the Subcontractor acknowledges that it reviewed all contract documents and project documents relating to this Agreement, as well as all drawings, plans, specifications or other materials and/or reports that were reasonably available to the Subcontractor (through Parsons or otherwise) and that it has satisfied itself that there are no areas of ambiguity, confusion or conflict ("Problems") with respect to the performance of the Services required by this Agreement. The Subcontractor shall be responsible for, and liable for, any damages and/or costs incurred by the Parties due to the Subcontractor's failure to become aware of any such Problems and to notify Parsons of the same prior to signing this Agreement. 2. Reliance on Project Data: In the event the Subcontractor needs any data or information from the Client, and to the extent the Subcontractor did not request the same prior to the execution of this Agreement, the Subcontractor shall submit a request for the same to Parsons, in writing, who will then forward the request to the Client. In all cases where the Subcontractor is expressly required by the terms of this Agreement to go back-to-back with the terms of the Prime Contract, the Subcontractor shall only be entitled to rely upon data and information provided by or through the Client to the extent that Parsons is entitled to rely upon the same under the Prime Contract. GC.5 CHANGES The Services to be performed by the Subcontractor under this Agreement may be revised, increased or reduced only by Parsons' written order. If the Subcontractor receives Parsons' written order, and if that written order will increase Subcontractor's cost or cause a delay in the performance of the Services, the Subcontractor shall notify Parsons, in writing, of the increased cost and/or the schedule impact as a result thereof within three (3) days after receiving Parsons' written order (the "Subcontractor's Change Order Notice"); provided, however, that if the Agreement expressly requires the Subcontractor to go back-to-back with the terms of the Prime Contract, and if the corresponding Prime Contract specifies a shorter period of time for Parsons to notify the Client of such increased costs and/or schedule impacts, the Subcontractor shall provide the Subcontractor's Change Order Notice within such shorter period. The Subcontractor shall be deemed to have waived its right to seek additional compensation from Parsons with respect to Parsons' written order unless the Subcontractor delivers to Parsons the Subcontractor's Change Order Notice within the aforementioned time period. The Subcontractor shall complywith Parsons' written ordertaking reasonable measures to minimize cost and schedule impact. If the Subcontractor's Change Order Notice is delivered to Parsons within the above time period, then Parsons and the Subcontractor shall meet and attempt to agree on the cost and/or schedule impact arising from Parsons' written notice. Thereafter, if agreed, Parsons and the Subcontractor will execute an amendment to this Agreement. On the other hand, if Company Confidential March 01, 2021; Rev. 0 5 1 P a g e Page 704 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 Parsons and Subcontractor do not agree on the cost and/or schedule impact of the order, Parsons may issue a unilateral change order stating the additional compensation and/or schedule revision to be allowed the Subcontractor, with the understanding that the Subcontractor may dispute the unilateral change order as provided under the Disputes section of this Agreement. Subcontractor shall continue performance of the Services, including Services subject to dispute, during the time necessary to resolve the Dispute. GC.6 RELEASES AND PAYMENTS With respect to all Services provided by Subcontractor pursuant to this Agreement, and to the greatest extent allowed by law, (1) no liens or other encumbrances shall be filed by Subcontractor; (2) Subcontractor expressly waives and relinquishes any and all rights to such liens or encumbrances; (3) the waiver stated in (2) is an independent covenant supported by separate consideration included within the agreement price; and (4) Subcontractor shall ensure that a clause substantially similar to this is included in all lower tier subcontracts issued hereunder. Parsons may, as a condition precedent to any payment, require Subcontractor to furnish complete waivers or releases of any and all such liens, charges, encumbrances, and claims. Waivers or releases must be furnished by Subcontractor covering all liens, charges, encumbrances, and claims as a condition to final payment, which shall be in the form of Attachment 6 to this Agreement. Parsons may at any time pay and discharge liens, claims and encumbrances filed by the Subcontractor's subcontractors or suppliers and deduct the amount so paid, together with reasonable costs and attorneys' fees, from any compensation due the Subcontractor hereunder. The acceptance by the Subcontractor of the final payment for this Agreement under this Agreement shall operate as a release to Parsons for all claims and liabilities of the Subcontractor, its representatives, subcontractors, suppliers and assigns for any additional compensation or payment relating to any and all things done or furnished relating to the Services applicable to the corresponding Agreement. Final payment shall in no way relieve the Subcontractor of liability for its obligations or for faulty or defective work discovered after final payment. GC.7 RIGHT TO WITHHOLD If the Subcontractor fails to maintain the Schedule due to its fault or the fault of its lower tier subcontractors, or should it otherwise commit a breach of this Agreement, Parsons may, in addition to pursuing any other remedy available to it under this Agreement or otherwise available at law, withhold from the Subcontractor's compensation an amount that Parsons deems reasonable and necessary to assure performance of the Services and/or to protect Parsons from loss under this Agreement or any Agreement. Parsons may also withhold payments that are due to the Subcontractor on one Agreements to protect itself against loss relating to another Agreement. Payments maybe withheld in an amount sufficient to cover any loss, or prospective loss, relating to the Subcontractor's services. GC.8 CONFIDENTIALITY The terms of this Agreement and all information provided by Parsons hereunder, and all information obtained by Subcontractor (and its agents, representatives, employees, suppliers, contractors and service providers) pursuant to the performance of the Services hereunder (including but not limited to all drawings, specifications, plans, programs, designs, and software) shall (a) be considered confidential and proprietary, (b) be held in confidence by Subcontractor (and its agents, representatives, employees, suppliers, contractors and service providers), (c) be considered confidential information under this Agreement, and (d) not be reproduced, transmitted, used or disclosed by the Subcontractor (or its agents, representatives, employees, suppliers, contractors and service providers) without the written consent of Parsons, except as may be necessary for the Subcontractor to fulfill its obligations hereunder; provided that this limitation shall not apply to information or any portion thereof that was within the public domain at the time of its disclosure or was previously known to the Subcontractor, or is required to be produced in response to subpoena, court order or other legal proceeding and the Subcontractor provides immediate notice to Parsons of such request. Subcontractor acknowledges that all such information gathered by Subcontractor in the performance of the Services under this Agreement is the property of Parsons orthe Client and shall be returned to Parsons with any copies made atthe completion of the Services, save one confidential record copy. The requirements of this provision shall survive the termination of this Agreement. GC.9 PUBLICITY RELEASES All news releases, publicity releases and releases of reports, papers, articles, maps, or other documents in any way concerning this Agreement which the Subcontractor or any of its agents, employees, contractors or suppliers desire to make for purposes of publication in whole or in part, shall be forwarded to Parsons for review and approval prior to release, which approval may be withheld by Parsons in its sole and absolute discretion. Absent such approval, which must be in writing, no news release, publicity release or release of any reports, papers, articles, maps, or other documents in any way Company Confidential March 01, 2021; Rev. 0 6 1 P a g e Page 705 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 concerning this Agreement shall be made by Subcontractor (or any of its agents, employees, contractors or suppliers) concerning the subject matter of this Agreement. GC.10 ACCESS TO RECORDS If this Agreement is performed on a time and material basis, (i) the Subcontractor shall maintain complete records of all hours billed and direct costs incurred under that Agreement as to accurately reflect the Services performed and the basis for compensation and reimbursement, and (ii) the authorized representatives of Parsons shall have the right to inspect, audit and reproduce all records, books, documents, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data, including accounting procedures and practices relating to any such Services, at all reasonable times and with reasonable prior notice during normal business hours. The Subcontractor shall preserve all such records for a period of three (3) years after the date of final payment for Services or such longer time as may be specified by law or in the corresponding Prime Contract (if the Agreement requires the Subcontractor to go back-to-back with the Prime Contract). GC.11 INTELLECTUAL PROPERTY RIGHTS 1. Right to Work Product: Parsons shall have unlimited, unconditional, irrevocable, and fully assignable intellectual property rights and moral rights, which vest upon creation, in all drawings, designs, specifications, notes and other work, regardless of format, electronic or otherwise, developed by the Subcontractor in the performance of the Services ("Work Product"). Parsons grants the Subcontractor a limited non-exclusive license to use and modify the Work Product for purposes of performing the Services. The Subcontractor agrees that copies of all reports, drawings, studies, specifications, survey notes, estimates, maps, computations, test results, and other data including electronic media and data such as programs, simulations, studies, reports, and the like, prepared by or for the Subcontractor shall be delivered to Parsons upon completion of the work (or upon the earlier termination of this Agreement). Parsons shall have the right to use same without restrictions or limitation and without compensation to the Subcontractor other than that provided for in this Agreement. Subcontractor shall not be responsible for the consequences of any modifications to the Work Product made by someone other than the Subcontractor or persons under its control or for use other than the intended use as described in this Agreement or a corresponding Agreement. 2. Pre-existing Intellectual Property Rights: Pre-existing Intellectual Property Rights are not affected by this Agreement. However, each Party hereby grants to the other a non-exclusive, royalty -free license to use the other's Pre -Existing Intellectual Property solely for purposes of (a) obtaining the benefit of the Services (in the case of Parsons), and for purposes of (b) performing or providing the Services (in the case of the Subcontractor). For purposes of this clause, "Pre -Existing Intellectual Property Rights" in respect of a Party means intellectual property rights owned by that party which are in existence at the date of this Agreement or come into existence after the date of this Agreement otherwise than in connection with this Agreement or this Agreement issued hereunder. 3. Third Party IP Rights: Subcontractor warrants that the Work, to the extent exclusively created by Subcontractor, or its subcontractors and suppliers will not violate or in anyway infringe upon the intellectual property rights of third parties. If Subcontractor uses any third party intellectual property to provide the Work or incorporates any third party intellectual property into the Work, Subcontractor warrants that it has the rights to use such third party intellectual property to do the Work and to incorporate such third party intellectual property into the Work and to sublicense the same to Parsons. In support of this warranty, unless Subcontractor is authorized to do so by the authorized licensor of any applicable third -party intellectual property, Subcontractor shall not incorporate into any Work any third -party intellectual property. Subcontractor shall defend, indemnify, protect, and hold harmless Parsons from and against any and all liabilities, losses, damages, fees, including actual attorney's fees, royalties, costs, and expenses, arising from a claim from any person or party of infringement or alleged infringement of any intellectual property rights based on Subcontractor's (or its agents, employees or subcontractors) creation of the Work Product or any of the Services of Subcontractor hereunder. If such a claim is made or appears possible, Parsons agrees to permit Subcontractor to procure for Parsons the right to continue to use the Work Product, or to modify or replace the Work Product to make it non -infringing, if possible. GC.12 INSURANCE Minimum Insurance Coverage: Notwithstanding anything to the contrary contained herein, the minimum insurance requirements specified below shall apply unless the Prime Contract has a more stringent requirement applicable to the Subcontractor, in which case, the corresponding insurance obligations for the Subcontractor in the Prime Contract shall Company Confidential March 01, 2021; Rev. 0 7 1 P a g e Page 706 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 control. The insurance policies are to be written and procured by good and solvent insurers authorized in the State in which the project is located, with an A.M BEST Insurance Rating of "A- VII or better or by such other companies acceptable to Parsons in its sole discretion. Workers Compensation in accordance with the statutory requirements of the state in which the Services are performed, and Employer's Liability Insurance in the amount: a. Bodily Injury by Accident US$1,000,000 Each Accident b. Bodily Injury by Disease US$1,000,000 Policy Limit c. Bodily Injury by Disease US$1,000,000 Each Employee Where appropriate for the type and scope of employment, coverage shall be extended to include USL&H and Jones Act endorsements, or separate coverage shall be provided. Commercial General Liability per the most recent Insurance Services Office (ISO) Commercial General Liability Insurance (CG0001) or equivalent, including Bodily Injury, Property Damage, Personal and Advertising Injury, Contractual Liability and Completed Operations with limits in an amount of: a. US$1,000,000 Bodily Injury and Property Damage - Each Occurrence b. US$1,000,000 Personal & Advertising Injury Limit c. US$2,000,000 General Aggregate d. US$2,000,000 Products/Completed Operations Aggregate e. This policy shall not contain any contractual exclusion relative to state labor laws or any other exclusions or limitations directed toward any types of projects, materials or processes involved in the Work. Professional Liability Insurance including errors and omissions in an amount of one million dollars (US $1,000,000) per claim and in the annual aggregate. Automobile Liability Insurance per the most recent Insurance Services Office (ISO) Comprehensive Automobile Liability policy (CA 00 01) or equivalent with limits in an amount of one million dollars (US $1,000,000) for Bodily Injury and Property Damage on a Combined Single Limit basis. Such policy shall cover all owned, non -owned and hired automobiles. Watercraft If the performance of this Agreement requires the use of watercraft, Subcontractor shall carry on all watercraft used in the performance the Services, or require the owners of such watercraft to carry: (i) Hull and Machinery (including Collision Liability) Insurance, subjectto the terms and conditions of the American Institute Hull Clauses or equivalent, in an amount not less than the market or replacement value of the watercraft, whichever is greater (any language in this policy which limits coverage to an insured who is not entitled limitation of liability shall be deleted), and (ii) Protection Indemnity Insurance including a contractual liability extension, in an amount of five million dollars (US $5,000,000) or the market value of the watercraft, whichever is greater (any language in this policy which limits coverage to an insured who is not entitled limitation of liability shall be deleted). Aircraft If the performance of this Agreement requires the use of aircraft (including helicopters), Subcontractor shall carry, or require the owners of such aircraft to carry: Aircraft Liability Insurance with Single Limit Bodily Injury & Property Damage including Passenger Liability in an amount of ten million dollars (US $10,000,000) each Occurrence applicable to owned, rented, leased, or borrowed aircraft while in the custody of the insured or anyone operating such aircraft with insured's permission. The policy shall not contain a "per -passenger" sublimit less than the required Ten Million dollars ($10,000,000). Unmanned Aerial System (UAS) Liability If the performance of this Agreement requires the use of an UAS, the operator shall meet all applicable FAA rules and maintain UAS Liability coverage in an amount of US$1,000,000 each occurrence and in the annual aggregate including premises liability for operator's actions and personal injury coverage. Umbrella/Excess Insurance: Total limits may be provided by any combination of primary and excess/umbrella policies. Additional Insured Each insurance policy shall be endorsed to include Parsons, the Client, and their respective officers, directors, agents, and employees as additional insureds for both Ongoing Operations and Completed Operations with the exception of Professional Liability and Workers Compensation. Coverage afforded the additional insureds shall apply on a primary and non-contributing basis with the any coverage maintained by the additional insured. In such cases, if the Company Confidential March 01, 2021; Rev. 0 8 1 P a g e Page 707 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 Additional Insured has other insurance that is applicable to the loss, such other insurance shall be on an excess and non- contributory basis. Waiver of Subrogation All policies with the exception of Professional Liability Insurance required by this Agreement, as allowed by statute, shall include clauses providing that each underwriter shall waive all of its rights of recovery under subrogation or otherwise, against Parsons, the Client, and their respective officers, directors, agents and employees as additional insureds. Prior to commencement of the Work and at all times during the performance of the Contract, the Subcontractor shall take out and maintain all insurance necessary to satisfy the insurance coverage obligations of this Agreement at its sole cost and expense. Likewise, Subcontractor shall require all of its Subcontractors of any tier to provide and maintain insurance of the type and in limits as set forth herein. All such coverage shall be in a form and with insurers acceptable to Parsons. Coverages and limits identified above are not intended, and are not to be interpreted, as recommendations by Parsons of adequate protection for the Contractor. Limits identified above do not limit Subcontractor's liability. All liability insurance policies written on a claims -made basis shall be maintained for a minimum of five (5) years following completion of all Services, except for the Subcontractor's Professional Liability Insurance, which shall be maintained in full force and effect for a period of ten (10) years after the completion of the Services, either by renewal of annual policies or if non -renewed by purchase of extended reporting period (ERP). CERTIFICATES OF INSURANCE AND ENDORSEMENTS - The Subcontractor shall furnish to Parsons acceptable certificates of insurance and endorsements evidencingthe required insurance coverage specified herein priorto beginningthe Service, on an annual basis throughout the term of this Agreement, and otherwise, within ten (10) days after receiving written notice from Parsons requesting the same. In addition, at Parsons' written request, Subcontractor shall, within ten (10) days, furnish copies of the actual insurance policies required under this Agreement to Parsons. An example of an acceptable form of Certificate of Insurance is attached hereto as ATTACHMENT 5 - SAMPLE INSURANCE. Policies shall be endorsed to provide Parsons 30 days' Notice of Cancellation. The Subcontractor shall provide Parsons with at least thirty (30) days written notice of any non -renewal or material change of coverage or limits. Additionally, only ten (10) days' notice shall be required if the cancellation is due to non-payment of premiums. Should Subcontractor fail to deliver the aforementioned certificates, endorsements, and copies of insurance policies in accordance with the foregoing, then in addition to all other rights and remedies available to Parsons hereunder, Parsons shall have the right to withhold any and all monies that may be otherwise due and payable to the Subcontractor until such time that the Subcontractor has provided the requested certificates, endorsements and copies of insurance policies to Parsons. ADEQUACY OF COVERAGE- Coverages and limits identified above are not intended, and are not to be interpreted, as recommendations by Parsons of adequate protection for the Subcontractor. Limits identified above do not limit Subcontractor's responsibility. Any and all limits of liability available to the Subcontractor shall inure to the benefit of Parsons and the Client, regardless of dollar amount required above. GC.13 INDEMNIFICATION To the fullest extent permitted by law, the Subcontractor shall be responsible for and shall defend, protect, indemnify and hold harmless Parsons, its affiliated entities, and their employees, officers and agents (as well as the Client and its employees, officers and agents, if this Agreement binds the Subcontractor to the terms of a Prime Contract on a back to back basis) from and against any and all liabilities, claims, demands, causes of action, penalties, loss, cost, damage and expenses, including reasonable attorney's fees, expert and consultant's fees (collectively, "Liability"), arising from, connected with, or relating to the negligence or willful misconduct of, or breach of this Agreement by, the Subcontractor or anyone for whom the Subcontractor is legally responsible under the terms of this Agreement, (collectively, the "Subcontractor Parties") in connection with, or related to, the Services and/or this Agreement. GC.14 TERMINATION AND SUSPENSION 1. Parsons' Right to Suspend: Parsons can suspend the Services under this Agreement for up to six (6) months, in the aggregate, without cause, and without an obligation to pay additional compensation to the Subcontractor. However, if this Agreements binds the Subcontractor to the terms of a Prime Contract on a back-to-back basis, and if Parsons receives payment from the Client as compensation for damages incurred by the Subcontractor as a result of the suspension, then Parsons shall pass through the amounts received from the Client (on behalf of the Subcontractor) to the Subcontractor. For all suspensions in excess of six (6) months, the Subcontractor may submit a written claim for an increase in the cost of performance for the corresponding Agreement, excluding profit. Company Confidential March 01, 2021; Rev. 0 9 1 P a g e Page 708 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 2. Parsons' Right to Terminate for Convenience: Parsons may terminate this Agreement at Parsons' convenience, in whole or in part, by delivering written notice of such termination to the Subcontractor. Such termination shall be effective in the manner specified in the notice and shall be without prejudice to any claims that Parsons or the Client may have against the Subcontractor. In the event this Agreement is terminated by Parsons for convenience, cancellation payments to the Subcontractor or refund to Parsons, if any, as a result of a termination for convenience will be based on that portion of the Services that are satisfactorily performed up through the date of termination, including reimbursement for reasonable overhead and profit on the Services performed up through the date of termination, plus reasonable and necessary expenses resulting from the cancellation, as substantiated by documentation satisfactoryto and verified by Parsons, less amounts previously paid by Parsons to the Subcontractor, and less amounts that are reasonably withheld by Parsons to offset damages that Parsons may suffer or incur as a result of the Subcontractor's breach of this Agreement, if any. Notwithstanding the foregoing, the Subcontractor shall not be entitled to any prospective or anticipatory profits or damages because of such termination. Furthermore, in the event Parsons terminates this Agreement for convenience, Parsons reserves the right to direct the Subcontractor to assign to Parsons any of the Subcontractor's subcontracts, orders, or commitments, and upon receiving any such direction from Parsons, the Subcontractor agrees to diligently and timely comply with such direction. Notwithstanding anythingto the contrary contained herein, if this Agreements binds the Subcontractorto the terms of a Prime Contract on a back-to-back basis, and if Parsons terminates that Agreement for convenience because the Client has terminated the corresponding Prime Contract for its convenience, then to the greatest extent allowed by law, the Subcontractor shall only be entitled to payment for the above costs to the extent that Parsons is paid by the Client for these costs. 3. Termination and Suspension (for cause): Parsons may by written notice to the Subcontractor terminate or suspend this Agreement for the Subcontractor's default if: a. In Parsons' opinion, the Subcontractor appears to be insolvent or in such an unsound financial condition as to endanger performance; or b. The Subcontractor fails to perform the Services associated with a particular Agreement in accordance with the delivery schedule specified for that Agreement; or c. The Subcontractor breaches any clause or provision of this Agreement that is incapable of being cured; or d. Parsons has reason to believe that the Subcontractor will be unable to complete the Services for the contract price; or e. The Subcontractor has repudiated, either orally or in writing, its obligation to complete the Services pursuant to the terms of this Agreement; or f. The Subcontractor fails to comply with the Insurance requirements of GC.12 INSURANCE; or g. The Subcontractor has breached or otherwise failed to comply with any provision of this Agreement that is capable of being cured, and the Subcontractor does not cure the same within a period of ten (10) calendar days after receipt of written notice from Parsons specifying such cause and requesting that the Subcontractor cure the same. If Parsons terminates this Agreement for cause, the Subcontractor shall be entitled to receive payment for all reasonable and authorized professional fees for Work performed by the Subcontractor prior to the effective date of termination, less any amounts that were previously paid to the Subcontractor hereunder (such difference being the "Fees Owing Through Termination"), and less the costs to complete the Services that are in excess of those costs Parsons would have incurred had the Agreement not been terminated for cause (the "Excess Costs"). In the event of such termination, Parsons may complete the Services or enter into an agreement with others for completion of the Services, and Parsons reserves the right to direct the Subcontractor to assign to Parsons any of the Subcontractor's subcontracts, orders or commitments. Notwithstanding the foregoing, if Parsons terminates this Agreement for cause, Parsons will not be obligated to pay the Subcontractor any further amounts that may be due and payable under this Agreement until after the Services are complete and Parsons has determined the amount of the Excess Costs. Once the Excess Cost is determined, Parsons will notify the Subcontractor of the Excess Costs, and if the Fees Owing Through Termination are greater than the Excess Costs, Parsons will promptly pay the Subcontractor the difference between the Fees Owing Through Termination and the Excess Costs. Conversely, if the Excess Costs are greater than the Fees Owing Through Termination, then the Subcontractor shall promptly pay Parsons the difference between the Excess Costs and the Fees Owing Through Termination. In addition to the Parsons' termination rights set forth herein, Parsons shall have the right in its sole discretion to immediately terminate this Agreement in the event that Parsons reasonably believes that the Subcontractor has breached the provisions of Article GC.28 paragraphs A and B, or that a breach of such provisions is imminent. In such circumstances, the Subcontractor shall immediately cease rendering services hereunder, and Parsons shall have no further obligation to render payments to the Subcontractor hereunder. Company Confidential March 01, 2021; Rev. 0 10 ( P a g e Page 709 of 811 PPARSONS AGREEMENT NUMBER: 684141.30111 GC.15 GOVERNING LAWS AND DISPUTES All claims, disputes and matters in question arising out of or relating to this Agreement or any breach thereof ("Disputes") shall be resolved in the following manner: 1. This Agreement shall be governed by and construed in accordance with the laws of the State where the Project is (or is to be) constructed without reference to its conflicts of law provisions; provided, however, that if the "location where the Project will be constructed" is not readily determined, or if the Dispute is not associated with a particular Project, then the laws of the State of Virginia will apply, without reference to its conflicts of law provisions. 2. The parties will first attempt to settle the matter through amicable discussions. If no agreement can be reached, then the Parties shall submit to non -binding mediation prior to commencing arbitration or an action in a judicial forum. The cost for a mediator will be shared equally by the parties. 3. In the event of a Dispute where the amount in question equals or exceeds the amount of one million dollars (US $1,000,000) either Party may bring an action in a court of competent jurisdiction in the State where the Project is (or is to be) to be constructed, or if the "location where the Project will be constructed" is not readily determined, or if the Dispute is not associated with a particular Project, then the action may be brought in the State of Virginia. In any such litigation, the parties agree to waive their rights to a jury trial on all issues. 4. In the event of a Dispute where the amount in question is less than one million dollars ($1,000,000) the Dispute shall be resolved by arbitration in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association then in effect subject to the following conditions: a. arbitration to be held in the State where the Project will be constructed or if the "location where the Project will be constructed" is not readily determined, or if the Dispute is not associated with a particular Project, then in the State of Virginia. b. there will be a single arbitrator appointed by the American Arbitration Association from its National Panel in accordance with its normal procedures for selection of arbitrators. c. the arbitrator will issue a detailed written decision setting forth the legal and factual basis of the decision. If there is more than one issue upon which a party's claim is based, the decision will separately address each issue. d. the Parties will produce documents as if the arbitration is governed by the Federal Rules of Civil Procedure. e. the agreement to arbitrate does not apply to any claim for contribution or indemnity based upon a claim or action by a person who does not consent to become a party to arbitration with the parties. f. the award rendered by the arbitrator shall be final and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction. g. the Parties agree to consolidate any arbitration initiated in accordance with this provision with any arbitration involving either party and arising out of a common question of fact or law. h. notwithstanding any provision(s) contained in this Agreement or any rule(s) of the American Arbitration Association which may provide or be construed to the contrary, the Parties hereto agree that the arbitrator(s) shall have no authority to determine and dispose of any Dispute, or any part(s) thereof, pursuant to a motion for summary adjudication or any other such dispositive motion procedure. 5. If Parsons determines that all or any portion of any Dispute involving a claim by the Subcontractor against Parsons is or might be the responsibility in whole or in part of a third party not a party to this Agreement and Parsons commences a proceeding against such third party, Subcontractor may, after discussion with Parsons, be included within Parsons' proceeding with that third party; in the event of such inclusion, Parsons' liability to the Subcontractor will be limited to the amount recovered by Parsons from the third party on behalf of the Subcontractor, and the Subcontractor shall be responsible for its share of the costs of any such proceeding; resolution of the Subcontractor's Dispute against Parsons will be stayed pending completion of the separate proceeding against the third party. 6. Notwithstanding any other requirement of this Article, Subcontractor agrees to participate in and to comply with the dispute resolution provisions of the Prime Contract if, and to the extent, that the Prime Contract includes terms that are applicable to the resolution of the Dispute involving a claim by the Subcontractor against Parsons. GC.16 SUCCESSORS AND ASSIGNS Company Confidential March 01, 2021; Rev. 0 11 1 P a g e Page 710 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 The Subcontractor shall not subcontract, sublet or assign its rights or delegate its duties hereunder, in whole or in part, without the express prior written consent of Parsons, which may be withheld by Parsons in its sole discretion, and any attempted assignment of rights or delegation of duties in contravention of this prohibition shall be void and of no effect. A change in control of Subcontractor shall be deemed an assignment hereunder and subject to the requirements of this Article. For the purposes hereof, "change in control" shall mean the sale, pledge, assignment or other transfer, directly or indirectly, whether through merger, consolidation, recapitalization or other business combination or transaction by Subcontractor of (i) a majority of the stock or other equity interest or voting power of Subcontractor or of any entity owning or controlling such stock, equity interest or voting power; (ii) substantially all of the assets of Subcontractor; or (iii) the beneficial control of Subcontractor, in each case whether in one or a series of transactions. GC.17 LICENSES AND PROFESSIONAL SEALS By executing this Agreement, the Subcontractor warrants that it and its permitted subcontractors are currently licensed by all applicable jurisdictions to perform the Services and that it is authorized to do business in the locations and/or jurisdictions where the Services will be performed. Additionally, Subcontractor shall provide the appropriate Professional Seals and Signatures, (Architects, Engineers, Professional Land Surveyors, Landscape Architects), on drawings, specifications and calculations provided under this Agreement. Professional Seals and Signatures must be issued by Professionals currently licensed to practice their profession within the state that the project is located. GC.18 INDEPENDENT CONTRACTOR The Subcontractor is an independent consultant with respect to performing the Services. The employees furnished by the Subcontractor to perform the Services shall be and are the Subcontractor's employees exclusively and shall be paid by the Subcontractor for all services in connection with this Agreement. The Subcontractor shall be responsible for all payments, obligations and reports covering social security, unemployment insurance, workers' compensation, income tax and other reports and deductions required by any applicable state, local or federal law. GC.19 AFFIRMATIVE ACTION The Subcontractor is an equal opportunity employer and federal contractor or subcontractor. Consequently, the parties agree that, as applicable, they will abide by the requirements of 41 CFR 60-1.4(a), 41 CFR 60-300.5(a) and 41 CFR 60- 741.5(a) and that these laws are incorporated herein by reference. These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities and prohibit discrimination against all individuals based on their race, color, religion, sex, sexual orientation, gender identity or national origin. These regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to race, color, religion, sex, sexual orientation, gender identity, national origin, protected veteran status or disability. The parties also agree that, as applicable, they will abide by the requirements of Executive Order 13496 (29 CFR Part 471, Appendix A to Subpart A), relating to the notice of employee rights under federal labor laws. GC.20 COMPLIANCE WITH IMMIGRATION REFORM AND CONTROL ACT OF 1986 Should the Subcontractor employ any workers (directly or indirectly) to perform services in the United States with respect to this Agreement, then with regard to the Immigration Reform and Control Act of 1986 ("IRCA"), the Subcontractor represents and warrants that the Subcontractor is aware of and understands IRCA and is in compliance with IRCA and that the Subcontractor is not employing and shall not knowingly employ any workers (whether directly or indirectly) who will work in the United States who are not authorized to work for the Subcontractor in the United States. It shall be the Subcontractor's responsibility to properly complete 1-9's for all employees and to confirm such employees' eligibility to work in the United States through E-Verify. The Subcontractor shall indemnify and hold harmless Parsons from and against any and all liabilities, losses or damages, fees (including but not limited to attorneys' fees, investigative fees and others), expenses, costs, however the same shall be caused, arising out of any investigation, cause of action, proceeding, claim, settlement, administrative proceeding or other legal action, based the alleged violation of this or any other statute or law, order, regarding employment of non-U.S. citizen. GC.21 EXPORT COMPLIANCE Company Confidential March 01, 2021; Rev. 0 12 1 P a g e Page 711 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 The Parties acknowledge that Parsons is subject to the Export Regulations of the United States of America regarding export and re-export of controlled items, services, or technical data from the United States. Parsons, including all of its employees and agents, is subject to U.S. export control laws and regulations that prohibit or restrict or penalize (i) transactions with certain parties, (ii) disclosure of certain information to certain parties, (iii) the type and level of technologies and services that may be exported or re-exported, (iv) the conduct of transactions involving non-U.S. parties, and (v) involvement in certain boycotts. These laws include, without limitation, the Export Administration Act, the Arms Export Control Act, the International Economic Emergency Powers Act, the Trading with the Enemy Act, the Office of Foreign Assets Control Regulations, and other regulations issued pursuant to these and other U.S. laws. The Subcontractor agrees that it will not export or re-export, either directly or indirectly, any information or data or services received from Parsons or the direct product thereof to any country or person in contravention of said Export Regulations or make any other use of such information or data which would violate the laws of the United States of America. GC.22 NOTICES All notices and other communications between the Parties must be in writing and sent to the Party's email or office address for notices specified in this Agreement. All notices must be given either by (a) electronic mail, (b) a nationally recognized, next day courier service, (c) first class registered or certified mail, postage prepaid, or (d) by personal delivery. Notices shall be deemed to have been given (i) upon delivery if sent by electronic mail during a Business Day (or on the next Business Day if sent by electronic mail after the close of normal business hours or on a non -Business Day); and notice by e-mail shall only be deemed delivered only if the recipient acknowledges receipt (with an automatic "read receipt" not constituting acknowledgment of an email for purposes of this section), (ii) the next Business Day, if sent by a nationally recognized overnight delivery service (unless the records of the delivery service indicate otherwise), (iii) three Business days after deposit in the United States mail, certified, and with proper postage prepaid, (iv) when delivered personally. GC.23 ENTIRE AGREEMENT This Agreement, including all attachments and documents incorporated herein and made applicable by reference, constitutes the complete and exclusive statement of the terms and conditions of the Agreement between Parsons and the Subcontractor and supersedes all prior agreements, representations, understandings, and communications. GC.24 CONTRA PROFERENTEM Each and every provision of this Agreement shall be construed as though both Parties participated equally in the drafting of the same, and any rule of construction that a document shall be construed against the drafting party, including without limitation the doctrine commonly known as contra proferentem, shall not be applicable to this Agreement. GC.25 INVALIDITY OF AGREEMENT In the event that any one or more of the provisions of this Agreement shall be found to be illegal or unenforceable, the remaining provisions of this Agreement shall remain in full force and effect, and such term or provision shall be deemed stricken to the extent necessary for compliance with applicable law. GC.26 RIGHTS, REMEDIES AND WAIVER The rights and remedies provided in this Agreement to Parsons shall be cumulative with and in addition to the rights and remedies otherwise available at law, or in equity. The failure of Parsons to insist upon the Subcontractor's performance of any of its obligations arising under this Agreement shall not be construed as a waiver or relinquishment of Parsons' right to such performance, nor shall such failure be construed as a waiver of future performance of such obligations, and the Subcontractor's obligation in respect thereto shall continue in full force and effect. GC.27 TAXES, DUTIES, PERMITS AND FEES Subcontractor will pay all sales, use, value-added and similar taxes levied on any goods or services used or consumed by Subcontractor in providing the Services, except for assets owned or leased by Parsons. Subcontractor will pay all (a) real Company Confidential March 01, 2021; Rev. 0 13 1 P a g e Page 712 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 and personal property, ad valorem and similar taxes on real, personal and intangible property it owns, leases or licenses, (b) franchise and privilege taxes on its business operations, and (c) taxes based on its net income or gross receipts. Subcontractor shall be responsible for all taxes, duties, permits, or fees necessary for the performance of the Services. GC.28 ETHICS / ANTI -CORRUPTION Each Party represents, warrants and covenants that it will at all times comply with all applicable anti -corruption and anti - bribery law and regulations including, but not limited to, the U.S. Foreign Corrupt Practices Act ("FCPA") and the UK Bribery Act, in the course of performing its obligations under this Agreement. All Parties doing business with Parsons are expected to adhere to the principles and obligations outlined in Parsons' Standards of Ethical Conduct for Business Partners. (link is here, or add as Appendix: https://parsons. public. na2.doctract.com/doctract/docu mentportal/08DB3066F5656B95323528A38448FECB) Without limiting the generality of paragraph one of this Article, each Party represents, warrants and covenants that in performing its obligations under this Agreement, it will not, directly or indirectly, offer, give, promise, or authorize the offering, giving, or promising of, anything of value to a Covered Person (as defined below) to induce the Covered Person to take or refrain from taking any action in an improper manner, or improperly usingtheir influence with others, for the purpose of assisting a Party to obtain or retain business, direct business to any other person, or gain any improper advantage. The term "Covered Person" means any of the following: 1. an officer, employee, agent or representative of any government, including any department, agency, or subdivision thereof; 2. an officer, employee, agent, or representative of any public international organization (such as the United Nations, the World Bank, or a regional development bank); 3. an officer, director, employee, agent, or representative of a company owned or controlled, in whole or in part, by any government; 4. a political party, an official of a political party, or a candidate for political office; 5. a member of a royal or ruling family; 6. any person acting in an official a capacity on behalf of any of the foregoing; 7. any person at a private sector company in a position to award business or other benefits to the Company; and 8. any close family relative of any of the persons listed above. Audit Rights. Parsons shall have the right, no more than once in any twelve (12) month period, to conduct an audit of the Subcontractor's books, records, and accounts for the sole purpose of confirming the Subcontractor's compliance with this Agreement. Parsons shall have the right to conduct such audit directly, or to engage qualified the Subcontractor's auditors to conduct such audit on its behalf. Such audit shall be conducted at Parsons's expense. Parsons shall furnish the Subcontractor not less than fourteen (14) days' written notice prior to the commencement of any such audit. Subcontractor agrees to fully cooperate with all such audits, including granting Parsons and its representatives' access to the Subcontractor's facilities and personnel. Periodic Certifications. When requested to do so by Parsons during the term of this Agreement, the Subcontractor shall promptly provide written certifications, signed by a duly authorized member of the Subcontractor's management, confirmingthe Subcontractor's understanding of, and continued compliance with, the requirements set forth in paragraph two of this Article. Activity Reports. Subcontractor shall provide Parsons with detailed activity reports describing the services rendered to Parsons under this Agreement. Such reports shall identify all the Subcontractor's personnel who rendered services to Parsons, the hours spent by such personnel, the Covered Persons with whom the Subcontractor's personnel met, and such other information as Parsons may request from time to time. Subcontractor shall submit such reports to Parsons for each calendar month during the term, no later than fourteen (14) days following the end of the following calendar month. Training. Subcontractor shall cause its management, and all of its personnel who will be involved in rendering services to Parsons hereunder, to undergo training once in every twelve (12) month period that addresses the Subcontractor's compliance obligations under paragraph two of this Article. Gifts and Hospitality. In the course of performing its obligations under this Agreement, the Subcontractor shall not offer, give, promise, or authorizethe offering, giving, or promising of, anygifts, hospitality, meals, travel, lodging, or entertainment to a Covered Person without the prior written consent of Parsons. Company Confidential March 01, 2021; Rev. 0 14 ( P a g e Page 713 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 Facilitation Payments. In the course of performing its obligations under this Agreement, the Subcontractor shall not offer, give, or promise, or authorize the offering, giving, or promising of, anything of value to a Covered Person in order to expedite or secure the performance of any routine or administrative governmental action, even if a delay in securing such governmental action may cause the Subcontractor or Parsons inconvenience or disruption to their respective business activities. GC.29 TIME OF PERFORMANCE Time is of the essence in the performance of Subcontractor's obligations under this Agreement. Subcontractor shall reimburse Parsons for the amount of any liability incurred by Parsons or Owner and the amount of any increase in the cost or expense to Parsons in performing Parsons' Services under the Prime Contract as a result of Subcontractor's failure to perform the Services within the time specified in this Agreement. GC.3O PRECEDENCE OF DOCUMENTS - Anything that may be called for in the specifications and not shown on the drawings or shown on the drawings and not called for by the specifications, shall be of like effect as if called for and shown in both. In the event of a conflict between the drawings and the specifications, the specifications shall govern. If Subcontractor discovers any ambiguities or discrepancies, Subcontractor shall immediately submit the matter to Parsons for determination. GC.31 OVERTIME Except where the Agreement compensation include a provision for overtime work, Subcontractor shall operate on a straight time forty (40) hour work week. In the event that Parsons' directs or authorizes, in writing, any casual premium overtime work for Parsons' or Owner's sole convenience, then Parsons shall compensate Subcontractor for the actual premium cost of overtime performed. The term "premium cost of overtime," includes only the actual premium labor cost, including applicable taxes and wage additives required by craft agreement or by law, but does not include additives for overhead, labor efficiency factor, or profit. Overtime incurred by Subcontractor in orderto maintain delivery or completion schedules or hire and maintain an adequate labor force in order to comply with Parsons' delivery or completion schedule shall not be compensated by Parsons. Subcontractor shall neither be compensated for overtime premium, loss of productivity, additional supervision, or shifts, overhead, profit, nor for any other expense associated with such overtime. Subcontractor shall submit daily time sheets and, when requested, certified payroll records to Parsons to support invoices covering any premium overtime reimbursement. Nothing contained in this paragraph, however, shall be construed to prevent Subcontractor from taking any action of any emergency nature, without prior authorization, as may be deemed necessary for the protection and safety of life, the Work, or any adjoining property. GC.32 ARCHEOLOGICAL ARTIFACTS - If Subcontractor unearths or otherwise discovers items identified as being archeological artifacts, Subcontractor shall immediately stop all Work in the area and promptly advise Parsons, orally and in writing. Subcontractor further agrees that no Work in the area will be resumed until written notification is received from Parsons to do so. Delays caused by discovery of archeological artifacts shall be excusable delays under this Agreement. GC.33 HAZARDOUS MATERIALS AND ENVIRONMENTAL LAW COMPLIANCE AND INDEMNIFICATION - Subcontractor agrees to submit to Parsons for its review and approval, a Safety Data Sheet, as prescribed in Title 29, Code of Federal Regulations, Part 1910.1200 for all hazardous material two (2) days before delivery, or planned use of the material on Site, whether or not listed in Subpart Z (Toxic and Hazardous Substances). Subcontractor agrees to comply with all Environmental Law as defined herein below. Definitions 1. Environmental Claim" means any investigation, notice, violation, demand, allegation, action, suit, injunction, judgment, order, consent decree, penalty, fine, lien, proceeding, or claim (whether administrative, judicial, quasi - Company Confidential March 01, 2021; Rev. 0 15 1 P a g e Page 714 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 judicial or private in nature) arising (a) pursuant to or in connection with any actual or alleged violation of any Environmental Law, or (b) in connection with any Hazardous Material, or (c) from any actual or alleged damage, injury, threat, or harm to health, safety, natural resources, or the environment, regardless of whether such matter is now known or unknown, or how or when such matter occurred or is discovered. 2. Environmental Law" means any present or future federal, state or local law or regulation, or international treaty signed by the United States, relating to the handling, use, control, management, treatment, storage, disposal, transport, release or threat of release of any Hazardous Material, including but not limited to, the federal Comprehensive Environmental Response, Compensation, and Liability Act ("CERCLA"), OH42 U.S.C.A. � , 9601 et seq., the federal Resource Conservation and Recovery Act ("RCRA"), 1H42 U.S.C.A. � � 6901 et seq., the federal Water Pollution Control Act ("CWA"), 2H33 U.S.C.A. � � 1251 et seq., the federal Clean Air Act ("CAA"), 3H42 U.S.C.A. 7401 et seq., the Safe Drinking Water Act ("SDWA"), 4H42 U.S.C.A. -� 300f et seq., the Hazardous Materials Transportation Act, 49 U.S.C.A. 5101 et seq., the Occupational Safety and Health Act of 1970 (the "OSH Act'), 5H29 U.S.C.A. � , 651 et seq., and any similar state or local laws, rules or regulations, and any and all requirements arising under such laws and regulations, rules, ordinances, codes, orders, licenses, permits, approvals, plans, authorizations, and all applicable judicial, administrative, and regulatory decrees, judgments, and orders, relating to the protection of human health or the environment. 3. Hazardous Material" means any substance or material: (a) the presence of which requires investigation or remediation under any Environmental Law, (b) which is or becomes regulated by any federal, state or local governmental authority, including without limitation, any substance or waste material which is defined or listed as a "hazardous waste," "extremely hazardous waste," "restricted hazardous waste," "industrial waste," "solid waste," "hazardous substance," "extremely hazardous substance," "hazardous material," "pollutant' or "contaminant' under any Environmental Law; (c) which contains gasoline, diesel fuel or other petroleum hydrocarbons or a petroleum derivative; (d) which contains polychlorinated biphenyls ("PCBs"), asbestos or urea formaldehyde; (e) which is explosive, corrosive, flammable, infectious, radioactive or toxic; or (f) which poses an unreasonable risk of injury to human health or the environment. 4. %ndemnity"-Subcontractor agrees to release, and to assume all responsibility for, and to indemnify, defend and hold harmless Parsons, and its directors, officers, shareholders, employees, successors and assignees (collectively the "Parsons") from and against any and all damages, claims, demands, penalties, fines, settlements, judgments, losses, liabilities, suits, actions, proceedings, costs and expenses, including, without limitation, reasonable legal, accounting, consulting, engineering and other expenses, which may be imposed upon or incurred by Parsons, or asserted against Parsons, by any other person or party(ies) (including, without limitation, a governmental entity), arising out of or in any way connected with any Environmental Claim as defined above, based on or resulting from the Work hereunder by Subcontractor, including its Subcontractors, suppliers and agents. Provided, however, that the above release and indemnity obligation shall not apply with respect to Hazardous Materials not brought to the site by Subcontractor, unless the claims, damages, or liabilities arise from the negligence, willful misconduct or other fault of Subcontractor in the performance of the Work. GC.34 NOTICE OF LABOUR DISPUTES - Whenever the Subcontractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Subcontractor Agreement, the Subcontractor shall immediately give notice to Parsons, and provide all relevant information as requested by Parsons. Subcontractor shall insert the substance of this clause, including this paragraph, in all lower -tier subcontracts except that each such lower -tier subcontract shall provide that in the event its timely performance is delayed or threatened by delay by any actual or potential labor dispute, the Subcontractor shall immediately notify its next higher tier Subcontractor of all relevant information respecting such dispute. GC.35 JOB DAMAGE - Job damage caused by Subcontractor on any Agreement shall be reported immediately to Parsons and Subcontractor shall be responsible for its repair and the related cost. GC.36 UNIT PRICE - Company Confidential March 01, 2021; Rev. 0 16 1 P a g e Page 715 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 In the event this Agreement contains unit priced items, it is understood and agreed that any quantities mentioned are approximate only and subject to change as ordered and directed by Parsons and/or Owner. Unit pricing shall not increase regardless of the actual quantities provided during the duration of the Agreement. 13C.37 AS -BUILT DOCUMENTS - After the execution of the Agreement, Parsons and Owner may agree to those portions of the Work for which Owner will require As -Built Documents. Subcontractor shall include the requirements for As -Built Documents in the appropriate lower - tier subcontracts and supply agreements (or in its scope of self -performed Work, if applicable), at no additional cost to Parsons, and the Subcontractor shall be responsible for assuring that the required As -Built Documents are prepared on a current basis, as Work progresses. ;1WIlPt ]:L1�1�_1:��I_\1�1:�►16�:1 �]-�'\•l_1:b��1►�� Parsons shall furnish an unprotected open storage area for Subcontractor's materials and equipment at a location designated by Parsons. Subcontractor shall provide suitable protection and be responsible for any and all materials, tools, and equipment furnished to Subcontractor by Parsons. 13C.39 BENEFICIAL OCCUPANCY AND POSSESSION PRIOR TO COMPLETION - Parsons or the Owner shall have the right to take possession of or use any completed or partially completed part of the Subcontractor's Work as Parsons or Owner may deem necessary for their operations upon notice to the Subcontractor. During such occupancy, Parsons or Owner shall exercise all reasonable efforts to avoid interference with the Subcontractor's continuance of the Work. Such occupancy shall not constitute acceptance of the Subcontractor's Work and Subcontractor will remain responsible for that portion of the Work so occupied until Final Acceptance under this Agreement and thereafter pursuant to the guarantees and warranty provisions of this Agreement; provided that Subcontractor shall not be responsible for any damage or loss caused by Owner or Parsons. GC.40 INSPECTION AND ACCEPTANCE 1. All equipment and materials furnished to Parsons, and workmanship performed by Subcontractor or its lower -tier subcontractors, shall be subject to final inspection, tests, and acceptance by Parsons or its representatives upon completion of all Work. Parsons may also inspect and reject any non -conforming materials, equipment, or workmanship at anytime duringthe manufacturing or performance of the Work. Pre -inspection surveys and meetings may be initiated by Parsons to formulate inspection plans and resolve questions concerning standards, codes, non- conformance, or specification requirements. Parsons inspection shall not relieve Subcontractor from its obligation to comply with the requirements of this Agreement including any warranties hereunder. Parsons reserves the right to charge to Subcontractor any additional cost of inspection or test when material or workmanship is not ready at the time specified by the Subcontractor for inspection or test, or when re -inspection or re -test is necessitated by prior rejection. Subcontractor shall ensure that the required number of copies of material data, code forms, charts, and other required information is provided to Parsons (or its representative inspector) before final inspection. Parsons (or its representative inspector, as applicable) will not release materials until he has reviewed and approved this data. The failure of Parsons to inspect or test, or to discover defective material or workmanship, shall not prejudice the rights of Parsons after the final inspection and test. If inspection and test facilities are not otherwise made available, Subcontractor shall furnish, at its expense, such facilities as may be necessary. 2. After written request of Parsons, Subcontractor shall submit three (3) copies of all Purchase Orders issued by Subcontractor to Subcontractor's suppliers of major equipment and materials required for Subcontractor's performance of the Work. 3. Subcontractor, at its expense, shall promptly correct any workmanship that does not comply with the requirements of this Agreement (including but not limited to the requirements of this Agreement), and shall promptly repair or replace any material or equipment (except material or equipment furnished by Parsons) that is defective or does not conform to the requirements of the Agreement, before resubmitting the Work for acceptance. If Subcontractor fails to repair or replace rejected equipment or material, or correct rejected workmanship promptly, Parsons, at its option may repair, replace, or correct the defective workmanship, equipment or material, and all costs and expenses of Parsons in correcting the defective Work shall be the responsibility of Subcontractor and shall be deducted from payments due to Subcontractor or paid to Parsons on demand. Instead of requiring correction, removal or Company Confidential March 01, 2021; Rev. 0 17 ( P a g e Page 716 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 replacement of defective Work, Parsons may accept the Work in its defective or unapproved state and issue an amendment / change order to the Agreement to incorporate any necessary revisions, including an appropriate reduction in the compensation payable under the Agreement. 4. Subcontractor acknowledges that the Owner or its representatives may also inspect any materials, equipment, or workmanship at anytime during the manufacturing or performance of the Work. GC.41 PUNCHLIST WORK Subcontractor acknowledges that the prompt and complete performance of all punch list work is a material and important part of the Work provided for under this Agreement. The Work will be deemed complete only after Subcontractor has satisfactorily completed all punch list work and has completed all other Work including the delivery of all submittals and other information, as required under the applicable Agreement. Company Confidential March 01, 2021; Rev. 0 18 1 P a g e Page 717 of 811 OM PARSONS AGREEMENT NUMBER: 684141.30111 Attachment 3 Scope of Services and Schedule SSA SCOPE OF WORK The Subcontractor shall perform, and shall be responsible for the performance of services which include, without limitation, the services described below as well as those services that are incidental thereto or that are customarily performed as part of such services (the "Work" or the "Services"): See attached Specification and Plan Set for Scope of Work details and requirements. NOTE: Subcontractor shall comply with and be responsible for meeting all terms of the Buy America 2022 Standards and provide certification that they meet all requirements of this Standard. Shop Drawings will be provided for review and approval by Contractor prior to purchasing. Assumptions WE ACKNOWLEDGE RECEIPT OF ADDENDUMS NONE NOTES: 1 ) CONTROL CABINETS WITH 6OUTLET POWER STRIP 2) ALL COMMUNICATION EQUIPMENT AND CONNECTION BY OTHERS 3-1 DMS SIGNS TO BE PICKED UP FROM CORALVILLE, LA. ANY COMPONENTES NEEDED FOR DMS SIGN OPERATIONS NOT INCLUDED 4.) EXISTING STRUCTURES FROM DOT TO BE PICKED UP FROM DOT IN CORALVILLE FOR SIGN Al 3 A7, ANY MISSING BRACKETS OR HARDWARE FOR STRUCTURES NOT INCLUDED N COST OF INSTALLATION. 5.) LOCATION PRICING INCLUDES INSTALLING SIGN d POSTS, ELECTRICAL CONNECTION TO SIGN 6.) EXCLUDES ANY ROCK EXCAVATION, IF ENCOUNTERED PRICE WILL BE NEGOTIATED. Attachments Specifications- DUBUQUE STREETS SPECIAL PROVISIONS 04/18/2024 Plan Set- STREETS EDP-2100(706)--7Y-31 SS.2 SCHEDULE The Subcontractor shall commence its Services, meet the milestones described herein, and complete its Services, all within the time or by the dates noted below: Commencement Date: January XX, 2026 Completion Date: 12/31/2026 If a Commencement Date is not specified, the Services shall commence upon receipt of a written notice to proceed from Parsons to the Subcontractor. The Subcontractor shall coordinate its performance of the Services with Parsons' activities and shall comply with any revision to the above commencement date, milestones and completion dates that are subsequently issued by Parsons in its sole and absolute discretion. The Subcontractor's compliance with the above schedule, as may be revised by Parsons, is of the essence of this Agreement, and should Subcontractor fail to perform the Services in accordance that (revised) schedule, then in addition to any other remedies allowed at law or in equity, the Subcontractor shall reimburse Parsons for any liability that Parsons may have to any third party, as well as for any increase in costs or expenses to Parsons in performing Parsons Services, as a result of the Subcontractor's failure to comply with that (revised) schedule. The Subcontractor shall not be entitled to any additional compensation as a result of such revisions unless Parsons can obtain reimbursement from the Client for the same, in which case, reimbursement to the Subcontractor shall be subject to the provisions of General Condition (GC) 5.0 "Changes" Company Confidential March 01, 2021; Rev. 0 19 1 P a g e Page 718 of 811 PPARSONS AGREEMENT NUMBER: 684141.30111 SS.3 STAFFING PLAN The Subcontractor shall furnish the specific individuals, if noted below, and provide for filling the positions noted below, in connection with the performance of its Services. Project Representative -- Specific Individuals -- Positions to be filled -- Substitution of these personnel may only be made for good cause and with personnel having capabilities reasonably similar to the named staff, and only with prior written approval of Parsons, which consent will not be unreasonably withheld. In the event Parsons objects to any staff member of the Subcontractor, the Subcontractor shall promptly replace such person to Parsons' satisfaction. SS.4 SAFETY, HEALTH AND ENVIRONMENTAL REQUIREMENTS See Exhibit 1 SS.5 QUALITY CONTROL REQUIREMENTS See Exhibit 2 SS.6 SUBCONTRACTOR RESPONSIBILITIES Unless otherwise required by Agreement, Subcontractor shall commence Services immediately upon receipt of a fully executed Agreement. Subcontractor shall perform the Services in a diligent and workmanlike manner, with the standards customarily provided by an experienced and competent organization rendering the same or similar services in accordance with the terms of this Agreement, all subsequent parts of this Agreement, and direction as given in the Agreement Authorization. Subcontractor shall provide sufficient manpower, materials, tools, and equipment, and shall complete the Services by the date stated in this Agreement. Subcontractor shall not perform any Services not authorized by a fully executed Agreement. SS.7 TECHNICAL AND ADMINISTRATIVE DIRECTION Each party shall supply the other party with the name, business address and telephone number of its Project Coordinators, one of whom shall be responsible for technical matters and the other for administrative matters, relating to this Agreement. All communications between the parties relating to technical performance and the preparation and the delivery of Work Product shall take place between the Project Coordinators. Parsons' point of contact for technical and programmatic issues is Joseph Brahm at 847-485-1054 Direction concerning contractual issues shall be directed to Ben Mills at 512-627-5727 SS.8 LIST OF ACRONYMS —EXHIBIT 4 -RESERVED SS.9 CRANES, HOISTS AND LIFTS — EXHIBIT 5 - RESERVED SS.10 FALL PROTECTION — EXHIBIT 6 - RESERVED SS.11 CONTRACT DRAWINGS — EXHIBIT 7 - RESERVED SS.12 CONTRACT SPECIFICATIONS — EXHIBIT 8 - RESERVED Company Confidential March 01, 2021; Rev. 0 20 ( P a g e Page 719 of 811 PPARSONS AGREEMENT NUMBER: 684141.30111 Attachment 4 Compensation and Payment CPA LUMP SUM Contract Price The total amount payable to the Subcontractor for the performance of the Services under this Agreement is USDollars Five Hundred Twenty -Five Thousand Five Hundred Sixty Dollars and No Cents ($525,560.00). The Subcontractor agrees to accept the amount stated above as full and complete compensation for completing the Services and all other obligations of the Subcontractor specified herein. Progress Payments and Invoices Lump Sum invoices shall be billed upon completion and approval of each site and item as defined in the table below. MW DESCRIPTION Al HWY 20 - SOUTH END/SWISS VALLEY RD A7 HWY 20 3 SINISAWA A2 HWY 20 3 OLD HWY ROAD A4 HWY 20 3 UNIVERSIY AVE A5 HWY 20 3 BRUNSKILL RD A6 HWY 20 3 STEGER DR B1 SW ARTERIAL 3 MY 61 C2 NW ARTERIAL 3 PENN AVE (NB) C3 N:." ARTERIAL -, rENN AVE (SB) C4 NW ARTERIAL 3 PAYTON DR C6 NW ARTERIAL & CENTRAL AVE D1 PENN AVE 8 NW ARTERIAL D2 PENN AVE 8 UNIVERSITY G4 UNIVERSITY 3 FINLEY El ASBURY RD 6 HOLLIDAY DR E2 ASBURY RD4 JFK RD F1 JFK RD & WACKER DR F2 JFK RD & CARTER RD G1 UNIVERSITY AVE 8 UNIVERSITY AVE EX G2 UNIVERSITY AVE S VAN BUREN QTY U/M UNIT PRICE EXTENSION 1 00 EA $37 850 00 $37.850.00 1 00 EA $37.850 00 $37.850 00 100 EA $22.000.00 $22.000.00 1 00 EA $17,900 00 $17,900 00 1.0Q EA $16.000.00 $16,000.00 1_00 EA $28.500.00 $28,500.00 1_00 EA $2.400.00 _ $2.400.00 100 EA S18,BW.00 $18,8W.00 1 00 EA $37,250.00 $0 00 100 EA $21,850.00 $21,850.00 100 EA $2,400 00 $2,400,00 1.00 EA $21,750.00 $21.750.00 1 00 EA $2,200 00 S2,200.00 100 EA $2,300 0 0 $2,300.00 100 EA $18.700 00 $18,700 00 1_00 EA $18,200 00 $0 00 1_00 EA $20.500,00 $20,500,00 1.00 EA $21,300.00 000 1.00 EA $2,300 00 $2 300 00 1100 EA $18,100. 00 $18.100 00 Company Confidential March 01, 2021; Rev. 0 211 Page Page 720 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 ITEM DESCRIPTION G5 UNIVERSITY AVE & IRVING ST H1 LOCUST ST 3 HWY 20 24 CONTROL CABINETS 25 DIGITAL DISPLAY SIGNS 26 TRAFFIC CONTROL 27 MOBILIZATION TY UIM UNIT PRICE 1 00 1 00 14 00 1200 1 00 1 00 EXTENSION EA $18,100.00 $18.100 00 EA $19.700.00 E 19.700 00 EA EA LS LS $4.900.00 $68,600. 00 $6. 580. 00 $78.960.00 $16.800.00 $32,000 00 $16.800.00 $32.000 00 NOTE: Subcontractor shall comply with and be responsible for meeting all terms of the Buy America 2022 Standards and provide certification that they meet all requirements of this Standard. Shop Drawings will be provided for review and approval by Contractor prior to purchasing. In the event of a change order, the rates below shall be used. Method of Measurement/Basis of Payment for any Change Orders are defined in the Special Provisions. Installation, Testing and Commissioning of Roadside Dynamic Message Sign (Full Size DMS 8' 2" x 12' 6") $ 4,500 Structure for Roadside Dynamic Message Sign (Full Size DMS 8' 2" x 12' 6") $ 33,350 Dynamic Travel Time Signs (Type-2, where speed limit is above 40 MPH ) with Two Destinations $ 6,580 Dynamic Travel Time Signs (Type-1, where speed limit is below 40 MPH) with Two Destinations $ 6,580 Dynamic Travel Time Signs (Type-2, where speed limit is above 40 MPH) with Three Destinations $ 0 Dynamic Travel Time Signs (Type-1, where speed limit is below 40 MPH) with Three Destinations $ 6,580 Static Advisory Sign (5- 6" x 1- 6") $ 1,250 Static Advisory Sign (4- 0" x 1- 5") $ 1,250 Static Advisory Sign(6' 9" x 2' 6") $ 2,500 Static Advisory Sign(6- 5" x 2- 6") $ 0 Dynamic Travel Time Signs Support Structure (SINGLE POST, NESTED PERFORATED SQUARE STEEL TUBE, LARGE) $ 4,000 Dynamic Travel Time Signs Support Structure (SINGLE POST, NESTED PERFORATED SQUARE STEEL TUBE, SMALL) $ 1,500 Static Advisory Signs Support Structure (SINGLE POST, NESTED PERFORATED SQUARE STEEL TUBE) $ 1,500 Relocate (Remove and re -install) EXISTING SPEED LIMIT OR GUIDE SIGN MOUNTED ON POLE $ 685 Sign Mounting Brackets, Special $ 250 DMS/DDMS Control Cabinet $ 4,900 DMS/DDMS Controller (price included in display modules) PROVIDED BY PARSONS Cellular Modem with Power supply and Ethernet port (4 Min) PROVIDED BY PARSONS Electrical Cables (8AWG) $ 2.50 CAT 6 CABLE for outdoor installation (shielded) $ 1.40 2 x 2" HDPE Conduit (road crossing) $ 25 2 x 2" HDPE Conduit $ 10.00 Interface with existing power utility for energization and installation of power meter complete with meter cabinet, pedestal and foundation and duct interfaces. $ 5,000 Interface with existing meter pedestal (includes any addition of circuits in the existing cabinet) $ 1,400 Power cable termination at existing Cabinet (includes any addition of circuits in the existing cabinet) $ 1,250.00 24" Square Handhole HH 24-36 (Cabinet Side) $ 2,500 24" Round Handhole HH 24-24 (Duct Connection) Removal of Sidewalk and reinstatement $ 28 Sidewalk, P.C. Concrete, 6 IN. $ 0 Bonding and Grounding $ 200 Utility Relocation and readjustment $ 2,000 Exploratory Excavation* $ 225 Monthly progress payments shall be based on (a) the percentage of completion of the Services that are satisfactorily performed up through the date of invoicing, as supported by a written progress report and as reasonably approved by Company Confidential March 01, 2021; Rev. 0 22 1 P a g e Page 721 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 Parsons, multiplied by the total lump sum compensation, less (b) amounts previously paid by Parsons to the Subcontractor hereunder, and less (c) amounts that are subject to withholding in accordance with the terms of this Agreement. Subcontractor shall submit invoices periodically as required by Parsons insufficient time for Parsons to include them with Parsons' invoices to Client, but not later than the tenth day of each month. The Subcontractor's invoices shall also be in the form required by Parsons. Except as otherwise expressly required in the Prime Contract, prompt payment, less any amounts that are properly withheld or retained pursuant to this Agreement, shall be made to the Subcontractor within seven (7) days upon and subject to Parsons' receipt of payment from the Client. Subcontractor shall submit invoices which include the reference Agreement Number to ben.mills@oarsons.com Retention in the amount of 3% shall be withheld from each invoice. Company Confidential March 01, 2021; Rev. 0 23 1 P a g e Page 722 of 811 PPARSONS AGREEMENT NUMBER: 684141.30111 Attachment 5 Sample Insurance � d CERTIFICATE OF LIABILITY INSURANCE W�E•SRDIO THIS CERTFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATTVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERIS►. AUTHORIZED REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER IMPORTANT If the cwl"kate hokW Is an ADOITIO NAL INSURED. VW poNCy(EH) must have ADDfT10NAL INSURED provisions or be a xw"d If SUBROGATION IS WAIVED. sub ect to the terns and Coeldroons of 9w poNry. cenaln poscles n"require an endorsement. A statement on this CQfCNCate does not CoWef rights to the Cenlnc ate hold!! In Ileu of such erwwsmentl sl. Qcouc E e I e Sub Entrty NIIIn! rnd Address ErrtNed E-!re THIS IS TO CERTIFY THAT THE POLICIES OF NSLIRANCS LISTED BELOW HAVE BE F N ISSUE D TO THE WWRED NMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REGUR91ETtET TERM OR CONDITION OE ANY CONTRACT OR OTHER DOCIXENT MrtTN RESPECT TO MRaCH THIS CERTIFICATE MAY BE ISSUED OR WAY PERTAIN THE NSURANCE AFFORDS D BY 'HE POI $CIE S DE SCRIBED HEREIN IS SU"CT TO ALL THE TERMS E=USIONS AND CONOITId1S OF SUCH P'OL ICES S LIMITS SHOWN MAY HAVE BE IN RE DJCI C Br PAIC Cl AIMS TYKE ON 991UI1MKE POLCY EL� Loans X =011111111WIAL GIEIERAL LIAtrr - Q OCC _R rl ... I My X W:: 1 .; N• cNeamlal uma kty x x Poscy "Dw X IntO"?S 1w0W[y q a50k#- s ADy Nd-l. • AC(M CATI c� ffl ' APR I .A Cr ❑ACT , •,1 P^ Ai;Q* Ul"E - --y::.-: ,. t I _TfR A'roman sLLAN11.1" •- S ANr A.?D '. m''"M PrWnI s ALIT 06 JNIED�r AUTOS 4RED "011.0010ED ALTOS OILY AUTOS OILY X X $bitty Nvrtoe, adrtaPq s / X occ a IA... LLi. NNI N I X E>LCESSI" C:AV%WALI X X ralcvV�nxr GTE ]f' 1 1 RE"ENrcm NORIIEO COrEVATwo uFD [E/IOYENs' LlAsllT► r R 4\r:+gD[gF'ONC,Aq''E riEkWT1VE ❑ r CERtE IH R E L'l JDF D1 Y A X ralKy tiY",X. E A EL EACH W..CIxNT s EL ONEAtE EA EI/R C r'E E s Fully al" ' jvf OPeam utos 5CF PT t=M 71 _s+F 9A' l-r:'- xb E 1 Dig FortsPone, J}M. rn lJon J&DtlRy __I X X o _ C, 'tJTDe• OESCRVTIONCO OPERATIONS. LOCA1011S, VtWELL I IACORC III AOdtl a %WWv%m Sdn.s M e•raarltwr.v. apo Nrgrq NCTTES'. SOM Praon: V4 our OrMt 01olla De Mined as Aadrt ore . r:urto I:et tM :Ot. EMI: wow 'ADM iNSD'j t" Oleo ,nra Do e: V.e Cenftste ..olOr ii cowree notes Ittrt or or or atbO,+tert Petit •Moy mete to X lraudad to:Aow M.ertbt RY oil cl,ent W vvell )t sltoub $Me that'Uw arrectort. o/Rcer, 'e.,varttt-le: abets area "wo,ets are nOuoea L' Aaoconal nsuree:l A: Mrtn tn! ACWtonsl Ir:l.'ea -.Pe AD.er of :..arabaton C noted Dy tM dY[I 7 ore r Tt'SL.SR WvD, ColWtl OMOtes CerwCate -Older Yeas Deer ['srTec T! KAKI of i1A. r�sDT sn01u.K rtt 9'! AOOSors r:Jto. OJ C.ent "%al r4td to De note! rCt Tat VWV Szo Yt aroraee tnK WO-ef MTrY.MOr ContTcutory cow sev MJor:e�Mt :r super rert On on RtaCMO oast or I, 'ntE De srtten n aoow CERTIFICATE HOLDER CANCELLATION CeRfob twlaer needs to 0wo We ca•-t:t mrar; Erory rare leaort- car oe SHOULD ANY OF TIE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE env of ov dm Ices or sRe omce:l out me Entry no-* +tu.1 at carrett - loom to vow THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED N "v,ne Convect f .ins re ACCORDANCE WRH THE POLICY PROVISIONS. A searate Col •ney moo De iss6e0 *W the Oaer't to t.-. •J,e- e: a Ce^J• Olte •vWer Ta :over TMT rot the Aa010ort. tnswed ;btu: re As .e.: % D•acr.� M AUTIgISTiO RfPRESEFaTA71VE 19W201s ACORD CORPORATION AN nghts reserved ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Company Confidential March 01, 2021; Rev. 0 24 1 P a g e Page 723 of 811 P PARSONS AGREEMENT NUMBER: 684141.30111 Attachment 6 Final Release Subcontractor Company Voltmer Inc. Agreement No. 684141.30111 Project Name Smart Traffic Routing with Efficient and Effective Traffic Signals (STREETS) Client City of Dubuque Prime Contract No. 3002763 Pursuant to the terms of Agreement Number XXXXXX.XXXXX.00, and in consideration of the sum of $XXX,XXX.XX (USD) which has been or is to be paid under said Agreement to Subcontractor's Name (hereinafter called the Subcontractor) or its assignees, if any, the Subcontractor, upon payment of the said sum by Parsons does remise, release and discharge Parsons, its officers, agents and employees, of and from all liabilities, obligations, claims and demands whatsoever under or arising from the said Agreement. Subcontractor executed this release on (Date XX/XX/202X) Subcontractor Signature CERTIFICATE I, (Name of Company Officer), certify that I am the (President/Company Officer Title) (Official Title) of the (corporation or other business type) named as Subcontractor in the forgoing release; that (Subcontractor Signature Name above), who signed said release on behalf of the Subcontractor was the (Company Officer Title) (Official Title) of said (corporation or other business type) by authority of its governing body and is within the scope of its (corporation or other business type) powers. Subcontractor Officer Signature Company Confidential March 01, 2021; Rev. 0 25 1 P a g e Page 724 of 811 PPARSONS AGREEMENT NUMBER: 684141.30111 Exhibit 1- Safety, Health and Environmental Requirement 1.0 SAFETY, HEALTH, AND ENVIRONMENTAL REQUIREMENTS A. General Safety, Health and Environment Subcontractor will take all precautions in the performance of the Work under this Agreement to protect the safety, health and environment of Subcontractor's employees, other persons on the Work Site and members of the general public. B. Stop Work Authority Every member of Parsons' and Subcontractor's team has both the authority and the responsibility to stop work at any time to protect their respective safety and health, the safety and health of everyone around them, and the environment. If Subcontractor sees anything that raises a safety concern, Subcontractor is authorized to STOP WORK IMMEDIATELY until that activity can be further evaluated and completed safely. C. Safety, Health and Environmental Prequalification Subcontractor and any lower -tier subcontractors applying for field work shall complete Contractor's on-line Safety Evaluation questionnaire prior to the start of any field activities and resubmit on an annual basis. D. Safety, Health, and Environmental Plan Submittal Subcontractor shall, two or more weeks prior to expected mobilization and the start of field work, submit to Parsons a Safety, Health and Environmental Plan applicable to Subcontractor's scope of work that identifies the risks and hazards of such work. Subcontractor's Site -specific Safety, Health and Environmental Plan (SSHEP) also shall describe the control measures in the form of an Activity Hazard Analysis (AHA) that Subcontractor will implement to mitigate the risk and hazards associated with its work. The SSHEP, at a minimum, will include SH&E policy statement; scope of work summary; responsibility and identification of key personnel; compliance requirements; employee participation and consultation; overall risk and hazard assessment; incident reporting, investigation, and corrective actions; hazard identification, notification, and correction procedures; training matrix; record keeping/document retention, worksite inspection schedule, emergency and medical plan; and any additional requirements as defined by Parsons or in accordance with OSHA CFR1910/1926 and all state and local safety regulatory requirements. 2. Upon request, Parsons will provide to Subcontractor a Model Safety, Health and Environmental (SH&E) Plan for guidance. Subcontractor understands that Parsons' Model SH&E Plan is not intended to cover all contingencies, applicable regulations, and the specific SH&E issues of this project. Subcontractor must perform its own internal review of the Model SH&E Plan for legal sufficiency and to meet the needs of Subcontractor's organization and this Project. The use of Parsons' Model SH&E Plan shall not diminish the Subcontractor's responsibility to manage the safety and health of its operations and employees and protect the environment. 3. Subcontractor shall be solely responsible for the safety and health of its personnel and its lower -tier subcontractors and the environment. E. Additional Safety, Health and Environmental Requirements 1. Subcontractor also will comply with Parsons' Project Safety, Health, and Environmental Plan (PSHEP), see Attached 2. Subcontractor warrants that it has reviewed the safety, health, and environmental requirements of the Prime Contract, Attached hereto, and will comply with these requirements. 3. To the extent that Subcontractor's Safety, Health and Environmental Plan conflicts with Parsons' Project Safety, Health and Environmental Plan, or the SH&E requirements of the Prime Contract, the more stringent requirements will govern. Company Confidential March 01, 2021; Rev. 0 26 ( P a g e Page 725 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 4. Subcontractor shall ensure that its employees and lower -tier subcontractors are provided with a job site orientation and are aware of, trained in, and follow the PSHEP, SSHEP and the Prime Contract SH&E requirements. Documentation of such orientation and training will be kept by the Subcontractor and submitted to Parsons upon request. 2.0 SUBCONTRACTOR SAFETY, HEALTH AND ENVIRONMENTAL RESPONSIBILITIES A. Safety, Health and Environmental Plan Compliance 1. Subcontractor and its lower -tier subcontractors shall abide by and enforce Parsons' and Owner's emergency and SH&E rules and regulations that are in force at the work site, as set forth in the PSHEP, SSHEP and the Prime Contract. Subcontractor shall fully acquaint itself with these rules and regulations before starting the Work. Parsons may require Subcontractor to remove from the Work Site any of Subcontractor's employees or lower -tier subcontractors for committing a serious safety violation or demonstrating a continuous disregard for the Project SH&E regulations as outlined in Parsons' and/or Subcontractor's PSHEP and SSHEP, respectively. 2. Subcontractor shall also comply with the following requirements: a. Subcontractor must identify at least two employees trained in First Aid and CPR per Shift. b. Subcontractor must identify in writing a competent person for all work activities when and as required by regulatory statutes. c. Subcontractor will administer substance abuse testing as appropriate and where permitted by law. B. Safety, Health, and Environmental Representative 1. Subcontractor shall designate a qualified and experienced safety representative at the Work Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of SH&E precautions and programs. 2. The resume of Subcontractor's SH&E Representative will be forwarded to Parsons at least fourteen (14) days prior to commencement of work, for review and approval. a. Approval of a qualified SH&E Representative will be based on related experience, qualifications associated with the project scope of work, type of degree to include SH&E certifications and management experience. b. The qualified SH&E Representative will have no other duties than full-time SH&E management of Subcontractor's and its lower -tier subcontractors' work unless approved by Parsons. C. Laws and Regulations Subcontractor, its employees, representatives, and lower -tier subcontractors shall comply with all applicable laws, ordinances, statutes, rules, and regulations, relatingto safety and health. Nothing contained in this Agreement shall relieve Subcontractor or its lower -tier subcontractors from compliance with their obligations related to safety, health, and environment as required by applicable laws, rules, and regulations. D. Hazardous Materials Compliance Subcontractor will submit to Parsons for review and approval, a Hazard Communications Plan and Material Safety Data Sheets for all hazardous materials that will be provided by Subcontractor and its lower -tier subcontractors, at least two (2) days before delivery, or planned use of the material at the Work Site. Subcontractor shall be responsible for coordinating the exchange or delivery of Material Safety Data Sheets or other hazard communication information, for which it is responsible and that is required to be made available to, or exchanged between or among, employers at the Work Site, in accordance with applicable law. Subcontractor will ensure that all personnel that could have potential exposure to these hazardous materials be properly notified and trained per regulatory requirements. E. Work Rules and Site Security Subcontractor shall comply with and enforce applicable job work rules and anyjob site security requirements, as set forth in the PSHEP, SSHEP and Prime Contract. Subcontractor shall erect and properly maintain, as required by the Company Confidential March 01, 2021; Rev. 0 27 1 P a g e Page 726 of 811 PARSONS AGREEMENT NUMBER: 684141.30111 conditions and progress of the Work, necessary safeguards to include fencing, demarcation, and warning signage for the protection of workers and the public. F. Safety Clean up and Removal of Debris and Waste Materials 1. At all times during the progress of the Work, Subcontractor shall maintain a good state of housekeeping on the project by keeping its work area(s), including exit ways, rights -of -way, streets, passageways, stairs and all other grounds and areas occupied by Subcontractor, clear of all refuse/debris resulting from Subcontractor's operations. 2. Upon completion of the Work and before requesting Final Acceptance of the Work, Subcontractor shall perform the following: final cleaning of all rights -of -way, streets, borrow pits, and all other grounds occupied by Subcontractor in connection with the Work; removal of all refuse, excess materials, temporary structures, tools and equipment; and shall clean all parts of the Work, including, but not limited to windows, walls, ceilings, floors, fixtures, cabinet work and equipment, in a manner so that the finished Work is clean and safe and in a condition appropriate to the type of Work being performed. G. Submission of Safety Reports 1. Subcontractor will submit to Parsons a monthly report that includes man-hours worked during the prior period, the Total Recordable Incident Rate for injuries during the period, and the Days Away from Work Rate for Subcontractor's operations and those of its lower -tier subcontractors. 2. Subcontractor will submit to Parsons bi-weekly records of tailgate meetings. 3. Subcontractor will submit to Parsons weekly copies of SH&E inspections and audits conducted by the Subcontractor's SH&E Representative. 4. Subcontractor will notify Parsons immediately following any job site incident (injury and/or property damage) or near -miss. 5. Subcontractor will submit to Parsons a copy of the project incident report within twenty-four (24) hours of the incident or near -miss. Follow-up paperwork, including a Root Cause Analysis and a Corrective Action Report, will be provided to Parsons within seventy-two (72) hours of the incident or Parsons has the right to stop the Subcontractor from continuing work. H. Failure to Comply If Subcontractor fails to comply with the safety, health and environmental requirements set out in this Agreement or any other applicable SH&E regulations, Parsons may at its discretion, without prejudice to any other legal and contractual rights, take reasonable actions to secure a safe environment, including but not limited to suspending or terminating this Agreement. Any costs incurred by Parsons in taking such remedial actions, due to failure by Subcontractor or its lower -tier subcontractors to comply with all the contractual SH&E requirements, shall be at Subcontractor's expense and to Subcontractor's account. Alternatively, Parsons may, at its discretion, deduct from payments to Subcontractor, the amount of damages assessed for Subcontractor's failure to cure any safety, health, and environmental violations, as provided in General Condition (GC) 7 "Right to Withhold" hereof. Subcontractor shall not be entitled to, nor make any claim for an extension of time or for compensation for damages or otherwise by reason of, or in connection with, Parsons' work stoppage due to Subcontractor's non-compliance. Company Confidential March 01, 2021; Rev. 0 28 1 P a g e Page 727 of 811 P PARSONS AGREEMENT NUMBER: 684141.30111 Exhibit 3 - Prime Contract Flowdown Requirements Payment terms are Lump Sum as defined in the CP.1 LUMP SUM. Special Provisions payment terms only apply to Change Orders. NOTE: Subcontractor shall comply with and be responsible for meeting all terms of the Buy America 2022 Standards and provide certification that they meet all requirements of this Standard. Shop Drawings will be provided for review and approval by Contractor prior to purchasing. Company Confidential March 01, 2021; Rev. 0 29 1 P a g e Page 728 of 811 THE CITY OF - DUB E PARSONS` Alasteryiece on 11w Mississilgpi Liquidated Damages: The Subcontractor shall be fully responsible for the safe and efficient operation of the installed equipment noted herein. Any inquiry, complaint, request or emergency calls by Iowa DOT, PARSONS, or the governing agency's Electrical Maintenance Contractor or the public, shall be investigated and repairs begun within one calendar day. Punch list work shall be completed within two (2) weeks after final inspection. The Subcontractor shall be fully responsible for completing installation and acceptance testing of every sign by November 15, 2026. Failure to achieve written acceptance by PARSONS shall result in liquidated damages of $100 per calendar day per sign not accepted by November 15, 2026. Performance and Payment Bonds: Performance Bond in the amount of one hundred percent (100%) of the contract price. Payment Bond in the amount not less than fifty percent (50%) of the contract price will be required for the faithful performance of the Contract. Subcontractor shall submit Performance and Payment Bonds within 10 days of contract award. Any attorney -in -fact who signs the bond must attach to each bond an effective copy of his power of attorney, dated the date of the bond, or specifically including such date within the authority conferred thereby. Ownership of Records: PARSONS shall retain ownership of all plans, specifications, and related documents, and all other documents, including but not limited to those mentioned above, prepared by the Subcontractor under the Contract. Audit and Inspection of Records: The Subcontractor shall permit the authorized representative of PARSONS, City of Dubuque, the State of Iowa, the U.S. Department of Transportation and the Comptroller General of the United States to inspect and audit all data and records of the Subcontractor relating to his performance under the Contract. Subcontractor acknowledges and agrees that these entities have the authority and ability to: examine any record, information, data, reports, plans, projections, matters, contracts, correspondence, or other materials, and interview any employee, officer, or agent of Subcontractor with respect to performance of the terms, and provision of goods and/or services of this contract. Subcontractor agrees to cooperate fully and expeditiously with any investigation or audit conducted by an Inspector General. Page 729 of 811 THE CrrY OF DUB E Masterpiece on the Mississippi APPENDIX - A Specifications PARSONS' Page 730 of 811 "IHECI"IY OF DUBUQUE STREETS DUB E SPECIAL PROVISIONS _ PARSONS" Masterpiece on the Mississippi THE Cl Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS 04/18/2024 Page 731 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" Table of Contents CONTACTS.................................................................3 1. GENERAL.............................................................4 2. EQUIPMENT AND MATERIALS......................................6 3. QUANTITY TRAKING AND INVOICING 4. TESTING AND MAINTENANCE OF EQUIPMENT ..................8 5. GUARANTEE AND PROJECT DOCUMENTATION .................9 6. HANDHOLES/VAULTS.............................................10 7. CONDUIT SYSTEM ................................................. 12 8. WIRING............................................................. 15 9. ELECTRICAL CABLE ............................................... 16 10. CONCRETE BASES ................................................ 18 11. BONDING AND GROUNDING .................................... 19 12. REPLACING DAMAGED IMPROVEMENTS ...................... 21 13. DMS AND DDMS CABINET ....................................... 22 14. STATIC GUIDE SIGNS AND POSTS ............................. 24 15. SIGN SUPPORT STRUCTURE .................................... 24 16. ELECTRICAL SERVICE ........................................... 26 17. ITS COMPONENTS ................................................ 26 18. NETWORK EQUIPMENT .......................................... 44 Page 2 of 44 Page 732 of 811 THE CITY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS CONTACTS City of Dubuque Engineering Division Dave Ness Duane Richter CITY OF DUBUQUE 50 WEST 13TH STREET DUBUQUE, IOWA 52001 Phone: (563) 589-4270 Police Dispatcher Phone: (563) 589-4166 ALLIANT ENERGY Terry Dempewolf Phone: (515) 587-453 PARSONS" Page 3 of 44 Page 733 of 811 "IHECI"IY OF DUBUQUE STREETS DUB E SPECIAL PROVISIONS _ PARSONS" Masterpiece on the Mississippi 1. GENERAL 1.1 This part of the specifications includes the furnishing of all material and equipment necessary to complete, in place and operational, multiple Dynamic Message Signs (DMSs), which includes Full Matrix DIMS provided by the agency, and Travel Time Signs with DIMS module inserts and also static guide signs. This also covers the requirements of the field communication and electrical equipment, conduits and cabling as described in the project plans. 1.2 The installation of the signs and appurtenances shall be in conformance with the current edition of the Manual On Uniform Traffic Control Devices. 1.3 This project involves installing DIMS Signs, Travel Time Signs, Static Advisory signs, cabinets, , cellular modems, sign support structure, and foundations; and supplying and installing conduit, attachments, handholes, electrical cabling, , electrical and tracer wire deemed necessary for the ITS and Communication Infrastructure installation design. The work also includes construction of handholes and some part of conduit construction to connect ITS devices with power and Communication cabinet. 1.4 The Contractor shall not take advantage of any apparent error, discrepancy or omission in the plans or specifications. Upon discovery of such an error, discrepancy or omission, the Contractor shall notify the Engineer immediately. The Engineer will then make such corrections or interpretations as necessary to fulfill the intent of the plans and specifications. 1.5 Materials or work described in words which, so applied, have known technical or trade meaning shall be held to refer to such recognized standards. 1.6 Figured dimensions on the plans shall be taken as correct but shall be checked by the Contractor before starting construction or placing order of the deliverable. Any errors, omissions, or discrepancies shall be brought to the attention of the Engineer and the Engineer's decision thereon shall be final. Correction of errors or omissions on the drawings or specifications may be made by the Engineer when such correction is necessary for the proper execution of the work. 1.7 The Contractor shall coordinate with any other projects within the project areas and corridors. The City of Dubuque and Iowa DOT will assist in the coordination and scheduling of work. The Contractor for this project shall assign a responsible staff member that will work with the Iowa DOT on decisions regarding order of work and scheduling as needed throughout the duration of this project. 1.8 The Contractor shall coordinate with the utility suppliers in the area of work and take necessary approval for construction at site. 1.9 The contractor shall coordinate with the City for the necessary easement documents for Sign F-1 (Drawing#C9.60) and confirm the limits of the easement are sufficient to perform the work at this location. If exploratory excavation reveals that utility relocation is required, the Contractor shall coordinate with the utility company, "Lumen" to perform the work. The Contractor shall be responsible for coordinating, funding, and overseeing the tasks to be executed by Lumen. Lumen shall be notified in advance of the commencement and planning the work. 1.10 The Contractor shall coordinate and share schedule of work with City of Dubuque and other maintenance contractors of the existing Traffic Control System and Communication infrastructure before starting the work at each location. 1.11 The Contractor shall perform exploratory excavation or trial pits to ensure safe excavation and avoid any conflict with existing utility. 1.12 The Contractor shall identify the exact utility locations and coordinate with respective service provider before any construction work. All necessary work prior approval shall be availed before digging and excavation. 1.13 At specific areas where the contractor will perform construction works, the Contractor shall perform restoration works of landscaping, sidewalk repair/replacement, road or other affected areas in accordance with the City of Dubuque and IOWA DOT standards applicable. Prior approval shall be requested for such construction. This work will be considered incidental to other pay items, with the exception of sidewalk removal and repair which will be paid by the square foot. 1.14 The contractor is responsible for conducting a thorough review and site inspection of the location to ascertain the suitable and permissible positions for signs and signposts. Additionally, the contractor must collaborate with the locations specified in the site plans to augment the requisite Page 734 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" details necessary for obtaining the on -site work permit from the Iowa Department of Transportation (IOWA DOT). The contractor shall coordinate site visits with the City of Dubuque to obtain concurrence on the final locations of equipment before any construction begins. Page 5 of 44 Page 735 of 811 DUBUQUE STREETS DUB E SPECIAL PROVISIONS _ PARSONS" Masterpiece on the Mississippi 2. EQUIPMENT AND MATERIALS 2.1 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. 2.2 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. 2.3 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. 2.4 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. 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. 2.5 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. 2.6 The Contractor shall take all reasonable precautions in protecting existing equipment. If any equipment is damaged, the Contractor shall be liable for replacement. Page 736 of 811 THE CITY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 3. QUANTITY TRACKING AND INVOICING 3.1 The Contractor shall keep a daily log of the amount of equipment and materials installed on the project and combine these logs with unit bid prices to produce a monthly invoice for submission to Parsons. Parsons will not have a full-time inspector on the job but reserves the right to make perioding spot inspections as needed. Before the first invoice is submitted, prepare a sample daily log and invoice and submit to Parsons for approval. Page 7 of 44 Page 737 of 811 THE CITY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS PARSONS" 4. TESTING AND MAINTENANCE OF EQUIPMENT 4.1 Notify the Engineer the date the system will be ready for testing once the project is complete. 4.2 Before the actual site testing the contractor shall setup one travel time sign Controller unit at the City of Dubuque Control center or other facility advised by the Engineer for system integration testing with the ATMS system. The contractor shall coordinate with Parsons, Iowa DOT and City of Dubuque to facilitate the DIMS and travel time sign integration process. The unit may be returned to site after the successful testing. For all the custom-built equipment the contractor shall arrange for the factory acceptance testing and testing procedure to be submitted to the Engineer prior the commencement. On Site acceptance testing to be performed to ensure the unit installation and local operation The contractor shall perform End to End testing for all ITS & communication equipment to ensure the integration and connectivity to the center and unit functional test. 4.3 Upon authorization of the Engineer, and completion of the installation of the Network equipment and the Dynamic Message Signs (both Full Matrix DIMS and the Travel Time signs) and its completion of End -to -End testing. The contractor shall perform operational reliability testing for a period of 30 days. The signs(s) shall not be placed into operation without prior notification and authorization of the Engineer. Any failure or malfunction of the equipment furnished by the Contractor, exclusive of minor malfunctions occurring during the test period, shall be corrected at the Contractor's expense and the Signs and communication equipment or system tested for an additional 30 consecutive day period. This procedure shall be repeated until the equipment has operated satisfactorily for 30 consecutive days. Procedure and types of failures minor and major to be submitted to the Engineer and City team for approval before starting the test. 4.4 A representative from the manufacturer and/or supplier of the DIMS signs and controller shall be at the project site to provide technical assistance during commissioning, integration, and testing. 4.5 After the Signs are turned on and prior to final acceptance of the completed Signs and during the reliability testing, the Contractor shall respond, within 24 hours, to perform maintenance or repair of any failure or malfunction reported. 4.6 The contractor shall perform testing of the two Full Matrix DIMS units provided by the agency for installation at Site A-1 and A-7. The test shall include assembly and switching on all sign component for its integration with the ATMS. The contractor shall report any issue or malfunctioning unit in the supplied DMS. The signs shall be installed by the contractor after passing the sign testing. Page 8 of 44 Page 738 of 811 THE CITY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS 14W SPECIAL PROVISIONS o PARSONS" 5. GUARANTEE AND PROJECT DOCUMENTATION 5.1 In addition to warranties or guarantees on specific ITS and Communication equipment listed elsewhere in these specifications, the Contractor shall fully guarantee the installation furnished as part of the contract against defective equipment, materials and workmanship for all items delivered, for a period of 24 months commencing from the final acceptance date. Should any defect develop under normal and proper operating conditions within these specified periods after acceptance of the completed installation by the Owner, this malfunction shall be corrected by, and at the expense of the Contractor, including all labor, materials, and associated costs. 5.2 This guarantee shall be provided in writing on company or corporation letterhead stationery by the Contractor to the Owner prior to final acceptance. The Contractor shall transfer all required equipment warranties on the date of final acceptance to the Owner. 5.3 The Contractor shall provide complete documentation (minimum 3 sets of Hard binded copies) unless otherwise instructed by the City of Dubuque, for all the equipment devices installed which shall cover: • Data sheet and spec sheet of installed devices • Method statements and Installation details including shop drawing, as built drawings and schematics. • Current On -site configuration • As -built site drawing showing conduit and device locations, including offsets from the road and one additional offset to positively locate the device. • Maintenance Manual and schedules of maintenance • Approvals and Testing results • Licenses and Certification Page 9 of 44 Page 739 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 6. HANDHOLES/VAULTS 6.1 Handholes/Vaults shall be installed at the locations shown on the plans, and at such additional points as the Contractor, at his own expense, may desire to facilitate the work. 6.1.1 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 and to be confirmed from the Engineer before the procurement. 6.1.2. 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). 6.1.3. Types of Handholes The Contractor to furnish two types of Handholes identified. i.e., HH 24-36 Handhole (Refer to drawing C 9.05) at sign locations and at fiber ducts,. and HH 24-24 Handholes at electrical conduits and interface points. HH 24-24 are also referred to as Electrical pullboxes. The contractor shall submit detailed shop drawings to the City of Dubuque for approval. 6.2 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" cast iron manhole cover with the legend "ELECTRIC" if used for electrical conduits and "TRAFFIC SIGNAL" if used by Fiber optic conduits, set flush to the ground. b. Cast iron ring and shall be rated heavy duty for traffic areas (320 pounds minimum). Deviations in weights shall not exceed plus or minus five percent. c. 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). d. Each HH 24-24 shall include a drainage system as shown in the plans. e. The body of the pre -cast handhole shall meet the requirements for Class 1500D concrete pipe insofar as applicable. f. The duct connections on the referred drawings are for general arrangement for Fiber bypass only. The handholes wall shall be provided with minimum 2 x 2" duct connections as per site plans and duct routing. g. These Handholes are proposed to be used by Electrical conduits and Fiber conduits for ducts routing and connections. 6.3 24" Square Handhole HH 24-36 a. The 24" square handhole shall be a 3" thick concrete 24" by 36" by 36" in depth with a 22.25" cast iron manhole cover with the legend "Traffic Signal" set flush to the ground. b. Each HH 24-36 handhole shall have a 5/8" by 10' ground rod driven into the center of the handhole (for later use if not needed immediately). c. Each HH 24-36 shall include a drainage system as shown in the plans. d. The body of the pre -cast handhole shall meet the requirements for Class 1500D concrete pipe insofar as applicable. e. 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. The cover shall have the words "TRAFFIC SIGNAL" cast on the top of the cover. f. Cable hooks - Four (4) cable hooks shall be provided in all handholes as detailed on the plans. Cable hooks shall be galvanized steel with a minimum diameter of 3/8" and a minimum length of 5" and anchored in the wall of the handhole utilizing appropriate anchoring devices. g. These Handholes to be used at each sign location, as shown on the plan with handhole behind the signpost. Page 10 of 44 Page 740 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 6.5 Handholes/Vaults in the immediate intersection shall conform to the Grounding and Bonding section of the specifications. 6.6 Handholes/Vaults shall be installed in a neat and workmanlike manner. When the use of forms is required, they shall be set level and of sufficient thickness to prevent warping or other deflections from the specified pattern. A means shall be provided for holding conduit runs rigidly in place while the concrete is placed. 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. The ends of all conduits leading into the handhole shall fit approximately 2 inches beyond the inside wall. A coarse aggregate drain conforming to the dimensions shown on the plan details shall be provided. Cast iron rings and covers for handholes shall be set flush with the sidewalk or pavement and one inch (1 ") above the surface of the ground when installed in an earth shoulder away from the pavement edge. Any backfilling necessary under a pavement or paved sidewalk or within two feet (2') of the pavement edge shall be made with stone screening. Damaged hand holes/vauIts or covers will not be accepted. Damaged hand holes/vauIts will need to be replaced prior to acceptance. Handholes/vaults are not to be installed in the flow lines of a ditch. 6.7 Method of Measurement The HANDHOLES/VAULTS will be measured for payment per the number of units furnished and installed complete and in place and after passing site inspection and acceptance. 6.8 Basis of Payment Payment will be at the unit price for each type of handhole installed and the 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. Page 11 of 44 Page 741 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 7. CONDUIT SYSTEM 7.1 The number and size of conduit shall be as 2x2" for all locations. Conduit shall meet the requirements of Sections 2523.10 and 4185.10 of the Iowa DOT Standard Specifications. Conduit material shall be HDPE with the following requirements. 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. 7.1.1 If required to use steel conduit, it shall be galvanized steel meeting the requirements of ANSI Standard Specification C80.1, latest revision. 7.1.2 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. 7.1.3 Conduit shall be furnished with weatherproof fittings of identical or compatible material to the conduit. Only standard factory elbows, couplings, and other fittings to be used. 7.1.4 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 300 F, and shall not melt or run at temperatures as high as 3000 F. 7.1.2 All empty conduits to have flat polyester pull -tape (1,250 lbs. tensile) with footing markings. 7.2 Conduit shall be placed as shown on the plans. All locations subject to changes to avoid obstructions as necessary. The contractor shall show the final locations of all conduits on the as - built plans. Change in direction of conduit shall be accomplished by bending such that the conduit will not be damaged, or its internal diameter changed. Bends shall be of uniform curvature and the inside radius of curvature of any bend shall not be less than six (6) times the internal diameter of the conduit. 7.3 When it is necessary to cut and thread steel conduit, no exposed threads will be permitted. All couplings shall be tightened until the ends of conduits are brought together so that an electrical connection will be made throughout the entire length of the conduit run. All conduit and fittings shall be free from burrs and rough places and all conduit runs shall be cleaned, swabbed and reamed before cables are installed. Nipples shall be used to eliminate cutting and threading where short lengths of conduit are required. Damaged galvanized finish on conduit shall be painted with zinc rich paint. All fittings used with rigid steel conduit shall be galvanized steel only. 7.4 Approved conduit bushings shall be installed on the exposed ends of rigid steel conduit. Bell end fittings shall be installed on the exposed ends of PVC conduit. In all bases, conduit shall extend a minimum of 4 inches above the finished surface. 7.5 Whenever converting from PE to PVC or PE to PE or PVC to PVC conduits splicing shall be accomplished as follows: 7.5.1 If splicing from PE to PE a fusion splice 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. 7.5.2 If splicing from PE to PVC the approved coupling is a Shurlock II system as manufactured by AD Technologies or approved equal for the appropriate size conduit. Page 12 of 44 Page 742 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 7.5.3 If splicing from PVC to PVC, an approved PVC primer must be applied along with an approved PVC glue to seal the connection. 7.5.4 If existing splices are in place and need to be repaired, or 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. 7.6 Conduit buried in open trenches shall be placed a minimum of 24 inches deep unless otherwise directed by the Engineer. Open trench methods of placing conduit will be permitted except where the conduit is to be placed under existing pavement. If conduit is installed in an open trench, the conduit must be placed on backfill for support. Conduit in pavement areas shall be placed to a minimum depth of 24 inches below the finished pavement surface or as directed by the Engineer. 7.7 Tracer wire shall be tied together at all fiber vault locations. The tracer wire shall be pulled alongside of the bored or trenched conduit. Tracer wire for open -trench installation 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 Ibs (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 30 volts and RoHS compliant. Tracer wire shall be PRO -TRACE ® HF-CCS PE30 as manufactured by Pro -Line Safety Products. 7.8 The backfill material in open trenches shall be deposited in layers not to exceed 6 inches in depth and each layer shall be thoroughly compacted before the next layer is placed. Backfill material shall be free of cinders, broken concrete, or other hard or abrasive materials. All surplus material shall be removed from the public right-of-way. 7.9 Whenever excavation is made across parkways, driveways or sodded areas, the sod, topsoil, crushed stone or gravel shall be replaced or restored as nearly as possible to its original condition and the whole area involved shall be left in a neat and presentable condition. Concrete sidewalks, pavements, base courses and bituminous surfaces shall be replaced with new materials. In locations where sidewalks are cut or damaged due to construction, they shall be replaced in kind from joint -to -joint matching the depth of the original sidewalk. Surface restoration in grass areas shall be considered incidental to the bid items of the project and will not be paid for separately unless a bid item has been provided for the surface replacement. 7.10 "Pushed" conduit shall be placed by jacking, pushing, boring or any other means necessary to place the conduit without cutting, removing, or disturbing existing pavement. The size of a bored hole shall not exceed the outside diameter of the conduit that is to be placed. Tunneling under the pavement or water jetting will not be permitted. Pits for boring shall not be closer than two (2) feet to the back of curb unless otherwise directed by the Engineer. 7.11 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 300 F, and shall not melt or run at temperatures as high as 3000 F. 7.12 All empty conduits to have flat polyester pull -tape (1,250 Ibs. tensile) with footing markings, including each of the 4 - 1112" 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). 7.13 Conduits entering handholes or vaults shall enter with no more than 4" or less than 1 " of exposed Page 13 of 44 Page 743 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" conduit inside of the handhole. All conduits shall contain an orange 10-gauge tracer wire and be plugged with an expandable rubber plug. 7.14 Trenches need to be excavated straight and true with bottom uniformly sloped to low points. Excavate trenches to a depth of 3" below invert of pipe, unless otherwise indicated. Backfill with porous backfill 2' over water lines and conduit followed by native material (no organic material or rocks larger the 1" or debris) in all areas where no pavement would be placed. Coarse sand backfill material with hydraulic compaction can be used in trenches that are too narrow to be compacted by mechanical compactors. Trenches under all paved surfaces will be backfilled with compacted limestone to sub -grade elevation. In lawn areas, any settling that occurs shall be repaired and re -graded before seeding is done. 7.15 The length measured for payment shall be the plan distance along a straight line measured between changes in direction and the center of terminal structures. 7.16 All empty and used conduits at foundation locations shall be plugged. Empty conduits shall be plugged with appropriately sized duct plugs. Conduits with cables shall be plugged with duct seal. 7.17 Method of 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. Sidewalk removal and replacement will be measured by the square foot. Payment: Payment will be at the unit price per lineal foot for each size and type of conduit installed. The unit Price Includes, but is not limited to supply and install conduit, innerduct (if required), microduct, tracer wire, couplings, bends, sweeps, fittings, pull tape, plugs, Trenching, boring, bedding and backfill material, in accordance with section 3010 of IOWA DOT SUDAS Standard specification. Sidewalk removal and replacement will be paid for separately at the unit price per square foot. Page 14 of 44 Page 744 of 811 — __— DUBUQUE STREETS - DUB E SPECIAL PROVISIONS PARSONS" Masterpiece on the Mississippi 8. WIRING 8.1 Where practical, color codes shall be followed so that the red insulated conductor connects to the red indication terminal, yellow to yellow, and green to green. Circuits shall be properly labeled at the controller by durable labels, or other appropriate methods, attached to the cables. 8.2 All cable runs shall be continuous from connections made in the handhole compartment of signal pole bases to the terminal compartment in the controller cabinet. Splicing will not be allowed in underground handholes unless specifically called for on the plans. 8.3 Power lead-in cable runs shall be continuous from the Power Company service point to the service pedestal and from the service pedestal to the controller cabinet. 8.4 Slack for each cable shall be provided by a four (4) foot length in each handhole and a two (2) foot length in each sign pole, and controller cabinet (measured from the handhole compartment in the pole to the end of the cable). No coils for grounding and bonding wire will be permitted in the handholes. 8.5 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. Only vegetable lubricants may be used to facilitate the pulling of cable. 8.6 Conductor dimensions on construction plans are plan length between bases, contractor must adjust for any vertical runs. Page 15 of 44 Page 745 of 811 THECRY OF DUB E Masterpiece on the Mississippi 9. ELECTRICAL CABLE DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 9.1 General 9.1.1 Electrical cable for DMS and DDMS shall be rated 600 volts minimum. 9.1.2 The number of conductors and size of all electrical cable shall be as shown on the plans at minimum. However, based on the DMS and DDMS material and accessories housed in the cabinet, the contractor shall perform cable size calculation and the cables shall comply with all local regulations and standards applicable. 9.1.3 All wire shall be plainly marked on the outside of the sheath with the manufacturer's name and identification of the type of the cable. 9.2 Power Lead -In Cable 9.2.1 Power lead-in cable shall be 600-volt, single conductor, stranded copper, Type XHHW, with UL approval and size as shown on 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 or required, use a 3 conductor #8 gauge (Black, White, Ground) to feed between the DMS/DDMS Control Cabinet and the meter pedestal or traffic signal cabinet. This may be different from site to site and based on the distance from cabinet. The contractor shall perform voltage drop calculations for every sign location and submit recommended conductor sizes. 9.3 Tracer Wire 9.3.1 A tracer wire shall be installed in all conduits. 9.3.2 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 Ibs (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 30 volts and RoHS compliant. Tracer wire shall be PRO -TRACE O HF-CCS PE30 as manufactured by Pro -Line Safety Products. 9.6.3 The tracer wire shall be spliced in the handholes and control cabinet to form a continuous network. 9.4 Cable Installation 9.4.1 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. 9.4.2 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 Page 16 of 44 Page 746 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" cables through conduit when necessary to avoid stretching the conductor or damaging the insulation. The Contractor shall provide drip loops at cabinet, sign modules, wire inlet and service entrance heads. All wire inlets on the poles and signal heads shall be sealed with duct seal. 9.4.3 All splices and connectors shall be covered with rubber type electrical insulation tape, applied one and one-half (1 -1/2) 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) shielded cables to continue the shield through the splice. All splices shall be made in accordance with the cable manufacturer's recommendations. 9.4.4 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 pullboxes and pole bases. All connectors shall be Underwriters Laboratory (UL) approved. 9.4.5 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. 9.4.6 Covered connections must be arranged so that they will not be in contact with pullbox lids or metal pole bases. 9.4.7 All splices and connections shall be capable of satisfactory operation under continuous immersion of water. 9.4.8 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. 9.9 Method of 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/posts will not be measured. Tracer wire will be considered part of the conduit and will not be measured for separate payment. 9.10 Basis of Payment Payment will be at the bid unit price per linear foot of 3-conductor cable. Individual conductors that comprise the 3-conductor cable will not be paid separately. 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. The unit price includes, but is not limited to, wire / cable / fiber optic cable, accessories, and installation. Page 17 of 44 Page 747 of 811 THE CITY OF DUB E Masterpiece on the Mississippi 10. CONCRETE BASES DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 10.1 Concrete bases/foundation for pedestal poles and electrical services should be precast from a pre -approved vendor. All work shall comply to the relevant SUDAS specification of IOWA DOT for the Concrete bases and foundation works for sign support structure. DIMS and DDMS 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 foundations are allowed, if precast foundations are provided, they shall be from an approved vendor and shall support the structure requirement. The Control Cabinet footings shall be installed with the conduit shown on the plans plus one additional 2" and one additional 3" HDPE conduit stubbed out of the footing for future use. The ends of the conduit stubs shall be capped. 10.2 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. The foundations must be given a minimum of seven days to cure before poles are erected. 10.3 Backfilling of structures shall use floodable backfill material meeting the requirements of section 4134. Backfill may be placed in lifts up to 2 feet thick. To ensure uniform surface flooding and adequate compaction, fan -spray water in successive 1-to-2-foot increments using a 2-inch diameter hose for three minutes within each increment. Run hose fully, but with the water pressure low enough to avoid eroding material. After flooding, evaluate the effectiveness of the compaction with a vibratory pan or other approved compactor. If the compactor produces visible compaction, repeat the flooding process until the compactor produces no visible compaction. 10.4 During removal if required, all existing foundations shall be removed and disposed of. If there are circumstances that prevent their removal, the exposed concrete must be removed to 6 inches below the ground surface level. 10.5 Mastarm foundations must have a minimum 6" of threaded anchor bolt exposed above the foundation. 10.6 Measurement and payment of the bases and foundations are covered in the individual structure (Pole/Post), cabinet or pedestal where required. There shall be no separate pay item for bases. Page 18 of 44 Page 748 of 811 THE CITY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 11. BONDING AND GROUNDING 11.1. 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. 11.2. 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. 11.3. 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. 11.4. 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. 11.5. 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. 11.6. 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. 11.7. 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. 11.8. 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. 11.9. 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 appropriately sized split bolt or crimp connectors to the #4 ground wires specified in section 11.5. 11.10. 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).' 11.11. All DIMS and DDMS structures and cabinets to be grounded. 11.12. Method of Measurement Each structure being grounded will be measured for payment. Basis of Payment Page 19 of 44 Page 749 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" Payment will be at the bid unit price for each structure being grounded, at the bid unit price. Unit Price Includes, but is not limited to, furnishing and installation of ground rods, copper wire fittings, and approved mechanical connectors. Page 20 of 44 Page 750 of 811 THE CITY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 12. REPLACING DAMAGED IMPROVEMENTS 12.1 Improvements such as sidewalks, curbs, driveways, roadway pavement and any other improvements removed, broken, or damaged by the Contractor shall be replaced or reconstructed with the same kind of materials found on the work or with materials of equal quality. The new work shall be left in serviceable condition satisfactory to the Engineer. Whenever a part of a square or slab of existing concrete sidewalk, driveway, or pavement is broken or damaged, the entire square or slab shall be removed and the concrete reconstructed. 12.2 Surface restoration shall be considered incidental to the bid items of the project and will not be paid for separately unless specified to be replaced and a bid item is provided. Page 21 of 44 Page 751 of 811 THE CITY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 13. DMS AND DDMS CABINET 13.1 General 13.1.1 The DMS/DDMS Control Cabinet shall conform to the Post Mount cabinet type depicted in the provided drawing. The cabinet must come equipped with appropriate mounting accessories and arrangements designed for installation at the rear of the sign on the sign structure. 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. The cabinet shall be a TS-2 Type 1 cabinet. 13.1.2 The cabinet shall be supplied to house DMS/DDMS site controller, Communication equipment i.e. Field Switch, Fiber and copper patch panels, space for documentation, and spare space for future usage. The size may subject to change based on the proposed equipment and sizing. The Contractor shall submit a cabinet general arrangement for typical sites showing all the proposed onsite equipment and cable arrangements. 13.1.3 In unpaved areas, a raised Portland concrete cement pad shall be constructed in front of each controller cabinet, at the back of the sign. Pad shall be 36"x36" and its shall be at least 5" above the surrounding grade. 13.2 Electrical Design 13.2.1 Electrical connections from the controller and auxiliary devices to outgoing and incoming circuits shall be made in such a manner that the DMS/DDMS controller or network switch can be replaced with a similar unit, without the necessity of disconnecting and reconnecting the individual wires. 13.2.2 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. 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. All wire insulation shall have a minimum rating of 600 volts. 13.3 Documentation 13.3.1 The Contractor shall provide complete documentation for all the equipment devices installed which shall cover: - Data sheet and spec sheet of installed devices - Installation details - Current On -site configuration - Detailed site layout with connection details - Maintenance Manual and schedules of maintenance - Approvals and Testing results Complete system documentation shall be provided. Such documentation shall, as a minimum consist of: 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. Page 22 of 44 Page 752 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 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. 13.4 Guarantee 13.4.1 The equipment furnished under this specification shall be new, of the latest model, fabricated in a first-class workmanship manner from good quality material. 13.4.2 The entire controller unit shall be warranted to be free from defects in workmanship and materials for a minimum of one year from date of acceptance. Any parts found to be defective shall be replaced free of charge. 13.4.3 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. Page 23 of 44 Page 753 of 811 THE CITY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 14. STATIC GUIDE SIGNS AND POSTS 14.1 General 14.1.1 The Contractor shall furnish and install static traffic signs as shown on the plan sheets. The signs shall conform to the requirements of Section 4186 of the Standard Specifications for Aluminum Type 1 signs. Signs to be prismatic sheeting unless otherwise noted. The support structure for the signs shall be MASSH 400 breakaway posts. The contractor shall investigate the site locations and based on the sign and height requirement for the post, detailed drawings with post height, structure and foundation details. For sign construction, pole structure and footing refer to IOWA DOT reference standard road plans signs (SI). 14.1.2 When static guide signs are indicated to be mounted on a traffic signal standard, traffic signs shall be mounted on the signal standards utilizing a universally adjustable mounted sign bracket utilizing cable mounting vs. banding. Shop drawing to be submitted for traffic signs. 14.2 Sign on Posts or Ped Poles 14.2.1 The street name signs shall be white letters, clearview font in title case lettering (first letter in each word is capitalized) on a green background. HIP rated sheeting 10-inch blade with 6-inch upper case and 4.5-inch lower case lettering or as shown in sign layout drawing. The sign shall have a white border, .375 inch wide. The thickness of the aluminum sign blank shall be 0.08 inch. The corners of the sign blank shall have a f - inch radius. Sign to be produced under MUTCD guidelines and the design shall be submitted with exact details of the sign including sign size, print details, character's locations and size, and other emblem details in accordance with the guidelines of the IOWA DOT and relevant MUTCD release. 14.2.2 Static guide signs shall be mounted on posts as indicated. Posts to be metal, 4-inch x 4 inch, or 4-inch x6 inch wood with installation into the ground at a depth adequate to prevent sign installation from leaning or tipping. Posts shall conform to the requirements of Section 4186 for Type 2 posts unless otherwise noted. 14.3 Method of Measurement Each Static Guide Sign shall be measured counted by its type/size identified in the plan and noted in the Bill of Quantity. 14.4 Basis of Payment Payment shall be done for individual sign against its rate. The unit rate includes but not limited to sign structure, foundation, sign lamination, printing, installation, mounting, removal of other signs, treatment of the existing signposts to accommodate new sign. 15. SIGN SUPPORT STRUCTURE As per the road plans there are three (3) different types of signs to be supplied and installed. The contractor shall provide and install sign support structures utilizing Telespar MASSH 400 for the Static guide signs and the DDMS or Travel Time signs. For the Full Matrix sign the refer to the IOWA DOT RDMS drawing RDMS 01-13 to RDMS 06-13. All support structure works to be in accordance with the Iowa Department of Transportation (DOT) Roadside Traffic Sign Support Standards and guidelines, for various sign installations as specified in this contract. The contractor to prepare sign specific shop drawings for each location in accordance with the IOWA DOT support structure guidelines. 15.1 Method of Measurement Each type of support structure shall be measured counted by its type/size identified in the plan and noted in the Bill of Quantity. Page 24 of 44 Page 754 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 15.2 Basis of Payment Payment shall be done for individual sign support structure against its rate. The unit rate includes but not limited to sign structure, foundation, mounting, site restoration works. Page 25 of 44 Page 755 of 811 THE CITY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 16. ELECTRICAL SERVICE 16.1 General Power connections to devices shall be as shown on the plans. The contractor shall furnish and install new meter pedestal at locations where new connections for power is required form the service provider. The service pedestal shall be installed as shown in the plans. Two number of Two-inch conduits connecting the service pedestal and the control cabinet shall be installed as shown in the plans. 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. The contractor shall be responsible for paying the utility charges and bills until the final acceptance of the signs. 16.1 Method of Measurement Electrical Services will be measured in unit of Sites (signs locations) where services are provided completely. Wiring or cabling, cabinets, will not be measured separately. 16.1 Basis of Payment Payment will be at the bid unit price per site where service is provided with new meter installed. Payment for meter pedestal, installation, circuit connection, civil and electrical works, wire and cable for connection and within cabinets and poles shall be considered incidental and merged into the unit price of that item. Unit Price Includes but is not limited to preparation of NOC from service provider, coordination with authorities, material supply, installation, concrete and foundation works for meter pedestal, pedestal, meter cabinet, meter, other electrical circuits that might be required at either end. 17. ITS COMPONENTS 27.1 DYNAMIC MESSAGE SIGN 27.1.1 Type 1: ROADSIDE DYNAMIC MESSAGE SIGNS Full Matrix DMS Sign The work shall consist of installation and testing all equipment and components necessary to provide a functional full -matrix full -color Roadside Dynamic Message Signs (DMS) designed for the simultaneous display of Travel Time, Queue warning messages and the display of a regulatory variable speed limit (VSL) sign image showing the current statutory speed limit. The DMS is to be installed at locations shown on the Plans. There are two locations identified for the DMS installation i.e. A-1 and A-7. Signe A-7 comes under the Illinois side and the contractor to coordinate with Illinois DOT for the installation permits and NOCs and shall adhere to the guidelines of Illinois DOT. These two numbers of signs will be supplied by the IOWA DOT through coordination with the City of Dubuque team. The Contractor shall establish coordination at the start of the contract for the sign delivery and necessary testing and verification on the health check of the signs. The contractor shall communicate with the IOWA DOT contact persons mentioned below for the sign pickup from the maintenance shop: Name: Jason Dale Iowa DOT — Traffic Operations Email: Jason.dale@iowadot.us Contact: (515) 239-1995 IOWA DOT Maintenance Shop Address: 2600 Coral Ridge Ave, Coralville, IA 52241 Page 26 of 44 Page 756 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" The DIMS and DDMS to be supplied with a DIMS control application. The software shall support a configuration wherein a portion of the sign display displays a faithful mockup of a standard statutory advisory signs and Travel Time Message. The font and font size, background and text color shall be adjustable and shall support different colors of text and background. For all displayed speed limit sign sizes, the relative letter size, aspect ratio and color of font and color of background shall emulate the IOWA DOT's standard guide signs and speed limit sign. The contractor shall supply the signs with the typical pictograms and message templates to support the different variety of messages advisory, safety and regulatory as per MUTCD latest release. The Contractor shall prepare list of all pictograms, emblems and templates supported by the sign operation and submit them to City of Dubuque and IOWA DOT for approval. The Travel Time portion of the display shall be changeable independent of updating the entire sign's pixel array, i.e., there shall be no "transition" effects on the sign's main message as the portion of the sign assigned to show Travel Time is updated with different Travel Time value in Minutes. Following are examples of the different messages that the sign shall support at minimum but there could be several different templates based on the signs operations and the contractor to work with the Engineer to identify the possible list of templates for initial operations and testing and the final list to be submitted to the City of Dubuque and IOWA DOT for approval. The contractor shall support in providing different sign templates of different message sizing and supply the sign controllers with the variety of fonts styles and size as per IOWA DOT and City of Dubuque Operations requirements. Figure -1: DMS Message Samples 17.1.2 Type — 2: Dedicated Dynamic Message Signs (DDMS) The project also includes mixed use Dedicated Dynamic Message Sign Module with the Static advisory Signs dedicated for Travel Time information display. These signs shall have fixed destination printed on the static sign with the dynamic message module dedicated to display Travel Time (two digits). The signs shall be installed as per the location identified in the plans. The signs shall be provided with the required DIMS modules, Controller, electrical and communication equipment as specified here in the other sections of the dynamic message signs where the LED properties and density shall remain uniform throughout all the signs. There are two different types of Sign layout identified as per MUTCD design where signs on roads with posted speed of 40 MPH or higher to have the character height of six (6) inches wide and nine (9) inches tall. For the signs to be installed on roads with posted speed of 40 MPH or less shall have a minimum character dimension of four (4) inches wide and six (6) inches tall. These calculations are preliminary, and the contractor shall produce detailed shop drawings where the actual character width and height may vary to some extent based on the sign size and other fixed characters. The contractor may supply individual dynamic displays for each destination travel time or one combined Page 27 of 44 Page 757 of 811 "IHECI"IY OF DUBUQUE STREETS DUB E SPECIAL PROVISIONS _ PARSONS" Masterpiece on the Mississippi 11 display that spans all destination times on the sign. The DDMS insert modules shall have the same display characteristics and optical specification as of the DIMS sign in the section followed. The resolution and beamwidth shall be according to the road speed limit requirements. The resolution (pixel pitch) of the DDMS modules shall range from 10mm to 12mm. The contractor can propose different type of controller for DDMS than that of the DIMS, if it follows the same compliance and integration requirements as listed in the specification of DIMS controller. The contractor shall submit a shop drawing for all sign locations showing the dimensions of all characters and displays, character spacing, and border spacing similar to the two samples shown below. The contractor shall modify the dimensions of the sign if required to fit the desired text on the sign. 7'-0" 6" 18"DOWNTOWN VIA __ 6"D 18" 4.5" 6"D 9" 6"D 1 6" 4.5" 6„ 6"D 11111111111111011.6" 6"D 6" 6" 6" 6"D ' XX 6" 6"D 6" LL6" 6" BORDER g 72 2" 9 R=3" TH=0.75" Panel Style: guide —con —travel —time—sign—iowa.ssi M.U.T.C.D.:: 2009 Edition Figure 2: Dedicated Message Sign for Roads with Speed above 40MPH 5' — 0" 4' 12" DOWNTOWN 4"D 12" 3" 0 4"D PENN AVE It XX 7 6" 4"D 4 3„ 4„ 4 US 20 4" 4"D 4" 4" 4" 4"D 4" 4"D 4' 4" 4" BORDER 95^ 48.1" 95" R=3" TH=0.75" Panel Style: guide_con—travel _time_sign_iowa.ssi M.U.T.C.D.:: 2009 Edition Figure 3: Dedicated Message Sign for Roads wit Speed below 40 MPH 17.1.3 Materials The two (2) Full Matrix DIMS signs shall be supplied by the IOWA DOT and the specification here are for reference only and to be used only if there is a project requirement to procure new DIMS Sign through Page 28 of 44 Page 758 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" the contractor during or later stage. The DIMS shall be a full matrix, full color LED sign with a walk-in enclosure housing using all modular, controller, electrical, and communication equipment. The DIMS shall include the following basic components: 1. DIMS 2. Walk-in enclosure 3. DIMS controller, firmware, and software 4. Electrical end -equipment 5. Mounting hardware 6. DIMS Cabinet The Contractor shall furnish one controller as an integral part of each DMS. The DMS controller is to be mounted inside the DIMS and connected to fiber network or cellular modem as shown in the plans. The DIMS shall be NTCIP compliant as currently defined by the NTCIP Object Definitions for Dynamic Message Signs Publication 1203 (including subsequentrevisions. The manufacturer shall provide all MIB definitions (Public and Proprietary) that the sign supports as well as associated data types supported. Methods for setting these values shall conform to NTCIP 1203v3 or newer. Manufacturer shall allow department to change without firmware, hardware changes, or third -party assistance the authentication values for SNMPv2c or SNMP3. Sample code for basic message manipulation shall be provided. Basic message manipulation includes: • Defining Font • Defining font size • Defining a custom message • Defining a schedule for the custom message • Terminating custom message • Viewing all stored messages • Viewing all stored schedules 17.1.4 Construction Requirements DIMS manufacturers shall comply with the Project Standards including the most current version, as of the Setting Date, of the following standards: High -voltage wiring: High -voltage components and circuits (120 volts alternating current) shall be wired and color -coded per the NEC. Environmental: The display and all display components shall conform to NEMA TS4 Section 2 Environmental Standards. ShockNibration: The display and all display components shall conform to NEMA TS4 Section 2 shock/vibration tests. NTCIP: Publication 1203, most current version. NEMA TS 4 Hardware Standards for DIMS with NTCIP Requirements. FCC: All equipment must be designed in accordance with FCC Part 1Subpart B. 17.1.5 Materials All electrical equipment shall operate within the range of environmental conditions specified herein and come with warranties. The warranties shall receive the approval of City of Dubuque and IOWA DOT prior to the use of the respective equipment. 17.1.6 Weight and Dimensions The maximum static weight of the DIMS, including all internal and external components and mounting devices and members shall not exceed 3,200 pounds. In addition to the static weight, a live load of 600 pounds for maintenance personnel and equipment is to be accounted for in the structural analysis. The nominal size of the full matrix display shall be approximately twelve (12) feet and six (6) inch wide by eight (8) feet and two (2) inches tall. The approximate outside dimension of the DIMS enclosure shall not exceed 13 feet wide by 9 feet high and approximately by 4 feet 1 inch deep. Page 29 of 44 Page 759 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" 17.1.7 Display Characteristics The DMS shall consist of interchangeable LED modules arranged to provide a full matrix display. The full matrix display shall provide a wide range of template and signing support. The sign shall support variety of templates and message structure. So, any part of sign can be used for text or pictogram display as per the template design. All the module of the sign shall have a uniform display characteristic shall not be restrict on the font size and number of text components if it fits in the available pixel area. Pixel pitch shall be a maximum of 20 mm. The pixel density shall be uniform across the whole sign from through the display area mentioned above. The sign design shall allow it to be used like a static advisory sign as and when needed with the right message design saved and approved. The signs shall be provided with light sensors to detect the sunlight and visibility level and adjust the brightness accordingly. At daytime the sign may operate at high brightness level compared to night operation. Legibility of displays shall include daylight hours with direct sunlight on the face and behind the DMS. Minimum clear visibility and legibility distance for the sign shall be 900 feet at an eye height of 3.5 feet within a 600 cone of vision about the optical axis under all weather conditions, except heavy rain, fog, or snow. The display shall not perceivably brighten due to stray headlights shining on the photocells at night. 17.1.8 Basic Dynamic Message Sign Functions A character set shall be provided and shall consist of at least the following: 1. All 26 capital letters of the alphabet 2. All digits 0 through 9 3. Arrows pointing to the eight primary compass points. 4. Punctuation marks ($❑-+=.,'&/\()*!;:""%#?<>@-A[]1) 5. Sequential arrow 6. Standard font (7x5 pixels percharacter) 7. Double stroke font (7x7 pixels percharacter) 8. Condensed font (7x4 pixels percharacter) 9. Expanded font (7x6 pixels per character) 10. Two additional user -defined fonts for a total of six fonts (standard, double stroke, condensed, expanded, two users defined) 11. Images in the format of SVG, GIF and JPEG 12. Minimum 32-bit color mapping. Each sign shall be able to display static, multi -frame, or flashing messages: 1. Static Message: The chosen message shall be displayed constantly on the sign face until the sign controller is instructed to do otherwise. 2. Multi -frame Message: The chosen message shall display up to four different frames alternately at durations separately controllable in 0.1-second increments from 0.1 seconds to 25.5 seconds. 3. Flashing Message: A flashing capability shall be possible by blanking the LEDs. The parameters controlling the flashing rate shall be operator- selectable from 0.1 seconds to 9.9 seconds, in increments of 0.1 seconds. 17.1.9 Display Modules The sign display shall be created by interconnecting several individual and interchangeable display modules. The replacement of a complete display module shall be possible from the interior of the sign enclosure without the use of any special tools. Display modules shall be identical and interchangeable in all signs provided for this Project. Interconnection of modules shall be through connectors only. Each pixel shall have its optic axis oriented perpendicular to the sign face. Pixels shall be attached to the Page 30 of 44 Page 760 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" display module with a secure fastening system. Pixels Pixel columns and rows shall be perpendicular. The horizontal and vertical spacing (the pitch) of the pixels on center shall be identical on each display module and between all display modules in the DIMS. Each LED module shall contain a minimum of one each of red, green, and blue surface -mounted LED for each pixel. The total on -axis (0 degrees horizontal, 0 degrees vertical) luminance intensity of the sign will be a minimum of 12,000 candelas per square meter. All pixels shall have equal color and on -axis intensity. The method used to provide the brightness, equal color, and intensity shall be included in the shop drawing submittals and approved by City of Dubuque and IOW DOT. Pixel brightness shall be tested and documented by a third- party lab. This documentation shall be submitted to Dubuque and IOW DOT for approval prior to shipping the sign. Each pixel shall have a device attached to the printed circuit board (PCB) to hold and protect the LEDs. These devices shall do the following: 1. Hold the LEDs to within 0.5 degrees of being perpendicular to the display modules. 2. Prevent the LEDs from being crushed or bent during handling. 3. The LEDs shall be protected such that there is no contact with them when the display module is handled or dropped. 4. Protect the LEDs from damage when the display module is laid on the front surface (the side on which the LED lamps are located). 5. Be easily removable from the display module PCB without any specialized tools. 6. Not put any stress on the LEDs due to differentials of expansion and contraction between the device and the LEDs over the temperature range herein specified. 7. Not become loose or fall off during handling or due to vibration. 8. Not block airflow over the leads of the LEDs. 9. Not block the light output of the LEDs at the required viewing angle. 10. Be black in color to maximize contrast. LEDs The LED display module shall consist of pixels created by utilizing LEDs of each of the following colors: Red, Green, and Blue. All LED display modules shall be manufactured by Avago Technologies, Nichia Corporation, Sander, Agilent, or Toshiba Corporation, and shall be of the same make and model and all traceable to the manufacturer. LEDs will have a 60-degree viewing angle. The light emitted by the LED display shall be full color, with individual LED features as follows: Red LEDs shall utilize AIInGaP semiconductor technology with a peak wavelength centered at approximately 625 nanometers ±10 nanometers. Green LEDs shall utilize InGaN semiconductor technology with a peak wavelength centered at approximately 530 nanometers ±10 nanometers. Blue LEDs shall utilize InGaN semiconductor technology with a peak wavelength centered at approximately 470 nanometers ±10 nanometers. LEDs in an individual sign will be from no more than two consecutive "bins" for either color or light intensity levels. The DIMS manufacturer will perform the color/intensity sorting of individual LEDs, and they will be distributed consistently from pixel to pixel. The luminous intensity of the highest- and lowest- appearing pixels will be measured, and the intensity ratio (L1 /L2 where L1 > L2) between the two shall be less than 3:1. LEDs shall have no less than 50 percent of the normalized intensity at their respective 60 degree viewing angle. LED package style shall be surface -mount LEDs. Through -hole flush mount and through -hole standoff LEDs will not be allowed. LEDs shall be nominally rated for 100,000 hours of operation under NEMA TS-4 environmental conditions. Page 31 of 44 Page 761 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" The brightness of each LED shall be measured in accordance with the International Lighting Commission (CIE) Test Method A, as described with the CIE 127-2007, Technical Report: Measurement of LEDs. The LED brightness and color bins that are used in each pixel shall be provided to Dubuque and IOW DOT for approval. Certification shall be provided with the shop drawing submittals from the LED manufacturer that demonstrates the LEDs were tested and binned in accordance with CIE Test Method A. This certification shall be provided to CITY OF DUBUQUE AND IOWA DOT prior to site delivery. Optical Performance Operating contrast values between 6 and 25 shall be demonstrated for each lighting condition given the following definitions: The luminous intensity of the 35 pixels the area of Luminance = the block containing the 5 pixels including the background Daytime Contrast = (Luminance On - Luminance Off)/Luminance Off Where the ambient light is simulated by a solar source simulator placed 10 degrees off the horizontal axis in front of the sign when measured on -axis to the center of the sign face giving a luminance of 40,000 lux on the sign face. Electronics All DMS electronics shall be solid state technology and, with the exception of the PCBs, shall be commercially available, easily accessible, replaceable, and removable using conventional electronic repair methods. Moving parts shall be minimized where practical. All electronic and electrical components used in the LED display or DIMS controller or other digital control devices shall be UL or Electronic Testing Laboratories (ETL) listed. This includes power supplies, wiring, and wiring accessories. Copies of UL or ETL product cards shall be provided to Dubuque and IOWA DOT prior to site delivery to document the listings. All data and low power connections will be accomplished via positive locking devices. All workmanship shall comply with ANSI/IPC A-610D Class 2 titled, "Acceptability of Electronic Assemblies," and ANSI/IPC-7711/21 B titled, "Rework Modification and Repair Electronic Assemblies." All PCBs, except for the LED motherboard, power supply PCBs, and controller PCBs, shall be completely conformal coated with 0.010-inch minimum thickness silicone resin. The LED motherboard shall be completely conformal coated, except at the pixels on the front of the PCBs, with 0.010-inch minimum thickness silicone resin. The material used for the PCB coating shall meet the military specification MIL-1-46058C Type SR. The LED pixels shall be directly driven using pulse width modulation (PWM) of the drive current to control the display intensity. This LED driver circuitry shall vary the current pulse width to achieve the proper display intensity levels for all ambient light conditions. The drive current pulse shall be modulated at a frequency high enough to provide flicker -free operation and a minimum of 200 brightness levels. The power supplies shall be designed such that one supply may fail and the sign display will still be supplied with sufficient power to run 100 percent of the pixels at 100 percent duty at 60 degrees Celsius. The power distribution system shall connect each display module to all power supplies and shall minimize voltage drop over the face of the sign. Multiplexing drive circuits shall not be used. The LED display manufacturer shall supply the schematic of the display to document the LED drive mode used. The current provided at maximum brightness shall be easily adjustable between 1 milliampere and 30 milliampere in 1 percent increments. This adjustment will be altered occasionally over the life of the sign to offset the dimming of the LEDs as they age. LED brightness shall be controlled or adjusted in three ways: locally using the sign controller, remotely from the ATMS using the sign controller's serial communications port, and automatically via a closed -loop ambient light monitoring circuit. Once the LED brightness is set or adjusted, intensity shall not fluctuate or flicker due to sudden ambient light level changes caused by weather (i.e., moving Page 32 of 44 Page 762 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" cloud cover) or vehicle headlights. It is not necessary that maximum brightness be remotely controlled. Upon installation, Contractor shall set the maximum brightness current to 20 milliampere. The sign controller shall continuously measure all LED module power supply voltages. The sign controller shall provide these voltage readings to the ATMS or remote laptop when polled. Maintenance All DMS equipment components, modular assemblies, and other materials located in the DMS housing shall be removable, transportable, and capable of being installed by a single technician accessing the sign from inside the walk-in enclosure. Miscellaneous Requirements The presence of ambient magnetic or electromagnetic fields, including those created by any components of the DMS subsystem, shall not interfere with the performance of the signs. The rated life of all components (including LED), except fans, filters, and equipment not normally furnished with the DMS, shall be a minimum of 20 years under 24-hour-a-day operation. Equipment and accessories shall be, essentially, the standard cataloged products and of the latest design of manufacturers regularly engaged in production of such equipment and accessories for at least five years. Differential expansion of the sign enclosure, sign face, and the display panel shall not cause damage to any of the components. 17.1.10 Walk -In Enclosure The DMS walk-in enclosure (housing) shall be furnished and installed in this Project and be designed integral to the DMS. The DMS housing, including its front -face panels, shall be a NEMA type 313, as described in the latest edition of the NEMA Standards Publication 250. The bottom of the sign shall be horizontal, and all sides shall be vertical. The top shall slope to the rear to completely drain rainwater from the roof. Sign housings shall be constructed of aluminum alloy 3003-H14 or 5052-H32. Seams shall be continuously welded. Framing structural shapes shall be constructed of aluminum alloy 6061-T6 or 6063-T52. Non -corrosive materials shall be used where possible and corrosion protection shall be provided between dissimilar metals. Sign housings shall be cleaned and de -oxidized after welding. To allow for the vacuum effect of the passage of large trucks, the sign face shall be designed for and shall withstand a negative (outward) pressure of 50 percent of the design inward wind pressure. Gasket material, where needed, shall be impervious to moisture, smog, and salt spray. If neoprene is used, the mating surface shall be covered with a silicon lubricant to prevent sticking to the mating metal surface. The walk-in enclosure shall be designed such that the top of the display face (the surface that faces approaching traffic) is tilted 3 degrees toward traffic. The top plane of the housing shall be sloped 0.5 degrees toward the back of the housing. The rear plane of the housing shall remain vertical, and the interior walkway surface shall remain level (horizontal). The manufacturer's name, month, and year of manufacture shall appear on the inside of the DMS housing. No logos or names of manufacturers shall appear on the outside of the housing. Painting The front of the sign enclosure will be coated with a semi -gloss black polyvinylidene fluoride (PVDF) protective coating. This coating will be designed to have a minimum of 10-year color retention and chalk resistance. All finish coatings shall be resistant to chipping, impacts, weather, scuffs, corrosion, and bacteria for a minimum of 10 years. All other surfaces shall be left their natural finish or unfinished aluminum. Environmental The sign shall be constructed to present a clean, neat appearance, and the equipment located therein shall be protected from moisture, dust, dirt, and corrosion. Sign enclosures shall contain small weep holes for Page 33 of 44 Page 763 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" draining moisture that accumulates in the signs from condensation. Weep holes shall be designed to prevent the entrance of insects and shall have snap -in drain filter plug inserts. The filter plug inserts shall be replaceable. Sign Attachment Members The sign shall be attached to the sign structure with I -beams or Z-bar extrusions. The number of I -beams or Z-bars needed and the method of attaching the I -beams or Z-bars to the sign housing and sign structure shall be as required to conform to the Project Standards. The housing shall be designed to accommodate mounting on the rear vertical plane. All structural hardware and mounting bracket hardware will be stainless steel orgalvanized high -strength steel and appropriately sized for the application. Mounting brackets will be attached to the DIMS using direct -tension indicators to verify that mounting hardware is tightened with the proper amount of force. Lifting eyes or the equivalent shall be provided for moving and mounting signs. The DIMS housing shall be designed such that the DIMS can be shipped and temporarily stored without damage or undue stresses prior to installation on the overhead support structure. Maintenance and Repair Design and construct the walk-in housing so that all maintenance and repair is performed from within the DIMS housing, with the exception of structural members and components thereof. The minimum clear distance from the interior rear wall of the DIMS housing to the closest display components shall be 2 feet. This free space shall be maintained across the entire interior of the sign housing. Structural members shall be designed and positioned so as to not be an obstruction to free movement of maintenance technicians throughout the interior of the housing. Include in the housing an internal incandescent lighting system of at least six fixtures to provide maintenance personnel with a minimum of 35 foot-candles of light measured at the floor, evenly distributed, provided by ceiling or top of wall mounted incandescent or compact fluorescent lights utilizing a cold -weather ballast within each sign housing. Locate two 3- circuit control switches inside the DIMS housing for the lighting system, within easy reach from outside the DIMS housing through the entryway. The sign housing and display panel shall be designed to be sufficiently "light tight," such that during night- time maintenance activities, no internal lighting shall be visible or distracting to motorists. The DIMS housing shall include a minimum of three 15 Amp, 120 volts alternating current duplex electrical outlets, with ground fault circuit interrupters, for use by maintenance personnel. The duplex outlets are to be mounted on the back wall of the DIMS, distributed evenly within the housing. All power runs inside the housing shall be protected in intermediate metallic conduits attached to the inside of the sign case. Interior Walkway The interior of the walk-in enclosure shall provide a minimum clear width of 2 feet and a minimum clear height of 6 feet through the length of the walkway to allow maintenance personnel free movement and working space. The interior walkway of the DIMS shall be non -slip and able to support a minimum of a 500-pound load per linear foot and will be constructed of multiple removable panels. The walkway's top surface shall be free of obstructions that would present a tripping hazard to maintenance personnel. Personnel Access The DIMS housing shall have two vertically hinged doors, one on each end of the sign. The DIMS housing doors shall be rain-tight/dust-tight. Doorway openings shall be a minimum of 6.5 feet in height and a minimum of 2 feet in width. The doors shall use a Corbin Lock Number 2 and shall be furnished with a minimum of one number 2 key. The DIMS doors shall open to the exterior of the DIMS and have a stop to retain the door in its fully open position while workers are inside the sign. The latching/locking mechanism shall include two handles: one on the interior of the housing such that a person with no key and no tools cannot become entrapped inside the housing and another on the exterior of the housing with a key lock. Cable Access Page 34 of 44 Page 764 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" Provide a cable entrance for AC power as described herein. Conduit shall enter the rear exterior wall (facing away from traffic) of the sign case through a 90-degree bend in the conduit. The attachment point between the conduit and sign case shall be sealed on both sides of the sign case with a neoprene gasket or other approved material such that no moisture, condensation, or light can penetrate the seal. Attach two junction boxes to the interior wall of the sign case: one to receive the AC power and one the communications cables. The junction box for the communications cable shall be 6 inches by 6 inches by 2 inches and labeled on the outside "COMM." The junction box for the power cable shall be labeled on the outside "AC POWER." All entries and exits from the junction boxes will be made via conduit. Approximately 2 feet of cable slack shall be coiled in the junction boxes. Conduits leading from the junction boxes to the lighting panel and the ITS field processor shall also be provided. Sign Display Cover The sign display cover is attached to the front of each sign case and is a weatherproof assembly that presents an unobstructed view of the sign display. The DIMS shop drawings submitted by Contractor shall demonstrate the technique employed to minimize glare, reduce solar heat gain on the LEDs, and increase sign contrast in all ambient lighting conditions. Compose the sign display cover of a series of clear -formed segments that, when placed side by side, form a complete face. Each display cover segment shall be of a size and weight that can easily be handled by maintenance personnel for replacement or cleaning. The sign display covers and display modules shall be constructed to allow all service operations from inside the sign case. The covershall not be damaged by sign vibration or the positive and negative pressures resulting from changes in atmospheric conditions or the passing of large trucks. This includes cleaning the outside of the window by tipping the modules and sign face inward. The removal of any combination of windows shall not alter the structural integrity of the sign case. The clear lens panels shall be made of polycarbonate. Polycarbonate shall contain an ultraviolet (UV) light inhibitor, which protects the LED display matrix from the effects of UV light exposure and prevents premature aging of the polycarbonate itself. Polycarbonate sheets shall have the following characteristics: 1. Tensile Strength, Ultimate: 9,000 pounds per square inch 2. Tensile Strength, Yield: 9,300 pounds per square inch 3. Tensile Strain at Break: 125 percent 4. Tensile Modulus: 330,000 pounds per square inch 5. Flexural Modulus: 330,000 pounds per square inch 6. Impact Strength, Izod (1 /8 inch, notched): 17 foot-pounds per inch ofnotch. 7. Rockwell Hardness: M75, R118 8 . Heat Deflection Temperature Under Load: 264 pounds per square inch at 270 degrees Fahrenheit and 66 pounds per square inch at 288 degrees Fahrenheit. 9. Coefficient of Thermal Expansion: 3.9X10-5 in/in/F 10. Specific Heat: 0.30 British thermal unit per pound per degree Fahrenheit 11 . Initial Light Transmittance: 85 percent minimum 12. Change in Light Transmittance, 5 years' exposure in a southern latitude: less than 5percent. 13. Change in Yellowness Index, 5 years' exposure in southern latitude: less than 5 percent. The display cover and all associated parts, such as fasteners, shall be captive so that they cannot fall to the roadway. The windows shall be dust- proof and shall not leak when sprayed with water from any angle by a garden hose at a pressure equivalent to rain in a 90-mile-per-hour wind. The window Page 35 of 44 Page 765 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" frame(s) shall have a continuous closed -cell neoprene gasket around the entire perimeter. Horizontal portions of the gasket shall be supported by a channel. The gasket shall be at least 1 inch wide and 0.375 inches thick. The mating surface of the gasket shall be treated with silicone lubricant so that it does not stick. The sign face display cover shall be designed to minimize bowing. Heaters and Fans Signs shall contain thermostatically controlled fans and electric heating elements to prevent condensation on the inside of the display windows. A humidistat and thermostat shall also be included to activate the fans and electric heaters at user -selectable settings to control temperature and humidity for the display window and sign case. The defogging system shall be capable of substantially removing condensation from a completely fogged window within five minutes. Vented thermostatically controlled fans shall be used to circulate the air inside the enclosures for cooling. Cooling fans shall turn on when the internal DIMS air temperature reaches 30 degrees Celsius. Fans shall keep the back side of the display modules below 60 degrees Celsius when the outdoor temperature is 40 degrees Celsius, the face of the sign is in full sun, and 50 percent of the pixels are illuminated, drawing 20 milliamperes of current. The ventilation system shall achieve this performance despite the failure of any single fan. The fans shall be installed so as to either "blow" air into or out of the sign case. Air inlets shall have louvers to keep out rain, rustproof screens to keep out insects, and replaceable 2-inch air filters to keep out dust. The filters shall be available from multiple manufacturers and shall be located to facilitate replacement. Exhaust vents shall be screened and have movable louvers that are closed when the fans are not running. The LED modules and electric equipment shall be protected by a fail- safe, back-up fan control system in the event of an electronic fan control failure or shutdown of the DIMS controller. Heaters shall operate from a 240-volt, 60-hertz, single-phase AC power. Fans shall operate from 120-volt, 60-hertz, single-phase AC power. Redundant humidistats and thermostats shall be provided to activate the fans and electric heaters at user -selectable settings to control temperature and humidity for the display window and sign case. The defogging system shall be capable of substantially removing condensation from a completely fogged window within five minutes. Fire Extinguisher Furnish and install a 5-pound standard BC powder fire extinguisher near the door. The fire extinguisher shall have squeeze grip operation. The fire extinguisher shall be supplied complete with a wall bracket and shall be mounted on the internal wall of the sign enclosure within easy reach of the door opening. The fire extinguisher shall include positive on/off operation, pull -pin safety locks, a waterproof stainless -steel gauge, and an anodized aluminum valve. Interference The dimming circuit and DIMS power system shall have electrical devices installed to minimize radio frequency interference (RFI) noise generated by the DIMS both on the power line and radiated by sign circuitry. Equipment shall be in compliance with FCC Part 15, Subpart B. 17.1.11 DMS Controller, Firmware, and Software Furnish, test, and install a DIMS controller, firmware, and software compatible with the communications protocol provided by City of Dubuque and compatible with IOWA DOT, at each DIMS site shown on the Plans. Furnish, test, and install the auxiliary equipment and wiring required to complete the system testing. The DIMS shall be capable of receiving communications from the server located at one of Dubuque and IOW DOT TMCs and displaying messages by illuminating the LEDs to form legible words and graphics. Provide all equipment and materials needed to interconnect and interface the controller to the sign, including cables and connectors. Provide controller software that is consistent with the operational requirements and communications protocols. DIMS controllers shall have the following features: Page 36 of 44 Page 766 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" Communications Ports. The DIMS controller shall be able to receive instructions from and provide information to the ATMS network. There will be ports available for both local and remote operation of the DMS. Including minimally 100 Base-T Ethernet. The DIMS sign controller shall contain a minimum of one 10013ase-T Ethernet communication port. This port shall be available for optional use for communicating from the ATMS to the DIMS sign controller when an Ethernet network is available. The Ethernet port shall have a standard RJ45 connector. The DIMS sign controller shall contain a minimum of two NTCIP- compatible RS-232 communications ports. These ports shall support multiple communication interfaces, including direct null -modem (for local laptop control), dial -up and leased -line modems, radio systems, cellular modems, and fiber-optic modems. The RS232 ports shall all have standard DB9M connectors. 2. Microprocessor. The DIMS controller shall be a solid-state microprocessor. 3. Internal Clock. The controller shall have an internal clock that will satisfy the following minimum requirements: The internal clock shall obtain its timing reference either from a crystal or from the 60- hertz frequency of the power input line. For internal clocks obtaining its timing reference from the 60- hertz power line frequency, the timing reference shall be crystal controlled in the absence of AC power. In either case, the clock shall be accurate to within 15 seconds per month. The internal clock shall have both permanent and changeable memory. The permanent memory shall be in the form of plug-in programmable read-only memory (PROM) integrated circuits. It shall contain the software for performing the required timing functions. The changeable memory shall be in the form of random-access memory (RAM) integrated circuits with a lithium battery back-up that retains the data in memory for a minimum of one year following a power failure. The changeable memory shall contain the current time in the form of year, month, day of month, hour of day, minute of hour, and second of minute. The correct time shall be entered into changeable memory as a function of the year, month, day of month, hour of day, minute of hour, and second of minute. Hours of the day shall be entered in 24-hour (military) format. The internal clock shall automatically compensate for leap years. The dates and times on which daylight -savings -time changes take place shall be user -programmable. The programming for daylight -savings -time changes shall be accomplished in such a manner that reprogramming each year is not necessary. Once set, the internal clock shall automatically adjust the hour of the day for daylight -savings -time changes. The internal clock shall have sufficient battery backup to operate without failures for a period of one month. 4. Stored Messages. The DIMS controller shall be capable of storing a minimum of 100 messages in non-volatile memory, each message consisting of up to three phrases and each phrase consisting of up to three full lines of text. 5. Default Message. The DIMS controller shall be designed to blank out the sign in the event of a power failure. 6. Message Speed. The LED display shall update instantaneously with no shifting, scrolling, or other visual disturbance apparent to the motorist. Page 37 of 44 Page 767 of 811 "IHECI"IY OF DUBUQUE STREETS DUB E SPECIAL PROVISIONS _ PARSONS" Masterpiece on the Mississippi 7. Controller Failures and Loss of Power and Connectivity. In the event of a controller failure, loss of communication from TMCs any displayed message shall be blanked out. The controller's operating system shall reside in non-volatile memory and shall reinitialize automatically at power -up and run without operator intervention. In the event of power outage, the clock shall re -start with the correct time (e.g., GPS or crystal clock) on the restoration of power. During the period of time that the controller is attempting to automatically recover from a controller failure, and until such time that the initialization process is complete, no messages shall be displayed on the sign. 8. Pixel Failures. The controller shall determine how Many pixels are not turning on, how many pixels are not turning off, and the number of modules that have failed. This information shall be reported to the DIMS controller. The sign shall be capable of uploading the current sign's display, WYSIWYG, image to the ATMS to facilitate evaluation of the sign's condition and message placement. Defective pixels and defective pixel count shall be shown in the uploaded display. 9. LED Temperature Monitor. The sign controller shall monitor the temperature of the LED circuit board and shall reduce light output (DC forward current) when the temperature exceeds unacceptable thresholds. At least three temperature levels, set via the system interface, shall be supported, which will result in increasingly lower output to the LEDs. The sign controller shall perform an automatic sign shutdown when the temperature exceeds an absolute threshold. The sign controller shall use an analog to digital converter to capture the current LED temperature. Current temperature shall be reportable to the ATMS or portable computer via the sign controller interface. The temperature sensors shall be equally spaced to cover each end and the middle of the sign. The DIMS controller shall continuously measure all LED module power supply voltages and be able to report those voltages both locally and remotely to the ATMS. Physical The DIMS controller and all of its associated equipment, cables, connectors, and materials shall be designed, constructed, and positioned so that all maintenance and repair is performed from inside the walk-in enclosure. All DIMS controller equipment, components, modular assemblies, and other materials located in the walk- in enclosure shall be removable, transportable, and installable by a single technician. Provide space inside the walk-in enclosure for the installation of the ITS field processor and junction boxes. The area provided for the installation of this auxiliary equipment shall clearly be shown in Contractor's submittal of the DIMS shop drawings. Conduits shall be provided between the DIMS controller and equipment racks to the ITS field processor and cabinet interface panel as necessary for a neat and orderly installation of cables and connectors. The DIMS equipment, components, and housing shall be designed and constructed for ease of maintenance. A single technician shall be able to remove and replace any modular assembly under adverse conditions in under 15 minutes. All electronic subassemblies shall be accessible and easily replaced by using plug-in or connector -based subassemblies. Any required configuration jumpers shall be clearly marked. DMS controller circuit breakers, fuses, switches, and indicators shall be readily visible inside the walk-in enclosure. All assemblies and panels shall allow air circulation through the top and bottom, unless specifically called out otherwise. Assemblies shall be fabricated of 0.0625-inch-minimum-thickness aluminum or stainless -steel sheet. The metal surface shall be treated with clear chromate. Software The application software shall be supplied for local operation of the DIMS controller, and it shall be NTCIP (current version) compliant. Provide a licensing agreement that facilitates unlimited use within CITY OF Page 38 of 44 Page 768 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" DUBUQUE AND IOWA DOT or authorized maintenance contracts. Provide software with the following minimum capabilities: 1. Verify, set, and change the time on the internal clock. 2. Verify, enter, change, and delete dates and times for daylight savings time changes. 3. View, enter new, edit existing, and delete entries in the event schedule. 4. Verify, enter, modify, and delete password protection codes. 5. Diagnostic routines capable of testing full sign operation. Display tests shall include but not be limited to thefollowing: 1. All pixels on 2. All pixels off 3. All pixels on and off alternately 4 . Sequence through each column. 5. Sequence through each row. 6. Sequence through the entire character set. 7. Display immediate messages on the DIMS entered through the portable field control computer's keyboard. 8 . Mimic both diagnostic and operator -generated messages sent to the DIMS display on the portable field control computer's display in pixel matrix format identical to that of the sign being controlled. 9. Operator selection of dimming levels. Exerciser The manufacturer shall supply two compiled, latest versions of the FHWA, NTCIP exerciser with the manufacturer's MIB. One copy shall be sent prior to approval with a test application to mocksign interface to City of Dubuque, Traffic Management Center, and one to the contractor. Dimming System The DIMS controller shall incorporate a means of changing the lighting level provided by the LEDs automatically in response to ambient lighting conditions at each sign location as detected by the photocell system, and remotely in response to commands received from the software. A light sensing system shall be used to detect lighting conditions between ranges of 2 to 20,000 lux. Provide photoelectric cells integral to the DMS. These devices shall direct the DIMS controller to modify the intensity of the light produced by the pixel elements. Locate the photoelectric cells such that they are easily accessible for maintenance. Seal photoelectric cells using twist -lock- type receptacles or other approved receptacles suitable for this application. Two replaceable photocells shall be located on the DIMS enclosure and positioned to sense the ambient light on the front and rear face of the DIMS in such a manner to provide the information necessary to allow the controller to adjust the light levels of the DIMS to maintain optimum visibility at sunrise, sunset, and other abnormal lighting conditions. Provide all wiring and equipment necessary for the operation and interconnection of the photocell system and the light level output control circuit. Incorporate the light level output control circuit in the DIMS controller. The circuit shall consist of solid state or other approved methods for control of the photoelectric system. The system shall provide a minimum of eight settings that are both locally and remotely settable. Electrical End -Equipment Contractor shall establish electric service accounts in CITY OF DUBUQUE AND IOWA DOT's name, as appropriate. Each DIMS sign shall have a lighting panel mounted within the sign case. Each circuit shall be over -current protected. Each circuit breaker shall be UL or ETL, or an approved Page 39 of 44 Page 769 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" equal, switching duty type. The service personnel lighting and convenience receptacle outlets shall be provided with ground fault interrupters. Power supplies shall operate from 120- or 240-volts-alternating-current power. The LED displays shall be operated at low internal DC voltage not exceeding 24 volts direct current. Power supplies shall be solid state electronic switching regulated output. The display shall be powered with two or more supplies wired in a redundant parallel configuration such that the supplies provide equal amounts of current to the display. When a power supply fails, the remaining supplies shall be capable of providing sufficient power to the sign display (20 milliampere to every LED on the line when the air around the power supply is at 60 degrees Celsius) and electronics. Power supplies shall operate from -34 degrees Celsius to +74 degrees Celsius. Power supplies shall be short-circuit protected by DC power off and shall reset automatically after 5 seconds of AC power off. Power supplies shall also be protected by a minimum overload allowance of 105 percent and have an efficiency rating of at least 80 percent. The power supply shall be UL or ETL listed. Power supplies may be mounted either above or below the interior walkway of the housing. Units mounted above shall not encroach on the 2-foot-wide, 6-foot-high clear space above the walkway. Units placed beneath the walkway shall be mounted above the bottom surface of the housing with a chair bracket to provide protection against water damage. All signs shall be unaffected by surges or transient voltages normally experienced on commercial and industrial power lines. Signs will be protected from surges and transient voltages by the incorporation of metal -oxide varistor (MOV) devices at the AC line circuit input utilization of a multi- section L-C filter ahead of the sign electronics power supply. Protection against abnormally low and high voltages will be provided by an electronic voltage detection circuit controlling the AC input power with a suitably selected contact relay. An AC line monitor shall be provided to monitor the AC signal entering the sign. If three consecutive positive pulses are not detected, the AC line monitor will relay a signal to the DMS controller indicating power has failed. The DMS controller will then send a signal to the drivers to blank the sign or display the default message. All signs shall be equipped with lightning protection, including electrical service and telephone service, as appropriate. Protection from lightning shall include gas discharge devices followed by zener diodes for data entry connections to the sign. Proper grounding of the sign housing shall be the responsibility of Contractor. Mounting Hardware Mounting hardware shall be supplied with the DMS. The mounting hardware shall include those devices shown on the Plans and all other appurtenant hardware, connectors, bolts, structural stiffening members, etc., necessary to attach the DMS to the structural supports. 17.1.12 Storage and Installation Upon delivery to a storage location or to the site of installation, place the DMS in a manufacturer - approved manner, including supports that keep the sign off the ground and in a stable position. All proposed storage locations used for the DMS signs and DMS Controllers shall be submitted to CITY OF DUBUQUE AND IOWA DOT for review and approval. Equipment shall be inspected after it is delivered to the approved storage areas. Equipment moved from a storage facility to site or delivered directly to an on -site location shall be inspected by the Contractor. The Contractor shall develop an inspection checklist for each type of equipment and submit it to CITY OF DUBUQUE AND IOWA DOT for review and approval. Supply all mounting bracket and required hardware for the permanent mounting of the DMS. Supply bolts if the lifting eyebolts are removed from the DMS after installation, to plug and seal the holes to prevent water from entering the DMS housing. If the lifting bolts are to be removed, provide compatible lifting bolts to Department for possible future use. 17.1.13 DMS Testing and Acceptance Requirements Page 40 of 44 Page 770 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" Conduct such tests as necessary to ensure each DMS meets the requirements and specifications. Submit a testing plan to CITY OF DUBUQUE AND IOWA DOT for review and approval at least thirty (30) days prior to the scheduled test date. CITY OF DUBUQUE AND IOWA DOT reserves the right to request changes to the test plans within the terms of this specification. CITY OF DUBUQUE AND IOWA DOT or Department Representative reserves the right to witness and verify, or to appoint a representative to witness, all product testing during manufacture of the DMS. If the FAT is performed at a location more than 100 miles from the Site, the Contractor shall reimburse travel costs for up to four Engineer or Department Representatives. Travel costs include: • Airfare • Car Rental • Hotel • Meals Factory Acceptance Testing (FAT) Submit a FAT Plan to CITY OF DUBUQUE AND IOWA DOT for review and approval at least thirty (30) days prior to the scheduled test date. CITY OF DUBUQUE AND IOWA DOT reserves the rightto request changes to the test plans within the terms of this specification. The FAT shall be conducted on a production model of the equipment being purchased, not on a prototype or mockup of the final product to be delivered. Successful completion of the Factory Acceptance Test is required prior to finalizing procurement or shipping materials to the project site. Any procurement done prior to the successful completion of the FAT is done at the Contractor's risk. The FAT shall be performed at the DMS vendor's manufacturing facility. FAT is required prior to shipping of any DMS and shall include the following, at a minimum: Passage of the NEMA 250 Water Spray Test with no visible signs of water leakage through any of the sign housing seams. Proof of the 48 hours of continuous operation of the FAT DMS at each of two test conditions: 25 degrees Fahrenheit (first test) and 125 degrees Fahrenheit (second test). Functional tests including: • All display functions, including graphics, sign message mockups (as shown herein), arbitrary sign messages and graphics, display special display features: flashing, multi - page messaging, sign blank out, etc. • All scheduling functions • Message memory capacity. • Communications testing including: • Exercise of all ports supplied. • Successful NTCIP control over a network • Diagnostic Exerciser Testing • Power Range Testing • Thermostat and humidistat Testing Post -FAT testing, the Contractor shall furnish CITY OF DUBUQUE AND IOWA DOT with a full FAT Report indicating the pass/fail result of each test. The FAT Report shall include shop drawings, test configurations, serial numbers of the equipment tested, serial and calibration data for the test equipment used during the test, etc. Post -FAT, CITY OF DUBUQUE AND IOWA DOT will audit and approve all burn -in test logs for each DMS prior to that DMS shipping from the factory. Page 41 of 44 Page 771 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" The physical verification through inspection by CITY OF DUBUQUE AND IOWA DOT or their Representative that the DMS meets the special provision and the approved submittal and shopdrawings. Post -Delivery Testing and Operation Prior to delivery of the DMS, the site shall have all lightning and surge suppression and grounding and bonding performed and accepted. Upon the delivery of each DMS to the location designated by CITY OF DUBUQUE AND IOWA DOT [determine if locations will be supplied in the RID] and as shown on the Plans, provide permanent power for demonstration of the DMS' functions in accordance with the requirements and specifications and for proof that the DMS has not been damaged during shipment. Maintain the DMS power feed from the day of delivery to Final Acceptance, thereby protecting the interior electronics within the DMS from environmental degradation. Post -Delivery Test Plan Develop and submit to CITY OF DUBUQUE AND IOWA DOT a DMS Post -Delivery Test Plan with the working drawings. The test plan shall demonstrate the complete functionality and integrity of the DMS after shipment and post- delivery. The plan will describe test procedures, detail the features being tested, and the detail the expected values that demonstrate DMS compliance. Testing Schedule All DMSs will be tested in accordance with the CITY OF DUBUQUE AND IOWA DOT -approved Post - Delivery Test Plan. Schedule and conduct the post -delivery tests at a time approved by CITY OF DUBUQUE AND IOWA DOT. Reporting Requirements Submit vendor and third -party reports verifying testing procedures, testing dates, and testing results to CITY OF DUBUQUE AND IOWA DOT. The report will document the comparison of test results to the specifications detailed herein. The report will clearly identify any failure to conform to the specifications. Failure to conform to testing procedures will be considered a defect of the equipment and will thereby be subject to rejection by CITY OF DUBUQUE AND IOWA DOT. Rejected equipment may be offered again for a retest. The retest shall fully comply with the test procedure, and the DMS is retested by the vendor or third party. Evidence of conformance of the test shall be submitted to CITY OF DUBUQUE AND IOWA DOT. Failure of any DMS to conform to the Design Documents, Construction Documents, or the PPA Documents will be considered a Defect, and the DMS is thereby subject to rejection by CITY OF DUBUQUE AND IOWA DOT. Rejected equipment may be offered again for a retest, provided that all nonconformances have been corrected and retested by the vendor and evidence thereof has been submitted to CITY OF DUBUQUE AND IOWA DOT. Final FAT and product test reports showing complete compliance with specifications shall be submitted for review and comment by CITY OF DUBUQUE AND IOWA DOT before Contractor releases the DMS for shipment. Conduct final inspection and acceptance of the DMS after: Approval of the product testing report Approval of the FAT report Delivery of the DMS to a site designated by CITY OF DUBUQUE AND IOWA DOT Proof and verification of the DMS continuous operation post -delivery Approval of the reports documenting the results of the post-deliverytest Maintenance Manual The Contractor shall submit a complete DMS Maintenance Manual to CITY OF DUBUQUE AND IOWA DOT for review and approval. The approved Maintenance Manual shall include: • DMS and DMS Controller Technical Manual Page 42 of 44 Page 772 of 811 THECRY OF DUB E Masterpiece on the Mississippi DUBUQUE STREETS SPECIAL PROVISIONS _ PARSONS" • DIMS Preventative Maintenance Procedures • DIMS Troubleshooting Procedures • DIMS Repair and Replacement Procedures • DIMS Recommended Spares List • DIMS Components List • DIMS Schematics: internal wiring, external wiring • As -Built Drawings Warranty The DIMS device and all ancillary equipment shall be covered under full manufacture warranty for parts for two years after Final Acceptance. The mounting of a cellular antenna, radio antenna, and/or pole to the DIMS shall not void this warranty. The manufacturer shall submit warranty information on company letterhead to CITY OF DUBUQUE AND IOWA DOT with the authorizing company representative's signature. Warranty information will include shipping and replacement part procedures that allow CITY OF DUBUQUE AND IOWA DOT to obtain a warranty replacement of defective parts in a timely manner. Standard warranties will be issued in CITY OF DUBUQUE AND IOWA DOT's name. Supply a DIMS factory -trained technician to observe and oversee the DIMS and ACP installation process for each sign. The technician is to verify that the installation practices follow the DIMS vendor's standard operating procedure and that DIMS vendor's warranty was not in any way voided or limited during the installation. Once accepted by CITY OF DUBUQUE AND IOWA DOT and upon Contractor's request, the DIMS warranty will begin. Warrant that: 1. All Work furnished pursuant to the contract documents will conform to all professional engineering principles generally accepted as standards of the industry in the state. 2. The DIMS will be free of defects. 3. Materials and equipment furnished under the PPA Documents will be of good quality and, when installed, will be new. 4. The Work will meet all of the requirements of the PPA Documents. The Design Documents and Construction Documents for the DIMS devices and ancillary equipment selected and prepared for use during Construction Work are appropriate for their intended use. The Contractor shall document all installation activities, including the quantity, brand, model/part numbers, and test results of all materials used. Provide an installer -signed list of the materials installed with the required documentation. Method of Measurement The DIMS and DDMS will be measured for payment per the number of units furnished for each type mentioned in the bill of quantity and installed complete and in place and after passing component and subsystem testing. The DIMS and DDMS sign, Structure and Controller to be billed separately. All ancillary items, electronics, assemblies, and different cables shall be included under the cost of the Sign and structure accordingly. Basis of Payment DIMS and DDMS will be paid for at the contract unit price per each. The cost will include material supply, storage, testing, installation, commissioning, end to end testing and utility payment till the final acceptance test. Page 43 of 44 Page 773 of 811 "IHECI"IY OF DUBUQUE STREETS DUB E SPECIAL PROVISIONS _ PARSONS" Masterpiece on the Mississippi 18. NETWORK EQUIPMENT 18.1 All items defined in these sections are considered mandatory and must be adhered to for this project. Both the network switch and cellular modem to be provided with copper patch panel with cable arrangement in the cabinet. The patch panel shall allow for patching at least Eight ports of copper interfaces. 18.2 Cellular 4G/5G Modem: Wireless 4G/5G Modems shall be installed in the sign controller cabinet at locations shown on the plans. The modem shall be configured with secure end to end connection to the City of Dubuque Control Center where all other communication equipment is connected. The contractor shall furnish the in -station gateway/router required to interface all the modem to the field interface switch at the City of Dubuque Traffic Management Cetner. The cellular modem at each site location shall offer a layer 2 interface at site location marked. The minimum number of ports shall be Four (4). The contractor shall pay the operational cost and bills of the wireless modem connection until the final acceptance and handover to the City of Dubuque. Method of Measurement Cellular Modem will be measured for payment per the number of units furnished and installed complete and in place and after passing component and final acceptance testing. Basis of Payment Modems will be paid for at the contract unit price per each. The cost includes, setting up service, configuration of the modem, coordinating with City of Dubuque and IOWA DOT to establish end to end connectivity. Page 44 of 44 Page 774 of 811 THE CrrY OF DUB E Masterpiece on the Mississippi APPENDIX - B Plan Set PARSONS' Page 775 of 811 I ■map ■■■Im ■■MR ■■■N■ Mill ■■■■■■tom STREETS EDP-2100(706)--7Y-31 PREPARED BY PARSONS ORIGIN DESIGN CO. 650 E. ALGONQUIN RD, SUITE 400 137 MAIN ST, SUITE 100 SCHAUMBURG, IL 60173 DUBUQUE, IA 52001 (847)-485-1054 (563)556-2464 OWNER: CITY OF DUBUQUE 50 W 13TH ST. DUBUQUE, IA 52001 (563) 589-4100 PROPOSED USAGE: TRAFFIC SIGNS FOR INTELLIGENT TRANSPORTATION SYSTEM MARCH 2O24 RN AUTHORITY: CITY OF DUBUQUE & IOWA DEPARTMENT OF TRANSPORTATION 10iWAMM ONE CALL, 1 (800) 292 - 8989 PROJECT LOCATION T TTTT TTT P C NORTH PROJECT AREA IT SHALL BE THE RESPONSIBILITY OF ANYONE MAKING USE OF THESE DOCUMENTS TO ASCERTAIN THE EXACT LOCATION, SIZE AND ELEVATION OF ALL UTILITIES THAT MAY BE PRESENT WITHIN THE CONSTRUCTION LIMITS. THE UTILITY PROVIDERS MAY OR MAY NOT EXIST AS SHOWN. ALSO, ADDITIONAL FACILITIES, OTHER THAN THOSE INDICATED, MAY BE PRESENT. WATER SEWER GAS CITY OF DUBUQUE CITY OF DUBUQUE BLACK HILLS ENERGY WATER DIVISION ENGINEERING DIVISION CASSIE HIATT BRANT SCHUELLER GUS PSIHOYOS 1015 CEDAR CROSS RD 925 KER��P�ER COURT 1 UB QUE CENTRAL g563r5Uh 14026003 F563r5U89I4305 F,5635 58J-4270 ELECTRIC ALLIANT ENERGY INC MAQUOKETA VALLEY RURAL ELECTRIC TERRY J. DEMPEWOLF NIK SCHULTE 8UBUA002g5QEE7 IOW. 522 AN0�OSA,,BA 205 63�58-4537 0927-6068 COMMUNICATIONS (FIBER, TELEPHONE, CABLE TV) LUMEN TECHNOLOGIES CENTRAL SCOTT TELEPHONE CO. MEDIACOM DLE 308UTIED TICARIDGE RD. 5 (63) 3NT 45-800 3039 3ASBURY RD. F5Tf�N EDORF IA 52722 DUBUQUE, IOWA. 63) 39RM592 MIND.BURGETTOLUMEN.COM (515) 249-5848 IMON COMMUNICATIONS WINDSTREAM COMMUNICATIONS UNITE PRIVATE NETWORKS, LLC LOCATE89 I425R �319)E00 7740 (0) 1901 (816) 3556 IOWA COMMUNICATIONS NETWORK WISCON51N INDEPENDENT NETWORK 8A1F9O�5739002-4r55� 43 6014 SHEETINDEX SHEET # ISHEET TITLE GENERAL GO.01 ICOVER SHEET GO.02 IFULL AREA OVERVIEW GO.03 URBAN ROUTES OVERVIEW G0.04 LEGENDS AND ABBREVIATIONS GO.05 IGENERAL NOTES SIGNING DETAILS C9.02 SIGNING DETAILS C9.03 SIGNING DETAILS C9.04 SIGNING DETAILS C9.05 SIGNING DETAILS C9.06 HANDHOLE 2x2 FIBER BY PASS C9.07 CABINET 2x3 HANDHOLE EXHIBIT EX. 1 11600 JFK EASEMENT EXHIBIT EX. 2 DMS/DDMS CONTROL CABINET TYPICAL SIGN LOCATION & INSTALLATION PLANS C9.10 A-1 C9.11 A-2 C9.12 A-4 AND A-5 C9.13 A-6 C9.14 A-7 C9.30 C-2 C9.32 C-4 C9.33 C-6 C9.40 D-1 C9.41 D-2 C9.50 E-1 C9.60 F-1 C9.70 G-1 C9.71 G-2 C9.72 G-4 C9.73 G-5 C9.80 H-1 REF 1 12-IAOOIO-02 REF 2 1307-0153-500 REF3 CONCEPT REF4 CONCEPT INDEX OF SEALS SHEET NO. NAME TYPE GO.01 ANDREW,IOHN GOEDKEN CIVIL 60.05 MARK PETERSON CIVIL 11B W C8t1FY 1BAT 10 ERCBEEINS DOCIBEIR VAS PNPAW BY WE OR U1111M MY DMIN PP OM& 8VER1A M AND nmmllmn�� 7" �LNc 8D IMT I AY A OILY Ullo PROPt SM& DI 1111 ma 11E LAM OF IM SCALE W IOVA ,owm cWi ANDREW JOHN,''� m C FOR MW DEM OIL GOEDKEN J 24716 C i'N ��nnmim� ANDWN J" OOE1111M DAIIE PE 24710 12/31/2025 txDt>E RPlEVAL DALE { PMM OR 8111ES OMM BY 1HB CER1EGAllBk SHEETS COVERED BY THIS CERTIFICATION: GO.01-GO.04 APPROVED CITY OF DUBUQUE DATE c tln rn o v � 0 F- lea) Z 04 Y C 0 3C 0 origindesign.com 800 556-4491 Client Name CITY OF DUBUQUE Project Name STREETS E D P-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE ca °3 0 U m � m U u w CD N to C o a C N O � NE2 ie U 2 tl N N N g Sheet Title COVER SHEET PagGeQ716Q8111 I Proposed DMS on US Downtown Via EX DMS @ US 20 & NW Arterial Via (EXISTING SIGN) 20 prior to interchange US 20 '�` Xk CATFISH CREEK US 20 '� XX with SW Arterial - NWArterial � Possible use for JF Kennedy Rd -j )()( ' For incident reporting incident reporting and rerouting to SW Art A-5 (EB) A-6 (WB) A-7 (WB) Downtown NW Arterial Via Proposed DMS on Julien US 20 r © US 20 XX Dubuque Bridge University - © University - 1 • ••- • • A� XX For incident reporting (SB) B-1 (EB) B-2 (SB) B-3 (SB) C-1 (SB) ti US 61 / 151 NorthDowntown Ex DMS on US 61/151 Ex DMS on US 61/151 Ex DMS on NW Arterial - ON - • South of Chavenelle ' • ASBURY RD E-1 Possible use for Possible use for Possible use for (EB) • incident reporting incident reporting incident reporting C-4 (NB) (EXISTING SIGN) (EXISTING SIGN) (EXISTING SIGN) G-5 C-2 (NB) C-4 (NB) C-6 (NB) (WB) VO PENN AVEDowntown Via Downtown Via Downtown Asba Rd , CentralNW Arterial NW Arterial Xx D-2 Penn ve' • EB • • C 2 • G-1 (__ )1� \ (EB) H _1 I� © ( ) (NB) - (NB) ( WB • G-2A-7 �O 2 _ D-1 (EB) E-1 (EB)Downtown Via Downtown Via �+�i�4 "� 41 ArterialPenn Ave xx NW © NW Arterial ©'� ArterialNW © L NW Arterial •UNIVERSITY AVE A-2 (EB) F-1 (NB) NW Arterial r� Asburv '' V1 Penn - ' SYMBOL LEGEND EXISTING DMS PROPOSED DMS G-1 (WB) G-2 (EB) G-4 (EB) G-5 (WB) B-2 PROPOSED DDMS Downtown NW Arterial Vi NW Arterial- S4 D (SB) PROPOSED STATIC SIGN NW Arterial University Ave/ A© D• • © �``��DD Asbury'' US r © �CI�L A-2 SIGN ID CODE & Penn Ave © Asbury -� © (WB) DIRECTION OF TRAFFIC S s2 SIGN FACES ROAD LEGEND H-1 (SB) - �A—US20 US 0 At US 52 Via q-1 a B — SW ARTERIAL / US 61 /151 US © C — NW ARTERIAL D — PENNSYLVANIA AVE - E — ASBURY RD NOTE: SIGN LAYOUTS ARE CONCEPTUAL, DETAILED PLACEMENT OF SYMBOLS AND TEXT WILL BE REQUIRED � � �� — F — JOHN F KENNEDY RD � r . G — UNIVERSITY AVE / LORAS BLVD in desige H — CENTRAL AVE / IA 3 / LOCUST ST WORKING ON TOMORROW. _ HORIZONTAL SCALE B-1 FULL AREA OVERVIEW SONSO 2000 4000LE IN FIlk EDP-2100(706)--7Y-31 NORTH \� 'o _ MO DRAWING MAY HAVE BEEN REDUCED - " r r r CITY OF DUBUQUE, IA ` Project No: 21034 Z: \684141 DUBUQUE STREETS\SITE PLANS\CAD DRAWINGS\AUTOCAD DWG PARSONS\21034 ZZ-00 G 02 ROUTES & SIGNAGE OVERVIEW.DWG 6/9/2025 6: 28 PM HABIB, RAHIM [NN-US] Page 777 of 811 ROAD LEGEND —A—US2O B — SW ARTERIAL / US 61 /151 C — NW ARTERIAL D — PENNSYLVANIA AVE E — ASBURY RD F — JOHN F KENNEDY RD G — UNIVERSITY AVE / LORAS BLVD H — CENTRAL AVE / IA 3 / LOCUST ST SYMBOL LEGEND ® EXISTING DMS PROPOSED DMS PROPOSED DDMS PROPOSED STATIC SIGN A-2 SIGN ID CODE & (WB) DIRECTION OF TRAFFIC SIGN FACES origin desige WORKING ON TOMORROW. 1� E-1 (EB) D-1 (EB) C-1 (SB) A-2 (EB) C-4 (NB) C-2 • (NB) s ASBURY RD PARSONS ti URBANIZED DUBUQUE AREA OVERVIEW MAP PENNSYLVANIA AVE G-1 A-4 (WB) (WB) I\ A-5 (EB) URBAN ROUTES OVERVIEW EDP-2100 (706)--7Y-31 CITY OF DUBUQUE, IA t; 40. HORIZONTAL SCALE IN FEET 0 1000 2000 DRAWING MAY HAVE BEEN REDUCED PRINT DATE: 6/9/2025 h f • ,,; - * 0 0 r �r 41 . ♦ ' ,.� (SB) NORTH r� F A-7 (WB) G04 0J Z:\684141 DUBUQUE STREETS\SITE PLANS\CAD DRAWINGS\AUTOCAD DWG PARSONS\21034 ZZ-00 G 02 ROUTES & SIGNAGE OVERVIEW.DWG 6/9/2025 6: 54 PM HABIB, RAHIM [NN-US] Project No: 21034 Page 778 of 811 p CENTRAL ANGLE A/C AIR CONDITIONING(ER) ACC ACRES A.F.F. ABOVE FINISHED FLOOR AGG AGGREGATE AOH ARROW ON HYDRANT ARCH ARCHITECTURAL ASPH ASPHALT AVG AVERAGE B-B B/C - B/C B/C, BOC BACK OF CURB B/DITCH BOTTOM OF DITCH BFP BACKFLOW PREVENTOR B/L BASE LINE BUILLDINGOF SLOPE B%G B.M. BENCH MARK BOP BEGINNING OF PROJECT BOT BOTTOM BSMT BASEMENT BV BUTTERFLY VALVE C&G CURB AND GUTTER CATV CABLE TELEVISION CB CATCH BASIN C-C CENTER TO CENTER CIF CUBIC FEET CH CHORD CH BRG CHORD BEARING CIP CAST IRON PIPE C-I-P CAST -IN -PLACE CISP CAST IRON SOIL PIPE CJ CONTROL JOINT q OR CL CENTERLINE CUR CLEAR CMP CORRUGATED METAL PIPE CMU CONCRETE MASONRY UNIT CO CLEAN OUT COL COLUMN COMP COMPACTED CONC CONCRETE CONN CONNECTION CONST CONSTRUCTION CONT CONTINUOUS COR CORNER CP CONTROL POINT CPE CORRUGATED POLYETHYLENE PIPE CRST CRUSHED STONE CSP CORRUGATED STEEL PIPE CTRD CENTERED CTR CENTER CULT CULTIVATED CV CHECK VALVE CY CUBIC YARD D DEGREE OF CURVE DIA (0) DIAMETER DIP DUCTILE IRON PIPE DRWY DRIVEWAY DS DOWNSPOUT DWL(S� DOWE (S)S) E EAST E'LY EASTERLY EA EACH JOINT EL ELEVATION ELEC ELECTRICAL ELEV ELEVATOR EMBED EMBEDMENT ENGR ENGINEER ENTR ENTRANCE EOP END OF PROJECT FOORR END OF RADIUS EDUA OF PAVEMENT Ep E/S EDGE OF SHOULDER ESMT EASEMENT EST EXISTING EXC EXCAVATE/EXCAVATION EXP EXPANSION EXT EXTERIOR EXTD EXTEND EW EACH WAY EXI TING SURFACE L AT rc PROPO ED EL N � o o 0 � n n 21+20 21+60 ABBREVIATIONS LEGEND FD FLOOR DRAIN R RADIUS EXISTING PROPOSED PROPOSED FDN F.E. FOUNDATION FIELD ENTRANCE R&R R&S REMOVE & REPLACE REMOVE & SALVAGE PROPERTY UNE/ R.O.W. — - - ® CATCH BASIN FES F-F FLARED END SECTION FACE TO FACE RCB RCAP REINFORCED CONCRETE BOX REINFORCED CONCRETE ARCH PIPE EASEMENT AREA INTAKE FIFE FG FINISH FLOOR ELEVATION FORM GRADE RCP RD REINFORCED CONCRETE PIPE ROAD SECTION LINE G STORM MANHOLE FIN GR FL FINISHED GRADE FLOWLINE REBAR REF REINFORCING BAR REFERENCE •. QUARTER SECTION LINE QS SANITARY MANHOLE FLG FLANGE REINF REINFORCING/REINFORCED QUARTER QUARTER FUR FLOOR REV REVISION SECTION LINE O UTILITY MANHOLE FM FORCE MAIN RIM RIM ELEVATION FND FOUND ROW RIGHT OF WAY CONDUIT B WATER VALVE MANHOLE FT FOOT/FEET RP RADIUS POINT FTG FOOTING IRS RESILIENT SEAT - CENTERLINE - ® CONTROL CABINET FUT FUTURE RT RIGHT FV FIELD VERIFY 0 STORM SEWER D HANDHOL ElE ❑ s SOUTH G GUTTER S= SUPERELEVATION SD SUB DRAIN — so FIRE HYDRANT W xL GC GENERAL CONTRACTOR SAN SANITARY GALV GALVANIZED SANS SANITARY SEWER s SANITARY SEWER f WATER SHUT OFF 4& GND GRAN GROUND GRANULAR SB SCH SOIL BORING SCHEDULE GIRD GRADE SD SUB DRAIN FM FORCE MAIN — FM WATER VALVE GV GATE VALVE SEC SE'LY SECTION SOUTHEASTERLY w WATER LINE '� YARD HYDRANT tx O HMA HORIZ HOT MIX ASPHALT HORIZONTAL SF S.F.D. SQUARE FOOT STEP FOOTING DOWN c GAS LINE G cv pQ GAS VALVE Cv HPT HSD HIGH POINT HEADLIGHT STOPPING DISTANCE SHT SIG. SHEET SIGNAL oHF OVERHEAD ELECTRIC d� -� SIGN v HYD HYDRANT . RE Y SIMILAR SOUTHERLY UNDERGROUND ELECTRIC a DMS z ID INSIDE DIM SOG SLAB ON GRADE IE INVERT ELLEEVATION ELEVATION SPEC SPECIFICATION oHr OVERHEAD TELEPHONE dlF— DDMS -- IMP IMPROVEMENTS SS STAINLESS STEEL IN INCHES SSD STOPPING SIGHT DISTANCE r UNDERGROUND TELEPHONE T STATIC SIGN INV INVERT ST STREET IP IRON PIPE STA STATION oHry OVERHEAD TELEVISION N UTILITY POLE CQ3 STD STL STANDARD STEEL pp JB JT JUNCTION BOX JOINT/JOINT LENGTH STM STORM Tv UNDERGROUND TELEVISION 7W — UTILITY POLE WITH LIGHT STMS STORM SEWER FIB FIBER OPTIC !■ — TRAFFIC SIGNAL POLE K RATE OF VERT CURVATURE SW LY SY SOUTHWESTERLY SQUARE YARD x WIRE FENCE X [r GUY ANCHOR a L LENGTH OF CURVE LAT LATERAL T/g TANGENT LENGTH 0 CHAINLINK FENCE 0 LIGHT POLE # LF LINEAL FOOT TOP OF BANK LONG LP LONGITUDINAL LIGHT POLE T DITC. TC TOP OF CURB ❑ WOOD FENCE O ❑ UTILITY PEDESTAL ❑ LPT LT LOW POINT LEFT /GRAV T/WALL TOP OF GRAVEL TOP OF WALL CONTOUR LINE — 000— O BOLLARD r,0� MAX MAXIMUM VP, TP TTTT//S TOP OF PAVEMENT TOP OF SLOPE RAILROAD TRACKS ♦ SOIL BORING ME MATCH EXISTING � Po POST INDICATOR VALVE g MH MANHOLE WRE T�, TW TOP OF WALKTOP OF WATER MAIN MIN M MINIMUM MISCELLANEOUS B TOP AND BOTTOM GUARD RAIL { } DECIDUOUS TREE € MON ON MONUMENT T.O.B. TOP OF BEAM + 0.00 SPOT ELEVATION t 0.00 `�.4.,�' W/ TRUNK DIA. `w,.✓'' MP MILE POST T.O.B.L. TOP OF BRICK LEDGE IN NORTH T.O.C. T.O.E.F. TOP OF CONCRETE TOP OF EXISTING FOOTING �__� DIRECTION OF FLOW CONJFEROUS TREE N/A NOT APPLICABLE T.O.F. T.O.M. TOP OF FOOTING TOP OF MASONRY � ' . TREE LINE W7 TRUNK DIA. FF�F IN LY WILY NOl# NORTHEASTERLY NORTHERLY NUMBER T.O.P. T.O.S. TOP OF PIER TOP OF STEEL UTILITY LINES WITH DESIGNATORS WRAPPED IN PARENTHESIS SUCH AS SHRUB OR BUSH C+1 C7 NI CC NOTIN CONTRACT TCE TEMP CONSTRUCTION EASEMENT (W) or (G) ARE LOCATED BASED ON MAP OR GIS DATA NTS NOT TO SCALE TEL TELEPHONE NWLY NORTHWESTERLY TEMP TEMPORARY oC ON CENTER THK TWP THICK /P THICKNESS TOWNSHI EROSION CONTROL LEGEND OD OUTSIDE DIAMETER TYP TYPICAL TEMPORARY TEMPORARY PERMANENT PERMANENT PC PERF POINT OF CURVE PERFORATED U UAC UE UTILITY USE AS CONSTRUCTED UTILITY EASEMENT —SF— SILT FENCE (STRAW WATTLES, SEDIMENT TRAP pS SEEDING PD— PERMANENT DIVERSION PI P/L PMM POINT OF INTERSECTION PROPERTY LINE PRINCIPAL MERIDIAN UL ULFM UNDERWRITERS LABORATORIES, INC. UNDERWRITERS LABORATORIES FACTORY MUTUAL FILTER SOCKS & SILT FENCE ARE GENERALLY IP INLET PROTECTION SO -__ SODDING LEVEL SPREADER POB POINT OF BEGINNING UNO UNLESS NOTED OTHERWISE INTERCHANGEABLE) POC POT POINT OF CURVE POINT OF TANGENT VAR VARIES ROLLED EROSION CONTROL PRODUCT ® '�' SEED, FERTILIZER - VEGETATIVE STREAMBANK PRC POINT OF REVERSE CURVE VC VERTICAL CURVE —PO— PERIMETER CONTROL (RECP) PER PLAN &MULCH STABILIZATION PRELIM PRELIMINARY VCP VIER VITRIFIED CLAY PIPE VERIFY O OUTLET PROTECTION PROP PRV PROPOSED PRESSURE REDUCING VALVE VERT VOL VERTICAL VOLUME © CONCRETE WASHOUT T STREAM CROSSING REVETMENT SLOPE STRUCTURAL STREAMBANK PT POINT OF TANGENCY VPC VERT POINT OF CURVE O PROTECTION STABILIZATION PVC POLYVINYL CHLORIDE CONSTRUCTION PVMT PAVEMENT VPI VPT VERT POINT OF INTERSECTION VERT POINT OF TANGENCY ENTRANCE �- CONSTRUCTION ROAD go_ SOD DROP INLET PROTECTION RRO RIP RAP LINED QTY QUANTITY - O MULCHING STABILIZATION CHANNEL W NTH STD— TEMPORARY DIVERSION _CD' CHECK DAM -GLO GRASS LINED CHANNEL () WL' Y WM WESTERLY WATER MAIN TS SEEDING O LEVEL SPREADER ' -SC STONE CHECK MATERIAL REQUIRED W/o VIP. WITHOUT WORKING POINT O COMPOST BLANKET SEDIMENT BASIN WSO WATER SHUT OFF ® DITCH CHECK ® DUST CONTROL WV WATER VALVE (ROCK DAM) ® SURFACE WWF WELDED WIRE FABRIC ROUGHENING YD YARD TURF REINFORCEMENT SURVEY MAT (TRM) ■ FOUND REBAR -SD� SLOPE DRAIN • FOUND IRON PIPE O SET REBAR c :w . fn O N � s 0 H z •— o O z Y z 0 0 3 origindesign.com 800 556-4491 - Z Q a Client Name CITY OF DUBUQUE Project Name STREETS PROJECT Location / Description CITY OF DUBUQUE 0 J21 C N 2 U m `o li LL N LL 2 N � il E m a 0 z Cu « > a) (D y o o $ �ao`u Sheet Title LEGENDS AND ABBREVIATIONS PagGeQ7, 9 of 811 105-4 10-18-11 STANDARD ROAD PLANS The following Standard Road Plans apply to construction work on this project. Number Date Title LI-103 04-19-22 CONDUIT AND PRECAST HANDHOLES SI-101 04-19-16 LOCATIONS - TYPE 'A' SIGNS SI-102 04-19-16 LOCATIONS - TYPE 'B' SIGNS 10-15-19 WORK NOT AFFECTING TRAFFIC (TWO-LANE OR MULTI -LANE) 04-18-23 WORK WITHIN 15 FT OF TRAVELED WAY E 04-18-23 LANE CLOSURE ON DIVIDED HIGHWAY 190-01 10-15-13 SIGN SUPPORT STRUCTURES The following Structure Standards apply to the construction work on this project. Number Date Title RDMS-01-13 12-21 INDEX AND NOTES FOR D.M.S. SIGN SUPPORT RDMS-02-13 03-19 SUPPORT FRAME DETAILS RDMS-03-13 03-19 WORK PLATFORM DETAILS RDMS-04-13 04-20 SUPPORT POST BASE DETAILS RDMS-05-13 03-19 FOOTING DETAILS RDMS-06-13 03-19 ROTATIONAL VIEW GENERAL NOTES 1. RIGHT OF WAY LIMITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOF SHALL VERIFY ACTUAL RIGHT OF WAY BEFORE INSTALLING ANY EQUIPMENT OR CONDUIT. 2. ALL UTILITIES SHALL BE LOCATED AND MARKED PRIOR TO THE INITIATION OF CONSTRUCTION AT EACH SITE. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO DETERMINE ANY CONFLICTS WITH EXISTING UTILITIES. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO FINALIZE THE LOCATION OF EACH SIGN AND CABINET PRIOR TO INSTALLATION. 3. THE PLANS DEPICT CONDUIT ROUTING IN SCHEMATIC FORM ONLY. THE CONTRACTOR SHALL DETERMINE FINAL ROUTING BASED ON ACTUAL FIELD CONDITIONS PRIOR TO CONSTRUCTION AT EACH SITE. 4. PROPOSED EQUIPMENT AND CONDUIT LOCATIONS ARE APPROXIMATE AND MAY BE MODIFIED TO AVOID CONFLICTS WITH UNDERGROUND UTILITIES OR OTHER OBSTRUCTIONS. 5. ALL WORK SHALL INCLUDE THE RESTORATION OF DISTURBED AREAS, INCLUDING LANDSCAPED AREAS AND SIDEWALKS. ALL GRADING WORK SHALL PROVIDE POSITIVE DRAINAGE. 6. ANY EXISTING CONDUIT OR EQUIPMENT DAMAGED BY THE CONTRACTOR SHALL BE REPLACED AT THE CONTRACTORS EXPENSE. 7. JACKETED 0.10"THIN SOLID BLUE LOCATOR WIRE SHALL BE INSTALLED IN ALL NON-METALLIC CONDUIT AND SHALL BE BONDED TO GROUND RODS IN EACH HANDHOLE OR CABINET. 8. ALL CABINETS SHALL BE GROUNDED USING AWG #6 GROUNDING CONDUCTOR, AND GROUND ROD(S) DRIVEN TO ACHIEVE A RESISTANCE OF 5 OHMS. GROUNDING SYSTEMS SHALL BE IN ACCORDANCE WITH THE NATIONAL ELECTRIC CODE. 9. POSTMOUNT CABINET SHALL BE SUPPLIED AND INSTALLED AT ALL SIGNS AT THE BACK OF THE SIGN STRUCTURE. THE CONTRACTOR SHALL SUBMIT THE PRODUCT SHEET AND DIMENSION TO ENSURE THE SIGN CONTROLLER ALONG WITH THE NETWORK DEVICES CAN EASILY FIT IN THE CABINET WITHOUT CAUSING INTERNAL HEATING. THE CONTRACTOR SHALL SUBMIT FINAL LOCATION TO THE CITY TEAM FOR APPROVAL. 10. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TEAM FOR THE EXISTING FIBER DETAILS AND TO IDENTIFY AND LOCATE THE FIBER CABLES WHERE SPLICING IS REQUIRED OR TERMINATION OF NEW FIBER AT THE EXISTING CABINET OR FIBER JUNCTION IS REQUIRED. NO SPLICING SHALL BE DONE WITHOUT PRIOR CONFIRMATION AND APPROVAL OF THE CITY TEAM. 11. ALL LEGENDS ARE NOT TO SCALE. THE CONTRACTOR TO PERFORM ON SITE SURVEY AND MARKING BEFORE THE CONSTRUCTION. 12. IN ALL AREAS WHERE NEW CONDUIT CONSTRUCTION IS PROPOSED, THE CONTRACTOR TO VERIFY ON SITE THE PROPOSED CONDUIT PATH FOR POSSIBLE CONFLICTS AND PERFORM NECESSARY RE -ADJUSTMENT TO THE ROUTE. FINAL CONDUIT PATH TO BE APPROVED BY THE CITY TEAM. 13. THE CONTRACTOR SHALL PERFORM NECESSARY CLEANING AND OPENING OF THE EXISTING CONDUIT AND HANDHOLE, WHERE THE NEW FIBER OR ELECTRICAL CABLE IS PROPOSED TO BE INSTALLED. 14. AT SIGN LOCATIONS WHERE WIRELESS CELLULAR MODEMS ARE PROPOSED, THE CONTRACTOR SHALL PERFORM SITE ASSESSMENT FOR SIGNAL STRENGTH AND SUBMIT PROPOSAL FOR RECOMMENDED CELLULAR OPERATOR. THE CONTRACTOR SHALL BEAR THE SUBSCRIPTION COST TILL THE FINAL ACCEPTANCE AND HANDOVER OF THE SITE. 15. THE CONTRACTOR SHALL CONFIRM WITH THE CITY TEAM ON THE RE -LOCATION OF EXISTING SIGNS THAT ARE MARKED ON THE DRAWINGS. THE CONTRACTOR SHALL DISASSEMBLE AND RE -INSTALL THESE SIGN AS PER THE LOCATIONS ADVISED BY THE CITY TEAM. 16. DMS SIGN A-1 AND A-7 WILL BE PROVIDED BY THE IOWA DOT. DMS DETAILED DRAWINGS FROM EXISTING INSTALLATION OF THE SAME SIGN ARE INCLUDED FOR THE CONTRACTOR INFORMATION. THE CONTRACTOR TO COMPLETE ITS INSTALLATION AND COMMISSIONING AND PROVIDE THE DMS STRUCTURE AS PER THE IOWA DOT DMS STANDARD. REFER TO IOWA DOT STANDARD DESIGN ROADSIDE DYNAMIC MESSAGE SIGN (DMS) SUPPORT FROM DRAWING RDMS 01-13 TO RDMS 06-13 105-4 10-18-11 EXISTING DMS ASBUILT The following Asbuilt drawings for the same DMS signs are appended for reference. Number Drawing Num er Title 1. 12S-IA0010-02 IOWA DOT LED VMS SYSTEM 2. 1307-0153-500 BRACKET INSTALL 3LINE 18" 55 WIDE LLF LED, 5" HORIZONTAL & 3" VERTICAL Z 3 & 4. CONCEPT SIDE ACCESS LATCH SYSTEM, SYSTEM FUNCTION, PRELIMINARY CONCEPT SKETCH 17. FOR SIGNS PROPOSED ON ROADS WITH SPEED > 35 MPH REFERRED AS LARGE ON THE PLANS, USE (2) 4"MASSH-400 VERTICAL NESTED PERFORATED SQUARE STEEL TUBE POST AND (2) 18'X48"CIP CONCRETE BASES. THE CONTRACTOR MAY PROPOSE ALTERNATIVE BASED ON THE STRUCTURE AND SIGN SIZE CALCUATION ACCORDING TO THE IOWA DOT STANDARD. 18. FOR SIGNS PROPOSED ON ROADS WITH SPEED <= 35 MPH REFERRED AS SMALL 01` THE PLANS, USE (1) 4-MASSH-400 VERTICAL NESTED PERFORATED SQUARE STEEL TUBE POST AND (1) 18'X48"CIP CONCRETE BASES. THE CONTRACTOR MAY PROPOSE ALTERNATIVE BASED ON THE STRUCTURE AND SIGN SIZE CALCUATION ACCORDING TO THE IOWA DOT STANDARD. 19. REFER TO TABLE-1 FOR THE FIELD COORDINATES CAPTURED AT THE PROPOSED SIGN LOCATIONS ON US HIGHWAYS. PLEASE BE ADVISED THAT MILEPOST AND ROADWAY OFFSET INFORMATION IS APPROXIMATE AND INTENDED FOR PERMITTING PURPOSES ONLY. CONSTRUCTION LOCATIONS SHALL BE DETERMINED BASED ON THE NORTHING AND EASTING COORDINATES CAPTURED IN THE FIELD. THESE COORDINATES ARE PROVIDED IN THE IOWA STATE PLANE COORDINATE SYSTEM (NAD 83) AND MUST BE CLEARLY NOTED IN THE CONSTRUCTION PLANS. 20. UNDERGROUND UTILITY INSTALLATION SHALL MAINTAIN A MINIMUM 5' (FOOT) HORIZONTAL SEPARATION FROM THE EDGE OF PAVEMENT. CONTRACTOR TO VERIFY COMPLIANCE PRIOR TO INSTALLATION. 21. DMS CONTROL EQUIPMENT & WIRELESS MODEM TO BE HOUSED IN SIGN ENCLOSURE . IF SEPARATE CABINET REQUIRED, USE POST MOUNT TYPE DMS/DDMS CONTROL CABINET INSTALLED AT REAR OF SIGN. CABINET MUST INCLUDE MOUNTING ACCESSORIES FOR INSTALLATION ON SIGN STRUCTURE. I H9MY a9M MAT 71A3 ENGEEERRNO DWAENNT WAS PREPARED BY YE OR UDER MY DIM PEON& SIAiTMYON AND wnu �oFES510 THAT I AY A M LY DCDW PROFF890NK E1101NEiR UDETt TIE LAWS OF THE STATE OF =A FOR PARSONS. u _, MARK W. : p m PEI ERSON C z o 18899 R, YARN W. PETERSON DATE *,�'��nnunod�* PE 18M 12/M12025 Dcom j RENEWAL DATE PAGES OR WETS COVERED BY TITS CBMMTDIB GO.05, C9.02-09.05, EXA-EX.2, C9.10-C9.80 SIGN LOCATION HIGHWAY MILEPOST DIRECTION OFFSET FROM OUTSIDE LANE EASTING NORTHING A-1 US-20 312.81 EB 55' 5656535.640 3641421.805 A-2 US-20 315.53 EB 35' 5664284.498 3652616.000 A-4 US-20 317.45 WB 30' 5674035.001 3654868.684 A-5 US-20 317.32 EB 48' 5673447.106 3654777.771 A-6 US-20 317.63 WB 15' 5674997.768 3654757.697 H-1 946 / Locust St. N/A SB/WB 13.5 (B/C) 5685673.445 3655634.903 TABLE-1: PROPOSED SIGN COORDINATES ON US HIGHWAYS c tao Tn 0 N C CC O •- Z O Z M he 0 z 0 ?: origindesign.com 800 556-4491 N Z 0 InF� 11 a Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100 (706)--7Y-31 Location / Description CITY OF DUBUQUE N m N o 0 U r C y Fo 0 L6 U o `o Q LL LL a � m N � a p 2 N m c o m @ N E 0 o zIz� M .> a�i g � - 0 2 Sheet Title GENERAL NOTES PagGeQ1OQ851 8 SIGN DETAIL 1:40 NOTE: FOR REFERENCE ONLY. CALCULATIONS ARE PRELIMINARY, AND THE CONTRACTOR SHALL PRODUCE DETAILED SHOP DRAWINGS WHERE THE ACTUAL CHARACTER WIDTH AND HEIGHT MAY VARY TO SOME EXTENT BASED ON THE SIGN SIZE AND OTHER FIXED CHARACTERS. 6'-0" 5" 13" NW Arterial Via 4"D 13" = 3" 4"6 1 X X 6" 4"D N4• 3„ 4„ 4"6 JF Kennedyi ' 4" 4"D 5" 5" 5" BORDER 5.1 61.7" 1 " R=3" TH=0.75" Panel Style: guide -con -travel -time sign_iowa.ssi Dimensions are in inches.tenths Panel Style: guide -con -travel _time_sign_iowa.ssi M.U.T.C.D.:: 2009 Edition Letter locations are panel edge to lower left corner SIGN NUMBER TT Panel (Less than 40MPH) WIDTH x HGHT. 6'-0" x 2'-6" BORDER WIDTH 0.75" CORNER RADIUS 3" MOUNTING Overhead BACKGROUND TYPE: Reflective COLOR: Blue LEGEND/BORDER TYPE: Reflective COLOR: White-Orange/White M©mm® �•- ® ,.. ©m= ----- ----- ----- LETTER POSITIONS (X) LENGTH SERIES/SIZE N W A r t e r i a I V i a D 2000 15.7 19 22.6 26.6 30.5 1 32.1 34 1 36.9 38.9 40.2 43.2 43.8 47.8 51.4 52.6 39.2 4/3 U S 2 0 D 2000 5.1 8.5 11.3 15.3 18.8 16.5 4 X X D 2000 4 61 64.1 5.8 J F K e In n e d y R d D 2000 43 5.1 8.7 11.1 15.1 18.4 21.3 24.4 27.4 30.1 33 36 40 43.2 40.4 X X D 2000 61 64.1 5.8 4 O Y 0 origindesign.com 800 556-4491 0 Z 0 in 11 a CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 I Location / Description : CITY OF DUBUQUEj ca o 0 SIGNING DETAILS Page 81Q 2 c SIGN DETAIL 1:40 NOTE: FOR REFERENCE ONLY. CALCULATIONS ARE PRELIMINARY, AND THE CONTRACTOR SHALL PRODUCE DETAILED SHOP DRAWINGS WHERE THE ACTUAL CHARACTER WIDTH AND HEIGHT MAY VARY TO SOME EXTENT BASED ON THE SIGN SIZE AND OTHER FIXED CHARACTERS. A NW Arterial Via • US 20 XX • JF Kennedy Rd ml XX BORDER 7.7"1 92.6" T7.7'1 R=3„ TH = 0.75" Ponel Style: guide_con_trovel_time_sign_iowo.ssi M.U.T.C.D.:: 2009 Edition Panel Style: guide_con_travel_time_sign_iowa.ssi Dimensions are in inches.tenths Letter locations are panel edge to lower left corner SIGN NUMBER TT Panel- 40 MPH WIDTH x HGHT. 9'-0" x 3'-6" BORDER WIDTH 0.75" CORNER RADIUS 3" MOUNTING Overhead BACKGROUND TYPE: Reflective COLOR: Blue LEGEND/BORDER TYPE: Reflective COLOR: WhiteOrangerWhite LETTER POSITIONS (X) LENGTH SERIESSIZE N W A r t e r i a I V i a D 2000 23.5 28.5 33.8 39.8 45.7 48.2 51 55.4 58.4 60.2 64.8 65.8 71.8 1 77.1 79 58.9 l U S 2 0 D 2000 7.7 12.8 16.9 22.9 28.2 24.7 6 X X D 2000 6 91.5 96.2 8.8 J F K e n In e d y R d D 2000 7.7 13 16.7 22.7 27.6 32 36.6 41.1 45.2 49.5 54 60 64.8 60.7 6/4.5 X X D 2000 91.5 96.2 8.8 6 O Y 0 3 origindesign.com 800 556-4491 0 Z IL CITY OF DUBUQUE Project Name STREETS EDP-2100 (706)--7Y-31 I Location / Description m CITY OF DUBUQUE- F 0 0 D O m U 00 a a N N Sheet Title SIGNING DETAILS C n IV Page'K2 of 8 1 SIGN DETAIL 1:40 NOTE: FOR REFERENCE ONLY. CALCULATIONS ARE PRELIMINARY, AND THE CONTRACTOR SHALL PRODUCE DETAILED SHOP DRAWINGS WHERE THE ACTUAL CHARACTER WIDTH AND HEIGHT MAY VARY TO SOME EXTENT BASED ON THE SIGN SIZE AND OTHER FIXED CHARACTERS. 5'-0' Downtown Via Penn Ave t XX Asbury ♦ XX US 20 ♦ XX 4 4"D 12" 3" 6" 4"D 3„ 4„ 4" 4"D 4" 4" 4" 4"D 4" 4" Panel Style: guide_con-travel _time-sign_iowo.ssi M.U.T.C.D.:: 2009 Edition Panel Style: guide -con travel_time_sign_iowa.ssi Dimensions are in inches.tenths Letter locations are panel edge to lower left corner SIGN NUMBER Travel Time - 4" Letter Size WIDTH x HGHT. 5-0" x 3'-0" BORDER WIDTH 0.75" CORNER RADIUS 3" MOUNTING Overhead BACKGROUND TYPE: Reflective COLOR: Blue LEGENDBORDER TYPE: Reflective COLOR: O ran g&Wh ite W h ite LETTER POSITIONS (X) LENGTH SERIESSIZE D O W N T O W N V I A D 2000 10 13.6 16.9 21.1 24.4 27.4 30.8 34.9 37.6 41.6 45.3 46.5 39.9 4 P E N N A V E D 2000 5.9 9.2 12.4 16.1 18.8 22.8 26.4 30.1 26.6 4 X X D 2000 48.2 51.3 5.8 4 U S 2 0 D 2000 5.9 9.3 12 16 19.6 16.5 4 X X D 2000 48.2 51.3 5.8 4 A S B U R Y D 2000 5.9 9.6 13 16.4 20.1 23.2 20.7 4 X X D 2000 48.2 51.4 5.8 4 origindesign.com 800 556-4491 0 Z 0 11 a CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUEN o 0 SIGNING DETAILS C0 n4 Page 83 of 811 SIGN DETAIL 1:40 NOTE: FOR REFERENCE ONLY. CALCULATIONS ARE PRELIMINARY, AND THE CONTRACTOR SHALL PRODUCE DETAILED SHOP DRAWINGS WHERE THE ACTUAL CHARACTER WIDTH AND HEIGHT MAY VARY TO SOME EXTENT BASED ON THE SIGN SIZE AND OTHER FIXED CHARACTERS. 7'_0" Downtown Via Penn Ave ♦ XX Asbury !- XX US 20 -► XX BORDER �.91 72 2" 9 R=3" TH = 0.75" Ponel Style: guide_con_trovel_time_sign_iowo.ssi M.U.T.C.D.:: 2009 Edition Panel Style: guide_con_travel_time_sign_iowa.ssi Dimensions are in inches.tenths Letter locations are panel edge to lower left corner SIGN NUMBER Travel Time - 6" Letter Size WIDTH x FIGHT. 7'-0" x 4'-6" BORDER WIDTH 0.75" CORNER RADIUS 3" MOUNTING Overhead BACKGROUND TYPE: Reflective COLOR: Blue LEGEND/BORDER TYPE: Reflective COLOR: 0rang&WhiteWhito :. M©0m® ' OmwOO LETTER POSITIONS (X) LENGTH SERIESSIZE D 0 W N T 0 W N V I A D 2000 12.1 17.4 22.4 28.6 33.6 38.1 43.2 49.4 53.5 59.5 64.9 66.8 59.8 6 P E N N A V E D 2000 5.9 10.9 15.6 21.1 25.2 31.2 36.7 42.1 40 6 X X D 2000 69.3 74 8.8 6 U S 2 0 D 2000 5.9 11 15.1 21.1 26.3 24.7 6 X X D 2000 69.3 74 8.8 6 A S B U R Y D 2000 5.9 11.5 16.6 21.7 27.2 31.7 31 6 X X D 2000 69.4 74 8.8 6 O Y 0 3 origindesign.com 800 556-4491 0 Z 0 in a a CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE1 ca o SIGNING DETAILS Page 84 of 8 1 EXISTING PAVEMENT 24" MINIMUM 24" 42" MINIMUM 18" CLEAN 7 WAY FUTUREPATH BY PASSING HANDHOLE NOTE: 1. DURING INSTALLATION THE RIM SHALL BE LEVELED WITH SHIMS AND THEN GROUTED. THE SHIMS SHALL BE REMOVED ONCE THE GROUT IS SET. El EE= I 1 I 22 1/4" 26 1/2" �{ 4" I� 24 1/2" NOTE: 1. THE CASTING SHALL BE NEENAH 5900-E OR APPROVED EQUAL WITH THE WORD "ELECTRIC" CAST INTO THE LID. iT IRON FRAME AND COVER CAP 7 WAY FUTUREPATH EXISTING PAVEMENT 7 FILL ENDS WITH EXPANSION FOAM 1"NEOPRENE STRIPPING -18"- OPENING IN OUTER COVERING SPLICING 7-WAY FUTURE PATH 3" SCHEDULE 40 X 36" LONG CONNECTORS PLACED AT 2.5" MID -POINT SPACING r WAY REPATH F:\TRAFFIC\STANDARD-DETAILS\HANDHOLES\DWG\2014\HH-24-24.DWG DESIGN TEAM: HRM -- DN CITY OF DUBUQUE - ENGINEERING DEPT. DUBUQUE COUNTY PROJECT No: FUTURPATH SHEET: REV. c t/J O 0) S O I— Z • — O Z N �G 0 O BC origindesign.com 800 556-4491 Lq 0 IL A CITY OF DUBUQUE Project Name STREETS EDP-2100 (706)--7Y-31 I Location / Description I CITY OF DUBUQUES T p Sheet Title SIGNING DETAILS Page 85 of 8 1 CONTROL CABINET 4" CONCRETE PAD TAPER SURFACE TOWARD NEENAH R6689 CENTER TO 1" DRAIN CONDUIT HEAVY DUTY CAST 4.25' I~ 36 �I (RON LID TRAFFIC SIGNANG LS" FLAT SURFACE 3.25" 1 GENERATOR NEENAH R6689 HEAVY DUTY CAST IRON LID STATING ._ CASTING SHALL BOLTED PRECAST TIE DOWN "TRAFFIC SIGNALS' 12" HANDHOLE LE 19" 2 REQUIRED 24'" PRECAST HANDHOLE WIT' SIDEWALLS &OPEN BOTTOM 3.25 4.25" TAPER OUTSIDE 4" SLOPE COlTO SPECIAL BACKFILL OF FOUNDATION CORE DRILL HOLES TO MATCH PRECAST HANDHOLE INTO HANi DHOLE 4" 4" CONDUITS FROM FOUNDATION >� PRECAST 44" (INCLUDED IN COST OF CONTROL CABINET I HANDHOLE V. HANDHOLE). SEAL WITH BASF FOUNDATION SONOLASTIC NP1 SEE 12" SPECIFICATION 7.11. f 18"' SPECIAL BACKFILL SPECIAL BACKFILL PROFILE VIEW F:\TRAFFIC\STANDARD DETAILS\TRAFFIC\CABINET\DWG\2014\TP CABINET FOUNDATION.DWG I DESIGN TEAM: DAN -- NMS ICITY OF DUBUQUE - ENGINEERING DEPTI DUBUQUE COUNTY I PROJECT NUMBER: 300 I ROADWAY TP CABINET & FOUNDATION - I SHEET: I B.01 0 O origindesign.com 800 556-4491 Lq Z 0 a CITY OF DUBUQUE Project Name STREETS EDP-2100 (706)--7Y-31 Location / Description CITY OF DUBUQUE i3 Sheet Title SIGNING DETAILS Page CQ1n7 6 of 811 HORIZONTAL SCALE IN FEET 0 30 so DRAWING MAY HAVE BEEN REDUCED N O R TH I ' iA I I I / I I / I 1 � I I � 1 I I � d I I Q 1 1 I �1 1 I 1 I I I \ 1 I\ I \ 1 \ ME INTO EXISTING 1 1 GROUND MOUNT \ TRANSFORMER \ I \ I -- E I PROPOSED UNDERGROUND ELECTRIC LINE I I I I i � EXISTING RIGHT OF WAY (APPRO)OMATE) I ACTUAL RIGHT OF WAY M BE CONFIRMED BY BOUNDARY SURVEY , 1600 JOHI PROPOSED ElECTRII HANDHOLE IN SIDEWALK —PROPOSED SIGN CONTROL CABINET PROPOSED 8' WIDE SIGN LOCATION PROPOSED PERMANENT EASEMENT PROPOSED SIGN INSTALLATION OdAIIOL CABNET a V, IND INE PROPOSED PERMANENT EASEMENT APPROXIMATELY 330 SF (0.008 ACRES) PROPOSED CONTROL CABINET" SON PROPOSED 8' WIDE SIGN LOCATION NORTH HORIZONTAL SCALE IN FEET 0 10 20 DRAWING MAY HAVE BEEN REDUCED c i]0 , to O OJ � s O H • - Z O z z 0 0 origindesign.com 800 556-4491 ­ N 0 in Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 CITY OF DUBUQUE m o 2 U Sheet Title 1600 JFK EASEMENT EXHIBIT EX,1 Page 787 of 811 c b8 o C==_T 0: [� 2' [609,61 �{ 0 e e • A TOP VIEW • LIFTING POINTS (WALL MOUNT) 1' 1-3/8" [339,6] TOP VIEW WALL MOUNT (OPTIONAL POLE MOUNT) 1' 9-1/2" [546,1] TABS 1' [304,8] FILTERED SEE NOTE 7 o O O AIR INTAKE m " ROTATED FRONT VIEW 0 o o 0 (DOOR OPEN) CORBIN #2 CABLE 2' 3-1/8" PADLOCK 2' OPTIONAL RECOMMENDED 688,98] [609,61 POLE POWER ENTRANCE MANAGEMENT [ MOUNT DILL LOCATION BRACKETS BRACKETS SE NOTE 4. TCELLULARANT�ENIA 0 0 0 0 ADDITIONAL LEFT SIDE VIEW FRONT VIEW SURFACE (WALL MOUNT) (WALL MOUNT RIGHT SIDE VIEW RIGHT SIDE VIEW MARKED (WALL MOUNT) (OPTIONAL POLE MOUNT)DRILL LOCATIONS LOCATION BOTTOM VIEW - ACCESS PLATE SCALE 1/8 NOTES: 1. NEMA 3R DESIGN INTENT FOR ENCLOSURE. THE CONTRACTOR TO SUBMIT PROPOSAL FOR THE CABINET DESIGN WITH GENERAL ARRANGEMENT OF THE EQUIPMENT. NEMA 3R DESIGN INTENT ENCLOSURE. 2. ENCLOSURE SHALL BE CONSTRUCTED OF 0.125" MILL FINISH ALUMINUM. 3. ALL DIMENSIONS ARE IN FEET —INCHES & [MILLIMETERS]. 4. MAXIMUM HOLE SIZE FOR POWER ENTRANCE IS 4.00" IN DIAMETER. 5. INTERNAL COMPONENTS AND POWER SUPPLY QUANTITY VARIES DEPENDING ON SITE CONFIGURATION. 6. POLE MOUNT CONFIGURATIONS IS APPLICABLE FOR THIS PROJECT. 7. RECOMMENDED HARDWARE FOR WALL MOUNTING IS 5/8". MOUNTING HARDWARE IS DESIGNED AND SUPPLIED BY OTHERS. 8. PADLOCK SHALL BE SUPPLIED WITH ENCLOSURE. 9. IF ALTERNATE FIELD POWER/SIGNAL ENTRANCE LOCATION IS REQUIRED, CONTACT DAKTRONICS ENGINEERING. 10. CABINET SIZE MAY VARY BASED ON THE EQUIPMENT GENERAL ARRANGEMENT. 11. DETAILS ARE TYPICAL FOR THE CONTRACTOR TO SUBMIT ACTUAL CABINET DESIGN. origindesign.com 800 556-4491 Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 I Location / Description CITY OF DUBUQUE 9 0 m o o_ U Sheet Title DMS/DDMS CONTROL CABINET TYPICAL L EX, 2 Page 788 of 811 r� A-1 (EB) aw A-1 LOCATION INSTALL SIGN SIGN OUTSIDE r FULL DMS THE CLEAR ZONE. DIMENSION: 8-2" X 14'-8" INSTALL NEW CONTROL • CABINET ON SIGN POST. INSTALL CELLULAR MODEM FOR SIGN CONNECTIVITY. INSTALL NEW 1-1/2" CONDUIT WITH 8 AWG CONDUCTORS BETWEEN SIGN _ GET POWER FROM EIN TCABINET AND NEW METER PEDESTAL. UTILITY _ POLE HERE. INSTALL METER - US HIGHWAY 20 (65 MPH) PEDESTAL NEXT TO POLE.1 TYPICAL NOTES. 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES IN 1 STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS -- SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. 6. AT LOCATIONS WHERE NEW METER PEDESTALS ARE PROPOSED, THE CONTRACTOR SHALL CONFIRM WITH ALLIANT THAT POWER SERVICE IS AVAILABLE NEAR THOSE LOCATIONS. IF SERVICE AT THESE LOCATIONS IS UNAVAILABLE, THE CONTRACTOR SHALL COORDINATE WITH ALLIANT TO IDENTIFY AN ALTERNATE LOCATION FOR THE METER, AND SHALL IDENTIFY THE LOCATION OF NEW CONDUIT AND HANDHOLES TO CONNECT THE ALTERNATE METER LOCATION TO THE SIGN. HORIZONTAL SCALE IN FEET 0 100 200 DRAWING MAY HAVE BEEN REDUCED H1—G GE DR c b0 o origindesign.com 800 556-4491 ul Z a a k Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE Sheet Title A-1 CPage9hlof 8 1 A-2 (EB) TIE INTO EXISTING METER PEDESTAL ADJACENT TO CABINET. I I/ A-2 LOCATION CITY OF DUBUQUE TRAFFIC SIGNALIZATION CABINET j A-2 LOCATION- DDMS, SIGN TYPE 2 (9' x 3'-6*) STRUCTURE (DOUBLE POST, NESTED PERFORATED SQUARE STEEL TUBE, LARGE) 4 A US HIGHWAY 20 (50 MPH) � I w � ------- — —I --- — ----� DUBUQUE DISTRICTS GUIDE SIGN US HIGHWAY 20 (50 MPH) w 370' w P + i EMPTY POST 1 l V ph' TN HORIZONTAL SCALE IN FEET 0 80 12D DRAVANG MAY HAVE BEEN REDUCED INSTALL CELLULAR MODEM FOR SIGN CONNECTIVITY dLtCITY OF DUBUQUE TRAFFIC — CITY CABINET* TYPICAL NOTES: 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL-` z CITY OF DUBUQUE LIGHT POLE, TYP d ASBURY UTILITY POLES GUIDE SIGN : TRAFFIC SIGNALS (4) i origindesign.com 800 556-4491 in Z 0 in 11 a rt Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE Sheet Title A-2 CPa 90 lo 811 A-4 (WB) A-5 (EB) ho o z TYPE —2 (FOR ROAD SPEED ABOVE 40 MPH) TYPE —2 (FOR ROAD SPEED ABOVE 40 MPH) INSTALL NEW CONTROL CABINET ON SIGN POST. INSTALL CELLULAR MODEM FOR SIGN CONNECTIVITY INSTALL NEW ELECTRICAL CONDUIT INSTALL ELECTRICAL CABLE (8AWG) INSTALL NEW CONTROL CABINET ON SIGN POST. INSTALL CELLULAR MODEM FOR SIGN CONNECTIVITY 41 NORTH TAL SCALE IN FEET 0 ZON60 120 MAY HAVE BEEN REDUCED G-1 LOCATI AVE��� CITMTRAFFIC SI NALIZAT10N CABINETI Q r UNUBUQUE FIER VAULT AND —___j - 11 \\ IVERSITY _ CITY OF------t lZj C I DUBUQUE FIBER A 4 LOCATION DDMS, SIGN TYPE 2 (9' x 3'-6') STRUCTURE (DOUBLE POST, NESTED �� H i INSTALL 24-36 HANDHOLE (TYPICAL) PERFORATED SQUARE STEEL TUBE, LARGE) INSTALL CELLULAR MODEM FOR SIGN �C I CONNECTIVITY r—] US HIGH � ------------- --- , wAY20 (45 MP � \��� �- M---- --- H) imp Mir, CONDUIT FULL BETWEEN HERE ^/ AND SIGNAL CABINET (YJ OVERHEAD UTILITY POLES STREET SIGN INSTALL 24-24 HANDHOLE (TYPICAL) �:_ TIE IN TO EXISTING METER PEDESTAL HERE FOR BOTH A-4 AND A-6 M, A-5 LOCATION --- INSTALL ELECTRICAL CABLE (8 AWG) \ INSTALL 2" CONDUIT •�_ THROUGH EXISTING DUCT \ DDMS, SIGN TYPE 2 (9'x 3'-6") INSTALL ELECTRICAL CABLE (8 AWG) \ STRUCTURE (DOUBLE POST, NESTED PERFORATED SQUARE STEEL TUBE, LARGE)��� Is Ank JUL INSTALL ELECTRICAL CABLE (8 AWG) DOINOT ENTER SIGN _ TRAFFIC SIGNALS (4) TYPICAL NOTES: INSTALL NEW METER PEDESTEL AND CONNECT TO POWER FROM THE OVERHEAD UTILITY f� 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND POLE THROUGH SERVICE PROVIDER' STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN ` f! IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. 6. AT LOCATIONS WHERE NEW METER PEDESTALS ARE PROPOSED, THE CONTRACTOR SHALL CONFIRM WITH ALLIANT THAT POWER SERVICE IS AVAILABLE NEAR THOSE LOCATIONS. � IF SERVICE AT THESE LOCATIONS IS UNAVAILABLE, THE CONTRACTOR SHALL COORDINATE WITH ALLIANT TO IDENTIFY AN ALTERNATE LOCATION FOR THE METER, AND SHALL IDENTIFY THE LOCATION OF NEW CONDUIT AND HANDHOLES TO CONNECT THE ALTERNATE METER LOCATION TO THE SIGN. �A. AL O Y O 3 origindesign.com 800 556-4491 N Z 0 in IL rL Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE 4 S T N � p 0 U C N m 0 `o li LL N z a z M _ O O m a� ° a 75 z 0 2 $ Sheet Title A-4 AND A-5 Page 91 of 811 A-6 (WB) TYPE -2 (FOR ROAD SPEED ABOVE 40 MPH) G-1 LOCATI TIE IN TO EXISTING METER PEDESTAL HERE FOR BOTH A-4 AND A-6 . If 11WANNIL—pulliI r TRAFFIC SIGNALS (4) CITY OF DUBUQUE TRAFFIC SIGNALIZAT10N CABINET INSTALL 2" CONDUIT INSTALL ELECTRICAL CABLE (8 AWG) N FORK CATFISH CREEK GUIDE SIGN INSTALL NEW CONTROL CABINET ON SIGN POST. INSTALL CELLULAR MODEM FOR SIGN CONNECTIVITY I l UTILITY POLE L� ---=--ti fA-6 LOCATION-------� DDM% SIGN TYPE 2 (9'x 3'-6') STRUCTURE (DOUBLE POST, NESTED - PERFORATED SQUARE STEEL TUBE, LARGE) BUSHES ~4w 411 US HIGHWAY 20 (45 MPH) INSTALL 2" CONDUIT O INSTALL ELECTRICAL CABLE (8 AWG) ) UTILITY POLES ■ a7s CITY OF DUBUQUE TRAFFIC SIGNALIZATION CABINET rt nor —_-- OFFSET FROM BUSHES TO , • EDGE OF TRAVELED WAY - �' TRAFFIC SIGNALS (4) TYPICAL NOTES: 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. :w o O Y O origindesign.com 800 556-4491 in Z in Q IL rL Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE Sheet Title A-6 CPage99'210f 8 1 OTT, N, CONNECT TO EXISTING METER PEDESTAL. USE EXISTING CONDUIT FROM ELECTRICAL VAULT IF AVAILABLE INSTALL THE SPEED LIMIT SIGN WITH NEW SUPPORT POLE BOLTED TO THE PARAPET INSTALL GUIDE SIGN "MISSISSIPPI RIVER" ON EXISTING LIGHT POLE _.mom (45 MPH) RELOCATE EXISTING GUIDE SIGN "MISSISSIPPI RIVER" ',aL&V_- wr " A-7 (WB) EXISTING FIBER AND ELECTRICAL VAULT INSTALL NEW 1-1/2" CONDUIT WITH 8 AWG CONDUCTORS BETWEEN SIGN CABINET AND EXISTING METER PEDESTAL. USE EXISTING CONDUIT FROM ELECTRICAL VAULT IF AVAILABLE. LIGHT POLE, TYP RELOCATE EXISTING SPEED LIMIT SIGN, SEE NOTE 5 INSTALL NEW CONTROL CABINET ON SIGN POST. INSTALL CELLULAR MODEM FOR SIGN CONNECTIVITY A-7 LOCATION FULL DIMS I� DIMENSION: 8'-2" X 14'-6" I SEE NOTE 1-4 EXISTING FLAG em= �.1111111111111116 POLE �S�IG ' �ry �Cfl LOCATION OF SPEED LIMIT CHANGE Iddho.- NORTH HORIZONTAL SCALE IN FEET 0 80 120 DRAWING MAY HAVE BEEN REDUCED NOTES: 1. THE SIGN IS LOCATED AT THE ILLINOIS DOT PREMISES AND ALL PERMITS AND APPROVAL FROM THE DOT SHALL BE TAKEN BEFORE THE CONSTRUCTION WORK. 2. THE CONTRACTOR TO COORDINATE WITH THE UTILITIES AND AND SERVICES IN THE AREA OPERATING IN ILLINOIS. 3. THE CONTRACTOR SHALL CONFIRM WITH THE CITY TEAM ON THE RELOCATION OF EXISTING SIGNS THAT WILL BE AFFECTED BY THIS SIGN AND PERFORM RELOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF THE ELECTRICAL CABLE LENGTH AND THE STANDARD WIRE SIZE SHALL BE SELECTED BASED ON THE ACTUAL LENGTH AND LOAD. THE CURRENTLY IDENTIFIED WIRE GAUGE MAY REQUIRE TO CHANGE BASED ON ACTUAL SITE CONDITION. 5. REMOVE THE EXISTING "SPEED LIMIT 45" SIGN FROM THE LIGHT POLE AND INSTALL ON A NEW MOUNTING ON THE PARAPET. 6. INSTALL NEW METER PEDESTAL IF THE CABINET DOES NOT HAVE SUFFICIENT POWER FOR THE DSM SIGN. THIS TO BE COORDINATED WITH THE CITY OF DUBUQUE. 7. 7. INSTALL NEW METER PEDESTAL IF THE CABINET DOES NOT HAVE SUFFICIENT POWER FOR THE DSM SIGN. THIS TO BE COORDINATED WITH THE CITY OF DUBUQUE. tK :n+► r 0NL TYPICAL NOTES: - 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES — STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. G� 2. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING, THE CONTRACTOR SHALL MODIFY THE DIMENSIONS _ OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. —sue 3. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. _ bD , -� Uo m � S O I— • — z D z z �C 0 o: 0 3 origindesign.00m 800 556-4491 ®Oryin Deagn Co. m Z Ln Q IL k Client Name CITY OF DUBUQUE STREETS EDP-2100 (706)--7Y-31 Location / Description CITY OF DUBUQUE Sheet Title A-7 C9,14 Page 793 of 811 C-2 (NB) MATCHLINE C9.31 (C-3) O U w z J S U Q TYPE —2 (FOR ROAD SPEED ABOVE 40 MPH) SS LV NNIN I TRAFFIC CITY OF DUBUQUE TRAFFIC SIGNALS (4) SIGNALIZATION CABINET r _ i. I I I II � I I I " ' p TRAFFIC SIGNALS (4).-- INSTALL NEW CONTROL I I CABINET ON SIGN POS- T INSTALL CELLULAR MOE FOR SIGN CONNECTIVIT I � I I, C-2 LOCI DDMS, SIGN TYPE 2 _ STRUCTURE (DOUBL NESTED PERFORATE I I STEEL TUBE, LARGE ra I I I I I I I I I I ' I I I "am I II I I I INSTALL 2" CONDUIT� I� I SPEED LIMIT SIGN INSTALL ELECTRICAL CABLE (8 AWG) I \ I CHAVENELLE ROAD r+ INSTALL NEW 20A BREAKER IN EXISTING CABINET AND TERMINATE SIGN POWER CONDUCTORS. CHAVENELLE ROAD i I SEE L FOR ( x o I � I I I w ' H I I I I I I � I z I � I � I I I I EFT PANEL ON THIS SHEET :ONSTRUCTION CALL OUTS I CITY OF DUBUQUE TRAFFIC SIGNAL MANHOLE TYPICAL NOTES: I I I I I NORTH SCALE IN FlEEr 80 180 DRAVANG MAY HAVE bM REDUCED C-2 LOCATION - EMPTY UTILITY POLE DO NOT ENTER/ , RIGHT LANE MUST TURN RIGHT SIGN I I 120 WEST ROUTE SIGN i • . RIGHT LANE MUST TURN ~~ RGHT SIGN 40 THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE r Y LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. w b0 o O Y 0 origindesign.com 800 556-4491 Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE 4 m T N � p P 0 U J C N � U m `o li LL N z a z M _ 0 o m o W E m z° oz2 2 2 $ Sheet Title C-2 Page 94 of Q 1 C-4 (NB) s.� TYPE —2 (FOR ROAD SPEED ABOVE 40 MPH) --- d. 01Y, OP fl i • �g r 1 �r 4 CITY OF DUBUQUE— ELECTRIC HANDHOLE PAYTON DRIVE w �L r I �C � I • `r I -,I, all INSTALL NEW HANDHOLE OVER THE EXISTING FIBER CONDUIT INSTALL NEW 20A BREAKER IN EXISTING CABINET AND TERMINATE SIGN POWER CONDUCTORS. INSTALL 8 AWG CONDUCTORS IN EXISTING CONDUT INSTALL 8 AWG CONDUCTORS IN EXISTING CONDUIT O!W� Id9bM.- NORTH HORIZONTAL SCALE IN FEET 0 80 160 DRAWING MAY HAVE BEEN REDUCED r- bD . to O O Y 0 origindesign.com 800 556-4491 in z 0 in IL rt Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE ca o 2 Sheet Title C-4 C01V12 Page 95 of 811 C-6 (NB) SIGN DIMENSION: 4'-11" x 0'-1" L� q&ME TRAFFIC SIGNALS (4) ONE WAY SIGN -- SEE NOTE 1 RIGHT LANE - i t TURN ONLY COLESBURG GUTTENBERG BELLEVUE GUIDE SIGN Ijl l�l l�l /--qt��YWA ROUTE 3 GUIDE SIGN -C-6 LOCATION CITY OF DUBUQUE COORDINATING TO ADJUST EXISTING SIGNAGE IN THIS AREA TO INCLUDE DESTINATION SIGNAGE FOR DOWNTOWN. SEE NOTE 2 TRAFFIC SIGNAL AHEAD SIGN I. �--RIGHT LANE TURNS RIGHT 1 POST BUT NO SIGN ENGINE BREAKING ORDINANCE JCT ROUTE 3 KIr'TC0. CITY OF DUBUQUE TRAFFIC SIGNALIZATION CABINETS TYPICAL NOTES: 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. 1. THE CONTRACTOR SHALL COORDINATE WITH CITY FOR THE STATUS OF THIS SIGN AS IT IS UNDER INVESTIGATION REMOVAL. 2. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TEAM FOR INSTALLATING OF THE C-6 AT THE EXISTING SIGNAGE STRUCTURE AS MARKED. i-3 N NORTH HORIZONTAL SCALE IN FEET 0 BO 160 DRAWING MAY HAVE BEEN REDUCED origindesign.com 800 556-4491 ul Z in Cc a k Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE Sheet Title L CPage'K6 of 8 1 D-1 (EB) 0vM M 1 - 1 TYPE —1 (FOR ROAD SPEED ABOVE 40 MPH) 1 CITY OF DUBUQUE fik FIBER VAULT 01 ! L INSTALL 2" CONDUIT — INSTALL ELECTRICAL CABLE (8 AWG) "PARKIVNG��SIG�N6 INSTALL 8 AWG CONDUCTORS IN EXISTING CONDUIT '---J INSTALL 24-24 HANDHOLE (TYPICAL) I NO PARKING SIGN I INSTALL NEW CONTROL CABINET ON SIGN POST. I INSTALL CELLULAR MODEM FOR SIGN CONNECTIVITY I D-1 LOCATION DDMS, SIGN TYPE 4 (5' x 31 STRUCTURE (DOUBLE POST AT ROADWAY EDGE OF SIDEWALK. NESTED PERFORATED SQUARE STEEL TUBE, LARGE) NORTH HORIZONTAL SCALE IN FEET 0 80 120 DRAWING MAY HAVE BEEN REDUCED 1 I I i EXISTING METER PEDESTAL. CONNECT I TO POWER D-1. _ I CITY OF DUBUQUE TRAFFIC SIGNALIZATION CABINET • LV P1A I i I � � TYPICAL NOTES: 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO ba to O origindesign.com 800 556-4491 Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE SO N 0 0 Sheet Title D-1 CPa 914 8 1 D-2 (EB) Downtown SIGN DIMENSION: 3'-4" x 0'-10" VAN BAJO AVE c Lam= `- I \ TYPICAL NOTES: lddmhkl NORTH HORIZONTAL SCALE IN FEET 0 80 120 DRAWING MAY HAVE BEEN REDUCED I i, 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. Aw \1 r f �7,,- G-4 LOCATION--\ THE CONTRACTOR TO COORDINATE WITH THE CITY TEAM ON THE STATUS OF THE REMOVAL OF THE "SCHOOL CROSSING AHEAD AND SNOW ROUTE SIGN" AT THIS LOCAITON. IF IT IS REMOVED AND CLEARED THEN D-2 TO BE INSTALLED AT THIS LOCATION. F NOT THEN IT SHALL BE INSTALLED AT THE SECOND LOCATION MARKED IN COORDINATION WITH CITY TEAM. O Y z p 3 origindesign.com 800 556-4491 UI Z a a k Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE N � p J21 C N � U m `o li LL O Z N C N Oj N E a z aZ�u Sheet Title D-2 L CPa 914 811 E-1 (EB) �H) It %y i A 4 6 � I � � I INSTAL NEW 20A BREAKER IN I INSTALL 2x2" CONDUIT EXISTING CABINET AND TERMINATE I INSTALL ELECTRICAL CABLE (8 AWG) SIGN POWER CONDUCTORS. INTERCEPT EXISTING I - CONDUIT INSTALL NEW � HANDHOLE I TRAFFIC SIGNALS (4) irINSTALL ELECTRICAL CABLE (8 AWG) ' I THROUGH EXISTING CONDUIT -J---- ---_------ -------- f—L-------------- ZT I NO PARKING SIGN I INSTALL NEW CONTROL CABINET ON SIGN POST. _ .INSTALL CELLULAR MODEM FOR SIGN CONNECTIVITY E-1 LOCATION I I DDMS, SIGN TYPE 4 (5'x 31 I STRUCTURE (DOUBLE POST AT ROADWAY EDGE OF SIDEWALK, NESTED PERFORATED SQUARE STEEL TUBE, LARGE) RELOCATEEXIST1NG No I I I PARKING SIGN I I I Q I I TRAFFIC AHEAD SIG I 27W ELECTRICAL BOX= do TRAFFICC SIGNALS (4) I NORTH HORIZONTAL SCALE IN FEET 0 80 120 DRAVANG MAY HAVE BEEN REDUCED a# µ +� ASBURY ROAD (35 MPH) to _ -&—T E .11 CITY OF DUBUQUE TRAFFIC SIGNAUZATION CABINET DUBUQUE DISTRICT GUIDE SIGN TYPICAL NOTES: 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE L5. SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. AT LOCAT1ONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO NSTALL A NEW METER PEDESTAL. :w . fn O 0) � S O H Z • - O z z !L z O 3 origindesign.com 800 556-4491 - 0 0 in a IL k Client Name CITY OF DUBUQUE Project Name STREETS PROJECT Location / Description CITY OF DUBUQUE N � m 0 J21 C N 2 U m `0 li LL o Z N 2 N a FC o � �- a m E a za > N 0 Sheet Title E-1 ;Pa 99 vi of Q 1 TIE IN TO EXISTING GROUND MOUNT TRANSFORMER FOR POWER DDMS, SIGN TYPE 3 (6' x 2'- 6') STRUCTURE (DOUBLE POST AT POINT WIDE ENOUGH IN LANDSCAPING THAT IT DOESN'T OVERHANG RETAINING WALL, NESTED PERFORATED SQUARE STEEL TUBE, LARGE) SEE NOTE 1. CITY OF DUBUQUE TRAFFIC SIGNALIZATION CABINETS I - � I PENNSYLVANIA AVENUE - dt _ _ CRESTWOOD DRIVE TYPICAL NOTES: EL 1- �• • CAMERA POLE � �40 • SCHOOL CROSSING AHEAD SIGN i I I 4 I ELECTRICAL HH I i i DUBUQUE DISTRICTS L GUIDE SIGN I i UTILITY POLES I I i lddbftl NORTH HORIZONTAL SCALE IN FEET 0 80 120 DRAVANG MAY HAVE BEEN REDUCED 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. 6. AT LOCATIONS WHERE NEW METER PEDESTALS ARE PROPOSED, THE CONTRACTOR SHALL CONFIRM WITH ALLIANT THAT POWER SERVICE IS AVAILABLE NEAR THOSE LOCATIONS. IF SERVICE AT THESE LOCATIONS IS UNAVAILABLE, THE CONTRACTOR SHALL COORDINATE WITH ALLIANT TO IDENTIFY AN ALTERNATE LOCATION FOR THE METER, AND SHALL IDENTIFY THE LOCATION OF NEW CONDUIT AND HANDHOLES TO CONNECT THE ALTERNATE METER LOCATION TO THE SIGN. origindesign.com 800 556-4491 Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE Sheet Title F-1 Page 800 of Q 1 G-1 (WB) SIGN DIMENSION: 3'-8" x 1'-6" 1� 4111101 CITY OF DUBUQUE FIBER VAULT G-1 LOCATION STATIC SIGN STRUCTURE (1 POST AT SIMILAR CURB OFFSET AS SURROUNDING SIGNS, ABOUT 3' TO EDGE OF SIGN, NESTED PERFORATED /— SQUARE STEEL TUBE, SMALL) 4- NO PARKING SIGN — LEFT TURN ONLY LANE - CITY OF DUBUQUE TRAFFIC I--\ C TTQ rrr, r__ SIGNALIZATION CABINETI --"'11WAY20 LED r,ZL ik CITY OF DUBUQUE FIBER VAULT TRAFFIC SIGNALS (4) NORTH HORIZONTAL SCALE IN FEET 0 60 120 DRAWING MAY HAVE BEEN REDUCED aL TYPICAL NOTES: 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. . \ rA,!6 LOCATION I c b0 to O Q-' O Y 0 3 origindesign.com 800 556-4491 in Z 0 in a rL Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE Sheet Title G-1 PagC9,17Q 0of1 G-2 (EB) TYPE 1 (FOR ROAD SPEED ABOVE 40 MPH) 1 I CONNECT TO ALLIANT POWER AT THIS POLE I I I INSTALL 8 AWG CONDUCTORS IN NEW' I ' NEW 2" CONDUIT I I 1 G— 2 LOCATI ON � I DDMS, SIGN TYPE 3 (6' x 2'— 6' STRUCTURE (SINGLE POST, NESTED PERFORATED SQUARE STEEL TUBE, SMALL TYP CAL NOTES: till INSTALL NEW CONTROL CABINET ON SIGN POST. INSTALL CELLULAR MODEM _FOR SIGN CONNECTIVITY CITY OF DUBUQUE FIBER VAULT ' I I I 1 , I I INSTALL 24-36 I HANDHOLE 1 I 1 I I I I , I 1 I 1 1 , I I i I INSTALL NEW METER PEDESTAL 1 I 1 RELOCATE EXISTING SNOW ROUTE SIGN ' I I I JAI 5(_ HUUL UNU�)511NU blUIN �0 ti HORIZONTAL SCALE IN FEET 0 60 120 DRAWING MAY HAVE BEEN REDUCED I I ' I J I I rI I I ' r I _ I - 1--I CITY OF DUBUQUE - LIGHT POLE, TYP i CITY OF DUBUQUE FIBER VAULT MH ' I I i 1 1 1 � I 1 I � I , y l I I r 1 ' I I I I TRAFFIC SIGNALS (4) ' I r 1 I I I UNIVERSITY AVENUE (30 MPH) I I I I CITY OF DUBUQUE TRAFFIC SIGNALIZATION CABINET (MOUNTED ' ) ON TRAFFIC SIGNAL i ; 1 , III I I 1 , � I I `1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS i OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE ; CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. --- —__—__�__—_ 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. I 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING I POWER SERVICE TO POWER THE , i PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. i ' r 46. AT LOCATIONS WHERE NEW METER PEDESTALS ARE PROPOSED, THE CONTRACTOR SHALL CONFIRM WITH ALLIANT THAT POWER SERVICE IS AVAILABLE NEAR THOSE LOCATIONS. IF SERVICE AT THESE LOCATIONS IS UNAVAILABLE, THE CONTRACTOR SHALL COORDINATE WITH ALLIANT TO IDENTIFY AN ALTERNATE LOCATION FOR THE METER, AND SHALL IDENTIFY THE LOCATION OF NEW CONDUIT AND i HANDHOLES TO CONNECT THE ALTERNATE METER LOCATION TO THE SIGN. ; i 1 1 1 1 , I , I I , _7 I I 1 , , I 1 , 1 , i I 1 I 1 I� I , I 1 I I I , I , I , 1 , I i L WE W , rn o o O H Z • - o 0 H origindesign.com 800 556-4491 © Origin Design Co. N Z 0 N R aFIL Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE — 3 N a� c rn Ni I o .o N 00 U UCI 3 Q C. in R L L LL u- U) oN z 0 Zo J Z co m a) C N N L N W Y Lu Q � N U E C wm CY co O a) Z 2 mo z o 4- U U � ��o �>ooCo � N IV N Sheet Title G-2 C917 1 Page 802 of 811 G-4 (EB) TYPICAL NOTES: THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. U 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE 1 LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. STOP SIGN---5. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO _ INSTALL A NEW METER PEDESTAL. COLLEGE GRANDVIEW DISTRICT GUIDE SIGN UTILITY POLE J--J G-4 LOCATION STATIC SIGN STRUCTURE (TWO POST, NESTED PERFORATED SQUARE STEEL TUBE, SMALL) -Adbb- NORTH HORIZONTAL SCALE IN FEET 0 60 120 DRAWING MAY HAVE BEEN REDUCED origindesign.com 800 556-4491 in Z 0 in IL rL Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE 4 S T N N c O U 2 C N "O O m U `o li LL Z a a M _ O O - Q O Z aZ2 > N a) Sheet Title G-4 PagC9,072 811 lddktbl NORTH HORIZONTAL SCALE IN FEET 0 80 120 G-5 (W B) DRAWING MAY HAVE BEEN REDUCED TYPES —1 (FOR ROAD SPEED yABOVE 40 MPH) TYPICAL NOTES: 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. STRUCTURE AND CABINET GROUNDING TO BE DONE AT THE HH LOCATION. (MINIMUM 10' OR REFER TO THE CITY STANDARD FOR THE GROUNDING REQUIREMENTS ) EXISTING 12X12 PULL BOX r� c b0 � o origindesign.com 800 556-4491 in 0 in IL rL Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE Sheet Title G-5 CPa 801 of 8 1 H-1 (SB) TYPE -1 (FOR ROAD SPEED ABOVE 40 MPH) TYPICAL NOTES: 1. THE LOCATIONS OF DEVICES AND CONDUITS SHOWN ON THE PLANS ARE APPROXIMATE. THE CONTRACTOR SHALL COORDINATE WITH THE CITY TO SCHEDULE A SITE VISIT AND STAKE THE FINAL LOCATIONS OF ALL SIGNS. THIS INCLUDES STATIC SIGNS AND THE RELOCATION OF EXISTING SIGNS. 2. THE CONTRACTOR SHALL SUBMIT A SHOP DRAWING FOR ALL SIGN LOCATIONS SHOWING THE DIMENSIONS OF ALL CHARACTERS AND DISPLAYS, CHARACTER SPACING, AND BORDER SPACING. THE CONTRACTOR SHALL MODIFY THE DIMENSIONS OF THE SIGN IF REQUIRED TO FIT THE DESIRED TEXT ON THE SIGN. 3. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING RIGHT OF WAY AND UTILITIES AT EACH LOCATION. 4. THE CONTRACTOR SHALL PERFORM ON SITE MEASUREMENT OF ELECTRICAL CABLE LENGTHS AND PERFORM VOLTAGE DROP CALCULATIONS CONFIRMING THE WIRE GAUGE SHOWN IN THE PLANS IS CORRECT. THE CONTRACTOR SHALL SUBMIT THE CALCULATIONS TO THE CITY ALONG WITH RECOMMENDATIONS FOR ANY CHANGES IN WIRE GAUGE. 5. AT LOCATIONS WHERE POWER IS SOURCED FROM AN EXISTING CABINET OR METER PEDESTAL, THE CONTRACTOR SHALL CONFIRM THERE IS ENOUGH CAPACITY IN THE EXISTING POWER SERVICE TO POWER THE PROPOSED EQUIPMENT. IF SUFFICIENT CAPACITY DOES NOT EXIST, THE CONTRACTOR SHALL COORDINATE WITH CITY TO INSTALL A NEW METER PEDESTAL. r CONNECT POWER HERE — .AT THE EXISITNG POWER CABINET EXISTING FIBER CABINET ' STREET JOKES S—'— T 4* T7H-1!�LOCATION DDMS, SIGN TYPE 3 (6'x 2'- 6') STRUCTURE (SINGLE POST, NESTED PERFORATED SQUARE STEEL TUBE, SMALL) HE g T tioG�s� INSTALL 2" CONDUIT INSTALL ELECTRICAL CABLE (8 AWG) / ti ANEW 2" DUCT TO HOUSE NEW CAT-6 CABLE TO CONNECT TO H-1 WITH THE TRAFFIC SIGNAL CABINET AT THIS JUNCTION ik `&A NORTH HORIZONTAL SCALE IN FEET 0 80 120 DRAWING MAY HAVE BEEN REDUCED I INSTALL NEW CONTROL CABINET ON SIGN POST. -CONNECT THE CONTROLLER WITH THE EXISTING SWITCH VIA CAT-6 CABLE I60IIIIIIIIIIIIIA CITY OF DUBUQUE TRAFFIC SIGNALIZATION CABINET US HIGH FO WV ---VwAY 20 TRAFFIC SIGNALS ON OVERHEAD TRUSS F* r H FO u 0 O/) I X:x y I TRUSS SUPPORTED SIGNS ABOVE ROADW c b0 •- � o Q-' O Y O 3 origindesign.com 800 556-4491 z 0 in Cc a k Client Name CITY OF DUBUQUE Project Name STREETS EDP-2100(706)--7Y-31 Location / Description CITY OF DUBUQUE N� 1 a Ta Sheet Title H-1 Page 805 of Q 1 L E. 19 NOTES: UNLESS OTHERWISE SPECIFIED, 1. PART/ASSEMBLY SHALL COMPLY WITH ALL APPLICABLE SKYLINE WORKMANSHIP STANDARDS & CDOT STANDARDS. 2. ALL DIMENSIONS SHOWN ARE IN FT/INCHES. Q 3. REFERENCE DIMENSION SHOWN FROM CENTER OF REAR FACE OF ZEE FLANGE. J 3"x 2 11/16"x 3/8" E. ALUMINUM "Z" 6061-T6 (4 REQ) Mounting Hardware Provided by Skyline 4 7/8" 5' to mount to structure Q2 provided by others.) � / BY SKYLINE 7.375 --a- 60.000 f✓ 1'-0 5/8" 9 1/2" 8'-1 5/8" 8'-1 1/16" 1'16" (HOUSING) (FACE) 1.9 SIGN WEIGHT: o_ APPX 2250# 1 Q O SCREENED EXHAUST VENT ON BOTTOM OF SIGN (EA END) 7 El 19 2 "x 3/8" ALUMINUM "Z" 6061-T6 (4 REQ) 4 1/2" 3'-s" 5' Mounting Hardware Provided by Skyline to mount to structure provided, by others. IM[a7:R[d[ 14'-6 5/8" (HOUSING) 3" 60.000 000000000000000000000000000000000000000000000000000000o 0000000000000000000000000000000000000000000000000000000 0000000000000000000000000000000000000000000000000000000 OOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOO 000000000000000J000000000000000000Ci00000000000000000000 0000000000000000000000000000000000000000000000000000000 .00O00000000000000000000p0000000000000000000000000000000 0000000000000000000000000000000000000000000000000000000 0000000000000000000000000000000000000000000000000000000 0000000000000000000000000000000000000000000000000000000 -000000000000000000000000000000000000000000000000000000(J 0000000000000000000000000000000000000000000000000OOC)OO? 0000000000000000000000000000000000000000000000000000000 0000000000000000000000000000000000000000000000000000000 0000000000000000000000000000000000000000000000000000000 0000000000000000000000000000000000000000000000000000000 _0000000000000000000000000000000000000000000000000000000 0000000000000000000000000000000000000000000000000000000 0000000000000000C)00000000000000000000000000000000000000 0000000000000000000000000000000000000000000000000000000 "0000000000000000000o00000000000000000000000000000000000 00000000000000000000000000000()0000000000000000000000000 0000000000000000000000000000000000000000000000000000000 0000000000000000000000000000000000000000000000000000000 OOOOOOOOOOOOOOOOOOOOOOOOO000000000000000000000000000000 0000000000000000000000000000000000000000000000000000000 fD000000000000000000000000000000000000000000000000000000 I-*- 54x 2 3/4" 14'-6" (FACE) FRONT VIEW LEDVMS—L-3-18F-27x055—I+ 30° LEDs 0 N7 M BY SKYLINE 1.999 Photocell Aperture 26x 2 3/4" 5"x 3-1/4"x 5/16" ALUMINUM "Z" 6061-T6 1'-3 15 THIS DRAWING/DOCUMENT (AND ALL SUBSEQUENT SHEET: IF ANY) CONTAINS PROPRIETARY INFORMATION EXCLUSIVE TO SKYLINE PRODUCTS, INC. AND SHALL NOT BE USED, REPRODUCED, COPIED, DISCLOSED, OR EXHIBITED IN WHOLE OR IN PART FOR MANUFACTURE, PROCUREMENT OR FOR ANY OTHER PURPOSE EXCEPT AS SPECIFICALLY AUTHORIZED IN WRITING BY SKYLINE PRODUCTS, INC. 4 1 3 SHEET REV. 40010-02 2 Of 5 B '1 REVISIONS ON REV DESCRIPTION I DATE APPROVE A SUBMITTAL RELEASE, 8/30/06 CSR B ADDED MTG HARDWARE NOTE, AKM 11/21/06 CSR B SUBMITTAL RELEASE, AKM OB/28/09 GSR SIGN SUPPORT STRUCTURE DESIGNED, ENGINEERED, AND SUPPLIED BY OTHERS D BY SKYLINE Mounting Hardware Provided by Skyline to mount to structure provided by others. 3"x 2 11 /16"x 3/8" ALUMINUM "Z" 6061-T6 (4 REQ) 6" END VIEW 0 `%'MARTiPq L. "Vf% de la 4 �OSA 16 RACE(UNLESS OTHLERRWWISESSPECIRED) X.X t .1 X.XX t .02 ANGLES t'1 X.XXX E .G06 APPROVALS DATE SKYLINE PRODUCTS, INC. COLORADO SPRINGS, COLORADO LED VMS SYSTEM AWN AKM 8 28 06 _cXED CSR 6 29 06 SIZE D D'NG, NO, 12S—IA0010-02 iINEER SCALE ISHEET 2 Of 2 1 C L'J 0 811 NOTES: UNLESS OTHERWISE SPECIFIED. 1. PART/ASSEMBLY SHALL COMPLY WITH ALL APPLICABLE SKYLINE WORKMANSHIP STANDARDS. 2. INSTALL ALL COMPONENTS AS SHOWN; PLACE DI -ELECTRIC BARRIER TAPE BETWEEN ALL Z'S AND HOUSING. 3. U-BOLTS MAY BE SHIPPED IN SEPERATE CONTAINER NOT INSTALLED ON SIGN. F E E u 1307-0153-500 1011 REV. DESCRIPTION 01 PROTOTYPE RELEASE DATE APPROVED 8/19/2009 CSR F s J� r MARTIN L. a33 cue la ROSA c%, 12808 lam-ecacc" E 0 TUBES SHOWN FOR REFERENCE C C 4 1 2 2 6 6 2 B B 8 4 2907-0427-300 Z, 3" VERT. MNTG. 18" 55W LG LF 7 2 2907-0427-500 Z, 5" HORIZ. MNTG. 18" 55W LG LF 6 16 4212-5811-200 HHCS, 5/8-11 x 2" 304 SS 5 5 8 4219-5811-634 U-BOLT, 5/8-11, 6" PIPE 4 32 4312-5811-OON NUT, 5/8-11 HEX SS _ 3 16 4321-0058-OON WASHER, .625 Flat SS 3 2 32 4321-0058-OON WASHER, 5/8" FLAT 2 1 32 4326-0058-OON WASHER, 5/8" SPRING LOCK 1 ITEM CITY, PART NUMBER DESCRIPTION NOTE 1 4 (UNLESS OTHERWISE SPECIFIED) DIMENSIONS ARE IN INCHES ALL _._____—.—___—_—_.._._—______._--____—_._..—.—...-----------_____.__.—_ 4——.—..._.—_—_..-- .—--__-..—-_.__...—.____ _—_._ .._______ ..._____._._—.__.._. _—_.__._. A THIS DRAWING/DOCUMENT )AND TOLERANCES: _----------_._—. .._..__.__—._._..-- -- --SUBSEQUENT- SHEETS IF ANY) CONTAINS --- xxx:.as p A PROPRIETARY INFORMATION EXCLUSIVE x.xxxaANGLES S 1' BRACKET INSTALL, .D31 TO SKYLINE PRODUCTS, INC. AND SHALL NOT BE USED, REPRODUCED, COPIED, DRANM 3LINE 18" 55 WIDE LLF LED, JMC 8/19/200 DICLOSED, OR EXHIBITED IN WHOLE OR IN CHECKED 5" HORIZONTAL & 3" VERTICAL Z PART FOR MANUFACTURE, PROCUREMENT ccs 8/19/200 OR FOR ANY OTHER PURPOSE EXCEPT AS APPROVED S ZE DWG NO: REV SPECIFICALLY AUTHORIZED IN WRITING BY CSR e/19/200 ® 1307-0153-500 01 SKYLINE PRODUCTS, INC SCALE SHEET 1 OF 1 8 1 7 6 1 5 4 1 3 2 1 Page 807 of 811 7 tj 1 2 D „III. CONCEPT I 02 1 2 REV. DESCRIPTION DATE APPROVED NOTES: UNLESS OTHERWISE SPECIFIED. 01 CONCEPT SKETCH RELEASE, JMC 3/27/08 CSR 1. PART/ASSEMBLY SHALL COMPLY WITH ALL APPLICABLE SKYLINE WORKMANSHIP STANDARDS. 02 REVISED CONCEPT SKETCH 4/s/2008 JMC 2. THIS DRAWING IS FOR CONCEPTUAL PURPOSES ONLY; DRAWING IS SUBJECT TO CHANGE. FRONT VIEW SYSTEM IN LOCKED POSITION (HOUSING SHOWN FOR REFERENCE) , .310 EXSISTING DESTACO HOOK - MARTIN IN L. 5' 4`5 HANDLE ACTUATES SYSTEM HANDLE LOCK PLATE EXSISTING ANGLE ANGLE MOUNTED TO SIGN IN PLACE OF DESTACO CLAMP 9 de la t ;C)4A MOUNTED TO SIDE OF SIGN CAPTIVATES ROD SHAFT . 12808 s�> v a TUBE MOUNTS TO ROD SHAFT SYSTEM ROD SHAFT DETAIL A 0 0 0 BOTTOM VIEW SYSTEM IN LOCKED POSITION (HOUSING SHOWN FOR REFERENCE) (UNLESS OTHERWISE SPECIFIED) DIMENSIONSARE IN INCHES THIS DRAWING/DOCUMENT )AND ALL TOLERANCES: Tom.° x' e"-i lr r ` -- - — -SUBSEQUENT SHEETS IF ANY) CONTAINS- - x:z:: MILETO PROPRIETARY INFORMATION EXCLUSIVE X�* 02 ANGLES 3i• SIDE ACCESS LATCH SYSTEM, SKYLINE PRODUCTS, INC. AND SHALL XRAWN'005 NOT BE USED, REPRODUCED, COPIED, JMc 4/9/08 SYSTEM FUNCTION, DICLOSED, OR EXHIBITED IN WHOLE OR IN CHECKED PRELIMINARY CONCEPT SKETCH PART FOR MANUFACTURE, PROCUREMENT CSR 4/9/0e OR FOR ANY OTHER PURPOSE EXCEPT AS APPROVED SEE DWG NO: REV SPECIFICALLY AUTHORIZED IN WRITING BY CSR 4/9/ ® CONCEPT 02 SKYLINE PRODUCTS, INC SCALE SHEET 1 OF 3 8 1 7 1 6 5 T 4 3 2 1 Page 808 of 811 CONCEPT FI DI Cl BI ■6\- _- HOLE FOR PADLOCK CAPABILITY DETAIL C ANDLE LOCK PLATE RING ROLL -PIN ALUMINUM 6061-T6 ROD TUBE: MOUNTS TO SYSTEM SHAFT ALLOWING ATTACHMENT TO HANDLE ON SIDE OF SIGN. SPRING ROLL -PIN: MOUNTS TO BOTTOM OF SIGN IN PLACE OF DESTACO CLAMPS, PROVIDING SUSTAINABILITY TO SHAFT. STAINLESS STEEL 316 7X19 STRAND WIRE ROPE: USES COUPLING TO ENGAGE DESTACO HOOK, CAPTIVATING THE SIGN FACE TO THE HOUSING.-----, LALUMINUM 5052-H32 CABLE PLATE: PROVIDES MOUTING SURFACE FOR CABLE ATTACHMENT. ALUMINUM COMPRESSION SLEEVE: COMPRESSES ONTO WIRE ROPE ON BOTH -ENDS -OF CABLE -PLATE, -SECURING-----.----..- CABLE'S POSITION AFTER TENSIONING. 8 1 7 1 6 1 5 t 4 1 3 2 eau-pr�.'�w...➢iy%Y . MARTIN L. �?v„ do la FIOSA " 12808 x 3 SHAFT ACTUATES COUPLINGS ALONG AXIS PROVIDING UP TO 360' OF ROTATION. C If TWO-PIECE ALUMINUM 6061-T6 SHAFT COUPLING: CLAMPS ON TO SHAFT AND SECURES CABLE PLATE USING FOUR SOCKET -HEAD CAP SCREWS. SPRING ROLL -PIN -HEAD CAP SCREWS SIDE ACCESS LATCH SYSTEM, A SYSTEM FUNCTION, PRELIMINARY CONCEPT SKETCH DWG NO: I REV CONCEPT 02 SHEET 2 OF 3 1 Page 809 of 811