Loading...
North End Trail Lighting Project_Approving PlansMasterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: North End Trail Lighting Project, CIP #350 -1129 Public Hearing on Plans and Specs DATE: June 27, 2012 Dubuque bierd All-America City 1 2007 Leisure Services Manager Marie Ware recommends the City Council approve the plans, specifications and form of contract for the North End Trail Lighting Project. I concur with the recommendation and respectfully request Mayor and City Council approval. Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Marie L. Ware, Leisure Services Manager Masterpiece on the Mississippi TO Michael C Van Milligen, City Manager FROM Marie L Ware, Leisure Services Manager DATE June 26, 2012 SUBJECT North End Trail Lighting Project, CIP #350 -1129 Public Hearing on Plans and Specs Dubuque All- America City 11 1111 2007 INTRODUCTION The purpose of this memorandum is to request that the City Council hold a public hearing on the plans and specifications for the North End Trail Lighting Project DISCUSSION The FY 2012 CIP budget contains $167,000 as a total project cost to light the North End Trail The schedule for the project is as follows City Council initiate bidding process June 18, 2012 Advertisement for bids June 22, 2012 Notice of public hearing on plans & specs June 22, 2012 Receipt of bids July 5, 2012, 4 00 p m Public hearing to approve plans & specs July 2, 2012 Award contract July 16, 2012 Project completion date October 31, 2012 The plans and specifications are attached RECOMMENDATION I recommend the City Council approve the plans, specifications and form of contract for the project ACTION TO BE TAKEN The action requested is that the City Council hold a public hearing on the plans, specifications and form of contract Prepared by MLW et attachments Preparer: Marie L. Ware Address: 2200 Bunker Hill Rd Phone: (563) 589 -4263 RESOLUTION NO. 184 -12 APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the proposed plans, specifications, form of contract and estimated cost for the North End Neighborhood Trail Lighting Project, in the estimated amount $145,000 are hereby approved. Attest: Passed, adopted and approved this 2nd day of July, 2012 /400,.l Kevi S. Firnstahl, City erk PK is W. J7mnes, Mayor Pro -Tem NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE NORTH END TRAIL LIGHTING PROJECT NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the North End i Trail Lighting Project, in accordance with the provisions of Chapter 26, Code of Iowa, at 6:30 p.m., on the 2nd day of July, 2012, in the Historic Federal Build- ing Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and, estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the Project is as follows: Lighting of North End Trail: This project' consists of providing pedestrian lighting for the North End Neighborhood off street portion of the Trail. The trail ,begins at 24th and extends to 32nd Street. Any visual or hearing - "impaired persons need- ing special assistance or persons with special accessibility needs I should contact the City Clerk's office at (563) 589 -4120 or TDD at (563) 690 -6678 at least 48 hours prior to the meeting. Published by order of the City Council given' on the 18th day of June, 2012. " Kevin S. Firnstahl,' City Clerk' It 6/22 NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT NORTH END TRAIL LIGHTING PROJECT Time and Place for Filing Sealed Pro- posals. Sealed bids for the work comprising each improvement as stated below must be filed before 4:00 p.m. on July 5, 2012, in the Office of the City Clerk, City Hall - First Floor, 50 West 13th Street, Dubuque, Iowa. Time and Place Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and • bids tabulated at 4:00 p.m. on July 5, 2012, at City Hall,- Conference Room B, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council (Council) I' at -its meeting- on July 16, , 2012. The City of I Dubuque, , Iowa, re- serves the right to reject any and all bids. 'Time for Commence- 1 ment, and Comple- tion of Work. Work on each improvement shall be commenced within 10 days after the Notice to Proceed has been issued and shall be fully completed by October 31,2012. Bid Security. Each bidder shall accom- pany its bid with a bid security as security that the successful bidder will enter into a contract for the work . bid upon and will furnish after the award of contract a corporate surety bond, accept- able to the govern- mental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of ten percent (10 %) of the amount of the contract and shall be' in the form of a cashier's check or certified check drawn on a state - chartered or federally chartered bank, or a certified share draft drawn on a state- chartered or, federally chartered credit union, or the governmental entity may provide for a bidder's bond with corporate surety satis- factory to the govern mental entity. The bid bond shall contain no conditions excepted as provided in this ' section. Contract Docu- ments. Construction documents may be obtained at IIW Engineers & Surveyors,- PC, 4155 Pennsylvania Avenue, Dubuque, IA 52002, 563- 556 -2464. No plan deposit will be - required. Preference for Iowa-- Products and Labor. By virtue of statutory authority, preference will be given to products and provi- sions grown and coal' produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa' statutes. Sales Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. General Nature of Public Improvement. North End Trial Lighting Project, CIP: 350 -1129 This project consists of providing- pedestrian lighting for the North End Neighborhood off street portion of the Trail. The trail begins at 24th and extends to 32nd Street. Published in the Telegraph Herald, June 22, 2012. It 6/22 STATE OF IOWA {SS: DUBUQUE COUNTY CERTIFICATION OF PUBLICATION I, Suzanne Pike, a Billing Clerk for Woodward Communications, Inc., an Iowa corporation, publisher of the Telegraph Herald,a newspaper of general circulation published in the City of Dubuque, County of Dubuque and State of Iowa; hereby certify that the attached notice was published in said newspaper on the following dates: June 22, 2012, and for which the charge is $57.13. Asc., Pa, Subscribed to before me otary Public in and for Dubuque County, Iowa, this %'7 1 day of >< '�r.� . , 20 /et, . Notary Public in and for Dubuque County, Iowa. MARY K, WESTERMEYER Commission Number 154585 0a_; .V1 6a 1..dA's. NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 CITY OF DUBUQUE DUBUQUE, IOWA SOSwm1 CM6gonr. PROJECT LOCATION - +a% '21.ai ?COI Voi Tec:a 6'v 2 !E Eaq COPYRIGHT m ANO (P) 1988 - AND /DR ITS SUPPLIERS. ALL 6w...ne:5si.,.^ OSOFT COiPOkA110N VICINITY MAP �nllllll��l�l1111111.. NORTH Gavts Ave Edlth St O'Neill St pAvLs -Ave Euclid -St"" Dub 44 PROJECT LOCATION /t , 4) COPYRIGHT O ANO (P) 1968 -2009 MICROSOFT CORPORATON AND/OR ITS SUPPLIERS. ALL RIGHTS RESERVED. 5ti PROJECT LOCATION NORTH NO SCALE SHEET INDEX :REVISIONS SI IECI' NUMBER, SIIEETTrILI: 41J COVEN 5141061 411 ABBREVIATIONS ANO1 L LLND 01016101 I. LIGHTING; DETAILS C. .... C1.44 I GENERAL NOTES CT 10-C7 14 TRAIL LIGHTING PLANS LIIII ITN CnNTACTC ALLIANT 800 CHAVENELL RD. DUBUQUE, IA CONTACT: JIM SPECHT 563 -587 -4536 MEDIACOM 3033 ASBURY RD. DUBUQUE, IA CONTACT: ROB GASSMAN 563 -584 -0589 EXT. 122 QWEST 1600 JD( ROAD DUBUQUE, IA CONTACT: CHRIS LOTSPIECH 563 -568 -6831 BLACK HILLS ENERGY 1015 CEDAR CROSS ROAD DUBUQUE, IA CONTACT: TONY ENGLING 563 -543 -6924 CITY OF DUBUQUE - LEISURE SERVICES 2200 BUNKER HILL RD DUBUQUE, IA CONTACT: MARIE WARE 563 -589 -4264 CITY OF DUBUQUE - SANITARY SEWER 50 W. 13114 STREET DUBUQUE, IA CONTACT: GUS PSIHOYOS 563 -589 -4270 CITY OF DUBUQUE - WATER 925 KERPER CT. DUBUQUE, IA CONTACT: MICHAEL BREKKE 563- 589 -4303 PCJ IIw ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING EGRITS EXPERTISESOLUT © COPY RIGHT 2012 ALL RIGHTS RESERVED THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FOR TWS PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM W ITHOUF THE PERMISSION OF IPA'. P C ALL INFORMATION IN THIS DOCUMENT IS CONSIDERED P140FERTY OF IIW. P C COVER SHEET 5 s 2 U 0 a 0 a 0) 1= x s J_ I, N O w • CO O • In ❑Y a O 8 O CC 0 r ED 0 HEREBY CERP0 THAT THIS ENGINEERING WNNINT WAS PREPARED BY NE OR UNDER NY DIRECT PERSONAL 9FERN504 AND THAT 1 ANA Gay LICENSED PRCFESSCNAL ENGINEER UMEF THE LANS 20 ME 51ATE Cr 0WA PAGES OR SHEETS 2011-0ED B1 THIS LLRmcATCN 2 i 2 0 03 LL e' o e `o x Z ce oa 01 �LL 3 !. a.- Sheet No m G1,1 Project No: 12049-01 ABBREVIATIONS LEGEND EATING /c DD'L FF GC LT LUM NCH OH RCH SPH VG — B B /c D /DITCH FP /L /5 LDG LK LKG NT M M OP OT RG RKT SMT TWN V &G ANT ATV B - C H H BRG IP - I -P ISP CL CLG CLR CMP CMU CO COL COMP CONC COND CONN CONST CONT CONTR COORD COR CP CPE CRST CSP CTRD CTR CU CULT CV CY ANGLE CENTRAL ANGLE ANCHOR BOLT AIR CONDITIONING(ER) ACRES ALGEBRAIC DIFFERENCE ADDITIONAL ABOVE FINISHED FLOOR AGGREGATE ALTERNATING ALUMINUM ANCHOR ARROW ON HYDRANT ARCHITECTURAL ASPHALT AVERAGE BACK OF CURB TO BACK OF CURB BOND BEAM BACK OF CURB BOARD BOTTOM OF DITCH BACKFLOW PREVENTOR BASE LINE BRICK LEDGE BOTTOM OF SLOPE BUILDING BLOCK BLOCKING BENT BEAM BENCH MARK BEGINNING OF PROJECT BOTTOM BEARING BRACKET BASEMENT BETWEEN BUTTERFLY VALVE CURB AND GUTTER CANTILEVER CABLE TELEVISION CATCH BASIN CENTER TO CENTER CUBIC FEET CHORD CHORD BEARING CAST IRON PIPE CAST -IN -PLACE CAST IRON SOIL PIPE CONTROL JOINT CENTERLINE CEILING CLEAR CORRUGATED METAL PIPE CONCRETE MASONRY UNIT CLEAN OUT COLUMN COMPACTED CONCRETE CONDITION CONNECTION CONSTRUCTION CONTINUOUS CONTRACTOR COORDINATE CORNER CONTROL POINT CORRUGATED POLYETHYLENE CRUSHED STONE CORRUGATED STEEL PIPE CENTERED CENTER CUBIC CULTIVATED CHECK VALVE CUBIC YARD D DEFL DIA (0) DIAG DIM DIP DIST DL DN DRWY D5 DWG(5) DWL(S) E ELY EA EE EF EFF EJ EL ELEC ELEV EMBED ENGR ENTR EOP FOR E/P EQ E/5 ESMT EST EX EXC EXP EXT EXTD EW FD FDN FE FE FES F -F F &I FF FFE FG FIN GR FL FLG FLR FM FND FRM F5 FT FTG FUT FV G GA GC GALV GL PIPE GND GRAN GRD GV GYP DEGREE OF CURVE DEFLECTION DIAMETER DIAGONAL DIMENSION DUCTILE IRON PIPE DISTANCE DEAD LOAD DOWN DRIVEWAY DOWNSPOUT DRAWING(5) DOWEL(5) EAST EASTERLY EACH EACH END EACH FACE EFFECTIVE EXPANSION JOINT ELEVATION ELECTRICAL ELEVATOR EMBEDMENT ENGINEER ENTRANCE END OF PROJECT END OF RADIUS EDGE OF PAVEMENT EQUAL EDGE OF SHOULDER EASEMENT ESTIMATE EXISTING EXCAVATE /EXCAVATION EXPANSION EXTERIOR EXTEND EACH WAY FLOOR DRAIN FOUNDATION FIRE EXTINGUISHER FIELD ENTRANCE FLARED END SECTION FACE TO FACE FURNISH & INSTALL FAR FACE FINISH FLOOR ELEVATION FORM GRADE FINISHED GRADE FLOWLINE FLANGE FLOOR FORCE MAIN FOUND FRAME FAR SIDE FOOT /FEET FOOTING FUTURE FIELD VERIFY GUTTER GAGE GENERAL CONTRACTOR GALVANIZED GLUE LAMINATED WOOD GROUND GRANULAR GRADE GATE VALVE GYPSUM HD HEF HIF HK HM HMA HOF HORIZ HP HPT HSA H55 HT HYD D E MP N NF0 NSP NST NSUL NT NTR NV P JB JT JST(5) K /FT KIP KSF LAT LB /# LT LL LLH LLV LONG LP LPT LT LTL LW MAS MAX MBR ME MECH MEZZ MFR MH MIN MISC ML MO MOD MON MTD HEAD HORIZONTAL EACH FACE HORIZONTAL INSIDE FACE HOOK HOLLOW METAL HOT MIX ASPHALT HORIZONTAL OUTSIDE FACE HORIZONTAL HORSEPOWER HIGH POINT HEADED STUD ANCHOR HOLLOW STRUCTURAL SECTION HEIGHT HYDRANT NSIDE DIAMETER /INSIDE DIMENSION NVERT ELEVATION NSIDE FACE SOLATIDN JOINT MPROVEMENTS NCHES NFORMATION NSPECTION NSTALLATION NSULATION NTERIOR NTERSECTIDN NVERT RON PIPE JUNCTION BOX JOINT /JOINT LENGTH JOI5T(5) RATE DF VERTICAL CURVATURE KIPS KIPS PER FOOT 1 KIP = 1,000 LBS KIPS PER SQUARE FOOT LENGTH OF CURVE LATERAL POUND LINEAL FOOT LIVE LOAD LONG LEG HORIZONTAL LONG LEG VERTICAL LONGITUDINAL LIGHT POLE LOW POINT LEFT LINTEL LIGHT WEIGHT MASONRY MAXIMUM MEMBER MATCH EXISTING MECHANICAL MEZZANINE MANUFACTURER MANHOLE MINIMUM MISCELLANEOUS MICRO LAMINATED WOOD MOISTURE RESISTANT MODIFY MONUMENT MOUNTED PJ N/A NE'LY NF N'LY NO /# N 5 NIC NOM NTS NW'LY C 5 H P'G PP C C CF CC ED ERF ERIM ERP /L PLF PLK PM POB POC POT PRC PRELIM PROJ PROP PRV P5 PST P51 PT PT PVC PVMT STY RD R &R R &5 RCB RCP RD REBAR REF REINF REM REQ REV RIM R0 ROW RP RR RS RT NORTH NOT APPLICABLE, NOT AVAILABLE NORTHEASTERLY NEAR FACE NORTHERLY NUMBER NEAR SIDE NOT IN CONTRACT NOMINAL NOT TO SCALE NORTHWESTERLY ON CENTER OUTSIDE DIAMETER OUTSIDE FACE OVER HEAD OPENING OPPOSITE POINT OF CURVE PRECAST /PRESTRESSED CONCRETE POUNDS PER CUBIC FOOT PORTLAND CEMENT CONCRETE PEDESTAL /PEDESTRIAN PERFORATED PERIMETER PERPENDICULAR POINT OF INTERSECTION PROPERTY LINE PLATE POUNDS PER LINEAL FOOT PLANK PRINCIPAL MERIDIAN POINT OF BEGINNING POINT OF CURVE POINT OF TANGENT POINT OF REVERSE CURVE PRELIMINARY PROJECTION PROPOSED PRESSURE REDUCING VALVE PRESTRESSED CONCRETE POUNDS PER SQUARE FOOT POUNDS PER SQUARE INCH PAINTED POINT OF TANGENCY POLYVINYL CHLORIDE PAVEMENT QUANTITY RADIUS ROOF DRAIN REMOVE & REPLACE REMOVE & SALVAGE REINFORCED CONCRETE BOX REINFORCED CONCRETE PIPE ROAD REINFORCING BAR REFERENCE REINFORCING /REINFORCED REMAINDER REQUIRED REVISION RIM ELEVATION ROUGH OPENING RIGHT OF WAY RADIUS POINT RAILROAD RESILIENT SEAT RIGHT 5 5= SAN SANS SB SCH 5D SDL SEC SE'LY SF SF 5 F D SHT SIG SIM S'LY SLL SOS SPC SPEC 5Q 55 ST STA STAG STD STIFF STL STM STMS STR SUPP SW'LY SY SYM SYMM T T/B T /DITCH T/C T /GRAV T /WALL T/P T/5 T /SUB T/W T & B roe TOBL TOC TOEF TOF TOM TOP TOS TCE TEL TEMP TERM TGB THD THK TPD TPG TRANS T5 TWP TYP U UAC UE UL ULFM UNO SOUTH SUPERELEVATION SANITARY SANITARY SEWER SOIL BORING SCHEDULE SUB DRAIN SUPERIMPOSED DEAD LOAD SECTION SOUTHEASTERLY SQUARE FOOT SPLIT FACE STEP FOOTING DOWN SHEET SIGNAL SIMILAR SOUTHERLY SUPERIMPOSED LIVE LOAD SLAB ON GRADE SPACE SPECIFICATION SQUARE STAINLESS STEEL STREET STATION STAGGERED STANDARD STIFFENER STEEL STORM STORM SEWER STRUCTURE /STRUCTURAL SUPPORT SOUTHWESTERLY SQUARE YARD SYMBOL SYMMETRICAL TANGENT LENGTH TOP OF BANK TOP OF DITCH TOP OF CURB TOP OF GRAVEL TOP OF WALL TOP OF PAVEMENT TOP OF SLOPE TOP OF SUBGRADE TOP OF WALK TOP AND BOTTOM TOP OF BEAM TOP OF BRICK LEDGE TOP OF CONCRETE TOP OF EXISTING FOOTING TOP OF FOOTING TOP OF MASONRY TOP OF PIER TOP DF STEEL TEMPORARY CONSTRUCTION EASEMENT TELEPHONE TEMPORARY TERMINATE TOP OF GRADE BEAM THREAD THICK / THICKNESS TEMPERED TOPPINGS TRANSVERSE TUBE STEEL TOWNSHIP TYPICAL VAR VC VCP VEF VER VERT V I F VOF VOL VPC VPI VPT W W/ W'LY WM W/0 WP WD WND WSO WT WV WWF X XSTG XXSTG YD VARIES VERTICAL CURVE VITRIFIED CLAY PIPE VERTICAL EACH FACE VERIFY VERTICAL VERTICAL INSIDE FACE VERTICAL OUTSIDE FACE VOLUME VERTICAL POINT OF CURVE VERTICAL POINT OF INTERSECTION VERTICAL POINT OF TANGENCY WEST WITH WESTERLY WATER MAIN WITHOUT WORKING POINT WOOD WINDOW WATER SHUT OFF WEIGHT WATER VALVE WELDED WIRE FABRIC CROSS EXTRA STRONG DOUBLE EXTRA STRONG YARD EXISTING SURFACE PROPOSED _AT Z `PROPOSED / ELEV IZ n5 N n n5 N OOZOL 21 +20 21 +60 PROFILE LEGEND UTILITY USE AS CONSTRUCTED UTILITY EASEMENT UNDERWRITERS LABORATORIES, INC UNDERWRITERS LABORATORIES FACTORY MUTUAL UNLESS NOTED OTHERWISE D SD 5 FM W G OHE E OHT T OH TV TV OHU FIB X 0 000 + 0 00 0 0 • • 0 PROPOSED PROPERTY LINE — — — — EASEMENT CENTERLINE STORM SEWER D SUB DRAIN — SD SANITARY SEWER 5 FORCE MAIN — FM — WATER LINE — W — GA5 LINE — G — OVERHEAD ELECTRIC —OHE UNDERGROUND ELECTRIC — E OVERHEAD TELEPHONE —OHT UNDERGROUND TELEPHONE OVERHEAD TELEVISION UNDERGROUND TELEVISION OVERHEAD UTILITY FIBER OPTIC WIRE FENCE CHAINLINK FENCE WOOD FENCE CONTOUR LINE RAILROAD TRACKS GUARD RAIL SPOT ELEVATION DIRECTION DF FLOW TREE LINE CATCH BASIN AREA INTAKE STORM MANHOLE SANITARY MANHOLE UTILITY MANHOLE WATER VALVE MANHOLE FIRE HYDRANT WATER SHUT DFF WATER VALVE YARD HYDRANT GAS VALVE SIGN UTILITY POLE UTILITY POLE WITH LIGHT TRAFFIC SIGNAL POLE GUY ANCHOR LIGHT POLE UTILITY PEDESTAL WELL MAILBOX HANDHOLE BOLLARD SOIL BORING POST INDICATOR VALVE DECIDUOUS TREE W/ TRUNK DIA CONIFEROUS TREE W/ TRUNK DIA SHRUB OR BUSH FOUND IRON ROD FOUND IRON PIPE SET IRON ROD CONTROL POINT T —OHTV- Tv OHU Fl B x 0 000 + 0.00 rw'w� 101 • IWPC • • IIw ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING © COPYRIGHT 2512 ALL RIGHTS RESERVED THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FOR THIS PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WITHOUT THE PERMISSION OF INV, P C ALL INFORMATION IN THIS DOCUMENT IS CONSIDERED PROPERTY OF II W, P C ProJed Dwcrlptlon. f ABBREVIATIONS AND LEGEND NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT W ■ 0.1 m o ed I D LL CL U a i 51 i z O 1 5 Sheet No' G1.2 Project No: 12049 -01 fluazitce SPECIFICATIONS /DATA 12" x 12" PC Style (Stackable) Assembly USE THIS 3/8 -16 UNC c/— STAINLESS STEEL HEX HEAD BOLT W/ WASHER (2) Covers (Blank unless logo is specified DESCRIPTION PART NO. WEIGHT # DESIGN/TEST LOAD it ANSI TIER* W/2 Bolts PC1212CA00 12 (5 4 kp) 8,0001 12.000 8 Gasketed w14 Bolts PC1212CG00 12 (5 4 kg) 8,00011 2 000 8 No Bolts PC1212WA00 12 (5 4 kg) 8 000 1 12,000 8 Heavy Duty w12 Bolts PC1212HA00 12 (5 4 kg) 15,000 / 22,500 15 Gasketed Heavy Duty w14 Bolts PC1212HGOO 12 (5 4 kg) 15,000122,500 15 • Gasketed covers and bolt gromme s must be used with a gasketed box Gaskets reduce the Inflow of fluids but do not make the enclosure water tight 1/2"(13)X2 "(51) PULL SLOT .5 COF SKID RESISTANT SURFACE USE THIS BOX Boxes (Stackable with self - aligning, replaceable EZ-Nut DESCRIPTION PART NO. WEIGHT # DIMENSION A DESIGN/TEST LOAD # ANSI TIER` Open Bottom PC1212BA12 36 (16 kg) 12 314" (324 mm) 15,000 122,500 15 Open BottorTF wlGasket PC 12 t2BG12 36 (16 kg) 12 314" (324 mm) 15000122,500 15 Solid Bottom PCI212DA 12 41 (19 kg) 13 114" (337 mm) 15,000 122,500 15 Solid fiction) wlGasket PC12120012 41 (19 kg) 13 114" (337 mm) 15 000 122,500 15 Dimensions & weights In parentheses are metric equivalent * Loadings comply with ANSI/SCTE 77 (see page 9) s •w.f.mt ••• • Per QUAZITE 12 "X12" PULL -BOX (TYP ) CENTERED BETWEEN TRAIL AND FACE OF PCC BASE %' CHAMFER, TYP FINISHED GRADE 0' (V p L.L1 D c7 a 1, 10 MA TRAIL 3' OFFSET FROM EDGE OF TRAIL TO FACE OF PCC BASE 1,5" ELECTRICAL CONDUIT (ACCESS DUCT) - SEE PLAN SHEETS FOR ELECTRICAL GROUND ROD INSTALLATION PER MFR'S RECOMMENDATIONS #4 TIES (REINFORCING HOOPS) © 12" OC ELECTRICAL CONDUIT (TYP ) ALL CAPPED, EXCEPT ONE TO HANDHOLE (SEE ABOVE) SECTION 4 11x17 SCALE 3/e = 1' -d' 22x34 SCALE 3/4" = 1' -0" *PROVIDE NON- SHRINK GROUT BORE HOLE SHALL BE 2 "0 MIN, 3 "0 MAX VERTICAL BARS & TIES (REINFORCING HOOPS) CONC FOUNDATION 2 GROUND ROD 11x17 SCALE 3/8' = L' -0" 22x34 SCALE 3/4!' = L' -0" GENERAL NOTES FOR FOUNDATION MATERIALS AND METHODS USED IN THE CONSTRUCTION OF FOOTING SHALL BE IN CONFORMANCE WITH DETAILS ILLUSTRATED HEREIN 1 THE CONDUITS SHALL EXIT THE FOUNDATION 28" BELOW THE TOP SURFACE 2 VERIFY ANCHOR BOLTS OF POLE ALIGN THE BOLT CIRCLE OF THE FOUNDATION R -1 RADIUS OF THE OUTSIDE OF THE FOOTING R -2 RADIUS OF THE REINFORCING HOOP SHALL BE A MAXIMUM OF 2" LESS THAN R -1 AND A MAXIMUM OF 1" LARGER THAN R -3 R -3 RADIUS OF ANCHOR BOLT CIRCLE PER MANUFACTURER LIGHT POLE - SEE PLAN SHEETS FOR LOCATIONS PROVIDE RUBBED CONC FINISH ON ALL EXPOSED CONC ANCHOR BOLTS BY LIGHT POLE MFR 4 - 1J¢" ELECTRICAL CONDUITS SHALL BE INSTALLED AT 90' SEPARATION EACH CAP CONDUITS NOT UTILIZED IN THIS PROJECT (6) #6 VERTICAL BARS IF ROCK 15 ENCOUNTERED EXCAVATE, DRILL, AND GROUT TO SOUND BEDROCK AND VERT BARS INTO SOUND ROCK (1' -6" MIN EMBEDMENT) RUBBED CONCRETE FINISH ABOVE GRADE ANCHOR BOLTS BY LIGHT POLE MFR ( +2' -0 ") PLAN DETAIL ( +1' -6 ") C7 01 11xL7 SCALE 3/8" = 1' -0' 22x34 SCALE 3/4" = 1' -d' IMT, P.C.) • • IIw ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING COPYRIGHT 2012 ALL RIGHTS RESERVED THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FORTH'S PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WITHOUT THE PERMISSION OF Ir , P C ALL INFORMATION IN THIS DOCUMENT IS CONSIDERED PROPERTY OF IIW, P C J a 1— LU NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT z m I, z 0 m Sheet Nor 07,01 Project No: 12049 -01 18 "DIA. BASE 18" f 2 1 /2 ABOVE GRADE 010 V FULL SIZE INS IALLAIION IEMPLAIE FOR 6200P 6200T 6200=P 6200T =P AND 620'. BOLLARDS NOTE: CHECK ALL DIMENS ONS FOR FULL SCALE IF USED AS TEMPLATE THIS DRAINING MAY HAVE BEEN REDUCED OR ENLARGED DURING PHOIOCCPYING 3 i 3//- 5201 TINPLATE MO]IFIEO FOR 12' DIA BC BCX PATTER A0E TEMPLATE FOR 6201 N6 BA 15' MA BASE �75201-145-N5 42] f1 ED ACCESS DOOR NOTE: "STERNBERG DOES NOT RECOMMEND THE USE Or LEVELING NUTS =OR AFSTI Ir -c RrASONS" 0) 1 ARM UNIT Q 2 ARM UNITS O 3 ARM UNITS. (4-) 4 ARM UNITS ANCHOR BOLT INSTALLATION DATTE.N f RIGHT BOLT PATTERN • • 0 0 } WRONG BOLT PATTERN • • • • i TYPICAL HARDWARE REQUIRED PER BASE 4 ANCHOR BOLTS 4 NUTS 4 WASHERS 3 WASHERS FOR LEVELING IF NEEDED ACCESS DOOR TRAIL `3/4 "DIA X 18" LONG 60L -5 WITH 4" ± 1/2" OF THREAD AND 3" ±1/4 HOOK ) ACCESS DOOR 12" DIA BOLT CIRCLE, BOX PATTERN FOR 3/4" DIA X 18" LONG ANCHOR BOLTS 356 ALLOY CAST ALUMINUM FIXTURE ROOF WITH 66 WATT 4ARC45T3 LED SOURCE, IES TYPE III DISTRIBUTION CAST ALUMIUNUM DECORATIVE RING (CDR) AND FINIAL PAINTED GOLD 5650 TEXTURED ACRYLIC ACORN 356 ALLOY, CAST ALUMINUM DRIVER COMPARTMENT WITH EASY ACCESS TOOL LESS DRIVER ASSEMBLY 6° TO 4 1/2" DIA EXTRUDED, TAPERED AND FLUTED ALUMINUM POLE SHAFT 188 WALL THICKNESS, 6061 -T6 STRUCTURAL GRADE ALUMINUM POLE WELDED FOR SINGLE UNIT CONSTRUCTION ACCESS DOOR SECURED WITH STAINLESS STEEL ALLEN HEAD SCREWS 18" DIA BASE, 1 00 FLOOR THICKNESS FOUR ANCHOR BOLTS AND ONE GROUND LUG 0 N m 8 x o 6 9 SINCE 1923 SOCKET TYPE WATTAGE 66 LIGHT SOURCE LED VOLTAGE 120 -277V FUSE FHD FINISH BKT /GOLD • • IIw ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING N IEGRIIY,E IPERTISE.SOLUIIONS COPYRIGHT 2012 ALL MOHTS RESERVED THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FOR THIS PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WITHOUT THE PERMISSION OF INY, P C ALL INFORMATION IN THIS DOCUMENT IS CONSIDERED PROPERTY OF IIW, P C LIGHTING DETAILS 1 NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT ▪ o 00 0 o ED LL 3 � 0 _ 01' Zffo L- m a m c LL 3 g a m CV z z 5 m Sheet No f 07102 Project No: 12049 -01 HIIIGED E TEPIOP DOOP WITH DOOR STOP TO HOLD DOOR III OPEII POSITI011 HIIIGED DEO MID METEP — PESET COVEP WITH WIIIDOW PEI/10 VEP BLE TEST BIPASS BLOCI COVET PADLOCI BRAD ET E • TEI IDS THPOUGH—q DOOP FOP SECUPITI HIIIGED DEADFBOI IJ — MCUIITNIG BASE FULL I HII ICED METEP SECTIOII COVER —PHOTO CELL WIIIDOW WITH SHIELD 23 9" UTILITI TEPMIIIATIOII LAIIDIIIG Ivllll. MILBANK 16" CMP \ Nor To SALE — MOUIITIIIG BASE LIFT -OFF —SERVICE COVEP BACK 2' -4' 1._4. 14.5" PEDESTAL MOUNTING J HOLES FRONT (TRAIL SIDE) PLAN VIEW HOT P0 SCALE UTILITT SECTIOII CUSTOMER SECTION BACK FRONT (TRAIL SIDE) - (2) 2" CONDUITS FOP SERVICE LINE (1 CAPPED, 1 UTILIZED) - (4) 1)Z" CONDUITS 111 CUSTOMER SECTION (2 TO JUNCTION 80: III FRONT CAPPED TO SIDE FOP FUTURE USE) PLAN VIEW e' COPPER CLAD GROUND POD INSTALLED PEP MANUFACTURER'S INSTRUCTIONS CD SECTION NOT TO SCALE — (4) % 11 18" ANCHOR BOLTS REQUIRED 1 5" 5 TENDED ABOVE TOP OF FOUNDATION SLOPE mo - 1" CHAMFER - FINISHED CPA DE - ALL CONDUIT TD TERMII IATE TO EDGE OF FOUNDATION WITH A FEMALE THREADED FITTING - ALL PEBAR TO REMAIN _" MINIMUM FROM SURFACE OF FOUNDATION (6) # 4 PEBAP HOOPS ECUALLI SPACED vEPTICALL, AND HOPCOUTALLI NOT P0 SOME IM', P.Ci I I w ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING NIEG W IY.DPERIISE.baLM0N6 COPYRIGHT 3012 ALL RIGHTS RESERVED THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FORTH'S PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WITHOUT THE PERMISSION OF INC P C ALL INFORM/MON IN THIS DOCUMENT 15 CONSIDERED PROPERTY OF IIW, PC LIGHTING DETAILS Drawing Issue 1 <0 0 0 >. DI LL 0 x 2 0 0 Z O 0 0 Sh et NOf C7.03 Project No: 12049-01 NEI'I PEDESTAL MOUNTING J HOLES FRONT (TRAIL SIDE) PLAN VIEW HOT P0 SCALE UTILITT SECTIOII CUSTOMER SECTION BACK FRONT (TRAIL SIDE) - (2) 2" CONDUITS FOP SERVICE LINE (1 CAPPED, 1 UTILIZED) - (4) 1)Z" CONDUITS 111 CUSTOMER SECTION (2 TO JUNCTION 80: III FRONT CAPPED TO SIDE FOP FUTURE USE) PLAN VIEW e' COPPER CLAD GROUND POD INSTALLED PEP MANUFACTURER'S INSTRUCTIONS CD SECTION NOT TO SCALE — (4) % 11 18" ANCHOR BOLTS REQUIRED 1 5" 5 TENDED ABOVE TOP OF FOUNDATION SLOPE mo - 1" CHAMFER - FINISHED CPA DE - ALL CONDUIT TD TERMII IATE TO EDGE OF FOUNDATION WITH A FEMALE THREADED FITTING - ALL PEBAR TO REMAIN _" MINIMUM FROM SURFACE OF FOUNDATION (6) # 4 PEBAP HOOPS ECUALLI SPACED vEPTICALL, AND HOPCOUTALLI NOT P0 SOME IM', P.Ci I I w ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING NIEG W IY.DPERIISE.baLM0N6 COPYRIGHT 3012 ALL RIGHTS RESERVED THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FORTH'S PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WITHOUT THE PERMISSION OF INC P C ALL INFORM/MON IN THIS DOCUMENT 15 CONSIDERED PROPERTY OF IIW, PC LIGHTING DETAILS Drawing Issue 1 <0 0 0 >. DI LL 0 x 2 0 0 Z O 0 0 Sh et NOf C7.03 Project No: 12049-01 GENERAL NOTES 1. REFER TO THE SPECIAL PROJECT REQUIREMENTS ( SPR'S) THAT APPLY TO SECTION 19 OF THE CITY OF DUBUQUE STANDARD SPECIFICATIONS FOR ADDITIONAL INFORMATION AND REQUIREMENTS THAT APPLY SPECIFICALLY TO THIS PROJECT. THE SPR'S ARE FOUND IN THE PROJECT SPECIFICATIONS. 2.ALL QUANTITIES SHOWN ON THE PLANS AND SPECIFICATIONS ARE FOR INFORMATIONAL AND ESTIMATING PURPOSES ONLY. 3.A PRECONSTRUCTION MEETING SHALL BE HELD PRIOR TO THE INITIATION OF CONSTRUCTION AND PRIOR TO ANY MATERIALS BEING ORDERED. THE PRECONSTRUCTION MEETING SHALL INCLUDE A PROJECT WALK THROUGH. 4.WHERE PUBLIC UTIUTY FIXTURES ARE SHOWN AS EXISTING ON THE PLANS OR ENCOUNTERED WITHIN THE CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OWNERS OF THOSE UTILITIES PRIOR TO EXCAVATION OR BORING ON THE PROJECT. THE CONTRACTOR SHALL AFFORD ACCESS TO THESE FACILITIES FOR NECESSARY MODIFICATION OF SERVICES. UNDERGROUND FACILITIES, STRUCTURES AND UTILITIES HAVE BEEN PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THOR LOCATION MUST BE CONSDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHERS, THE EXISTENCE OF WHICH I5 PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S RESPONSIBILITY TO VISIT THE SITE, AND TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE THERE TO. NO CLAIMS FOR ANY INTERFERENCE, DELAY, OR ANY AND ALL DAMAGES CAUSED BY SUCH WORK WILL BE GRANTED. 5.ANY REQUIRED FIELD MODIFICATIONS ARE SUBJECT TO APPROVAL OF THE ENGINEER PRIOR TO MAKING THE MODIFICATIONS. 6.ANY AREAS DISTURBED IN GRASSED AREAS SHALL BE RESTORED TO THE SAME CONDITION AS PRIOR TO THE DISTURBANCE. THE TOPSOIL SHALL BE STRIPPED. SALVAGED AND RESPREAD TO PREPARE A SUITABLE SEEDBED IN ACCORDANCE WITH CITY OF DUBUQUE URBAN SEEDING REQUIREMENTS. AS AN OPTION, THE CONTRACTOR MAY SUPPLY REPLACEMENT TOPSOIL. THE STRIPPING, SALVAGING, AND SPREADING AND /OR PLACEMENT OF TOPSOIL AND SEEDING, FERI1UZJNG AND MULCHING SHALL BE CONSIDERED INCIDENTAL TO MOBIUZATION & MISCELLANEOUS AND NO EXTRA COMPENSATION WILL BE ALLOWED. ].ANY DAMAGE BY THE CONTRACTOR, TO THE AREAS INSIDE OR OUTSIDE OF THE PROJECT WORK ZONE INCLUDING BUT NOT WAITED TO THE TRAIL SIDEWALKS. CURBS. OR PAVEMENT. SHALL BE REPLACED BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE CONTRACTING AUTHORITY. ANY LANDSCAPE PLANTING SHALL NOT BE DISTURBED. 6.ALL UNSALVAGEABLE MATERIAL GENERATED DURING THIS PROJECT SHALL BE DISPOSED OF OFF SITE IN A WASTE AREA PROVIDED BY THE CONTRACTOR. 9.GLUING CF CONDUITS TO BE COMPLETED IN ACCORDANCE WITH MANUFACTURER'S INSTRUCTIONS. 10. ALL WIRING 15 TO BE XHHW UNLESS SPECIFIED OTHERWISE. 11. ELECTRICAL CIRCUIT DIMENSIONS ON CONSTRUCTION PLANS ARE PLAN LENGTH BETWEEN HANDHOLES• CONTRACTOR MUST ADJUST FOR ANY VERTICAL RUNS OR REQUIRED SLACK. 12. ELECTRICAL CIRCUITS WILL BE PAID FOR ON THE BASIS CF THE HORIZONTAL DISTANCE IN UNEAL FEET (LF) FROM CENTER OF HANDHOLE TO CENTER OF HANDHOLE. THE BID ITEM ELECTRICAL CIRCUITS SHALL INCLUDE FURNISHING AND DIRECTIONAL BORING INSTALLATION OF 1 -1/2' HOPE ELECTRICAL CONDUIT WITH FURNISHING AND INSTALLING 2 -j10 AWG CONDUCTORS, 1 -#10 AWG GROUND, AND 1 -j10 AWG TRACER WIRE. 13. BID SCHEDULE QUANTITIES FOR ELECTRICAL CIRCUITS DO NOT INCLUDE VERTICAL CONDUCTORS. GROUNDS & CONDUIT 1WTHIN HANDHOLES. LIGHT POLES. LIGHT POLE BASES OR UGHTING CONTROLLERS. THE BID SCHEDULE QUANTITIES FOR ELECTRICAL CIRCUITS ALSO DO NOT INCWDE THE SMALL HORIZONTAL RUN OF CONDUCTORS, GROUNDS & CONDUIT BETWEEN HANDHOLES AND UGHT POLES OR LIGHTING CONTROLLERS. 14. ALL VERTICAL CONDUCTORS, GROUNDS & CONDUIT WMTHIN THE LIGHT POLES, LIGHT POLE BASES. LIGHTING CONTROLLERS AND THE SMALL HORIZONTAL RUN OF CONDUCTORS. GROUNDS & CONDUIT BETWEEN HANDOLES AND LIGHT POLES OR LIGHTING CONTROLLERS WILL BE INCLUDED IN THE INSTALL LIGHT POLE, FURNISH & INSTALL UGHT POLE FOUNDATION OR THE FURNISH & INSTALL UGHTING CONTROLLER (COMPLETE) RESPECTIVE UNIT COSTS. 15. THE UGHT POLE DETAILED ON SHEET C7.02 WILL BE PROVIDED BY THE CITY OF DUBUQUE LEISURE SERVICES DEPARTMENT. THE INSTALL UGHT POLE BID ITEM IS DEFINED AS EITHER THE CITY OF DUBUQUE LEISURE SERVICES DEPARTMENT PROVIDED UGHT POLE DETAILED ON SHEET C7.02 OR THE INSTALLATION OF THE REMOVE & SALVAGE EXISTING LIGHT POLE (2 EACH). AT THE CITY OF DUBUQUE'S DISCRETION THE INSTALLATION OF THE REMOVED & SALVAGED UGHT POLES MAY BE REPLACED WMTH NEW LIGHT POLES. NO ADDIRONAL COMPENSATION WILL BE PROVIDED TO THE CONTRACTOR. 16. THE BID ITEM, FURNISH & INSTALL STREET UGHT POLE FOUNDATION MAY BE CAST -IN -PLACE OR PRECAST. THE BOLT PATTERN FOR THE NEW LIGHT POLES PROVIDED BY THE LEISURE SERVICES DEPARTMENT I5 DETAILED ON SHEET C7.02. THE CONTRACTOR SHALL MATCH THE BOLT PATTERN OF THE REMOVED & SALVAGED LIGHT POLES TO BE REINSTALLED WHERE INDICATED ON THE PLAN SHEETS. THE CONTRACTOR SHALL VERIFY WHICH POLE WILL BE INSTALLED AT THE PINARD PARK LOCATIONS (LIGHT POLE 2 -2 & UGHT POLE 2 -3) WITH THE CITY PRIOR TO ORDERING OR INSTALLING THE UGHT POLE FOUNDATIONS AS THE BOLT CIRCLES WILL LIKELY BE DIFFERENT. 17. THE BID ITEM, REMOVE & SALVAGE EXISTING LIGHT POLE W/ PCC BASE DEMOLITION & DISPOSAL SHALL INCWDE REMOVING THE EXISTING UGHT POLES (2 EACH) WHERE INDICATED CN THE PLAN SHEETS, DEMOURON AND DISPOSAL OF THE EXISTING PCC BASES, PROPER DISCONNECTION AND ABANDONMENT OF EXISTING ELECTRIC FEED TO LIGHT. 16. THE BID ITEM INSTALL SALVAGED UGHT POLE SHALL INCWDE LIGHT POLE INSTALLATION. FURNISHING ALL ANCHORING ACCESSORIES (I.E. ANCHOR BOLTS. NUTS. SPACES ETC.) AND REMOVING AND REPLACING EXISTING CONDUCTORS AND GROUNDS FROM POLE AND RE- WIRING THE POLE WITH NEW #12 AWG XHHW CONDUCTORS AND GROUNDS TO THE FIXTURE. 19. THE LIGHT POLES AND LIGHTING CONTROLLERS SHALL BE INSTALLED WITH A MINIMUM SEPERA1ON OF 3 FEET FROM THE EDGE OF THE TRAIL TO THE FACE OF THE PCC BASES. 20.THE CONTRACTOR SHALL FIELD VERIFY THE PROXIMITY TO ROCK WITHIN THE EXCAVATION OMITS FOR PCC LIGHT BASE FOUNDATION INSTALLATION PRIOR TO ORDERING PRE -CAST BASES. NO ADDITIONAL COMPENSATION WILL BE PROVIDED FOR SAID EXPLORATORY EXCAVATION. TRAFFIC CONTROL & PEDESTRIAN PROTETC11ON NOTES 1. GENERAL THROUGH TRAFFIC WILL BE MAINTAINED AT ALL TIMES. 2.TRAFFIC CONTROL ON THIS PROJECT WILL BE IN ACCORDANCE WITH THE LATEST MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (MUTCD) FOR STREETS AND HIGHWAYS, AS ADOPTED BY THE IOWA DEPARTMENT OF TRANSPORTATION PER 761 OF THE IOWA ADMINISTRATIVE CODE (IAC), CHAPTER 130. 3.ALL TRAFFIC CONTROL OR PEDESTRIAN PROTECTION MEASURES SHALL BE FURNISHED, ERECTED, MAINTAINED, AND REMOVED BY THE CONTRACTOR 4.THE BID ITEM 'MOBILIZATION AND MISCELLANEOUS' SHALL INCLUDE THE COST FOR ALL TRAFFIC CONTROL AND PEDESTRIAN PROTECTION MEASURES REQUIRED OF THE CONTRACTOR TO COMPLETE THE WORK. 5.THE CONTRACTOR I5 RESPONSIBLE FOR PEDESTRIAN AND HAZARD PROTECTION NOT SPECIFICALLY SHOWN ON THESE PLANS BUT DICTATED BY CONSTRUCTION OPERATIONS FOR THE WORK AREA. 6.PEDESTRIAN PROTECTION 15 TO BE PROVIDED UNDER THE ITEM MOBIUZATION AND MISCELLANEOUS. THE PEDESTRIAN PROTECTION SHALL CONSIST OF BARRICADES, SIGNS, AND ORANGE PLASTIC SAFETY FENCE AS NEEDED FOR THE GUIDANCE OF PEDESTRIANS. TYPICALLY PEDESTRIAN SIGNING IS PLACED AT INTERSECTIONS 50 PEDESTRIANS ARE NOT CONFRONTED WITH MID -BLOCK CROSSINGS. PEDESTRIAN PROTECTION MEASURES ARE NOT SPECIFICALLY IDENTIFIED ON THESE PLAN SHEETS ALTHOUGH THE CONTRACTOR I5 REQUIRED TO PROVIDE PEDESTRIAN PROTECTION. IF PEDESTRIAN ACCESS 15 PROVIDED THE ACCESS SHALL BE AVAILABLE TO ALL PEDESTRIANS AS AN ACCESSIBLE ROUTE FREE OF BUMPS. ].ORANGE PLASTIC SAFETY FENCE AND BARRICADES SHOULD BE USED FOR ADDITIONAL PROTECTION IN AREAS WHERE PEDESTRIANS ARE PRESENT WITHIN THE SIDEWALK / TRAIL CLOSED AREA. B.WHEN THE SIDEWALK / TRAIL I5 OPEN, THE SURFACE NEEDS TO BE AN ACCESSIBLE ROUTE FREE OF BUMPS. 9.THE LOCATION FOR STORAGE OF EQUIPMENT BY THE CONTRACTOR DURING NON- WORKING HOURS SHALL BE IN SUCH A PLACE 50 IT I5 NOT SUBJECT TO BEING HIT BY ERRANT VEHICLES. EQUIPMENT SHALL NOT BE STORED WHERE IT BLOCKS THE VIEW OF TRAFFIC CONTROL DEVICES OR VISIBIUTY AT INTERSECTIONS. WORK BY OTHERS ALLIANT ENERGY WILL SUPPLY 120/240 VOLT SINGLE PHASE POWER TO THE LIGHTING CONTROLLERS. Im, P.CJ I I w ARCHITECTURE CML ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING NIEGR1Y.FXPER11SE.SOLUII0N6 COPYRIGHT 2012 ALL RIGHTS RESERVED THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FORTH'S PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WITHOUT THE PERMISSION OF IN,, P C ALL INFORMAI1ON IN THIS DOCUMENT 15 CONSIDERED PROPERTY OF IIW, PC GENERAL NOTES E 0 W O K a (D Z m 2 (D J W g N 7 — m ocn U-c Oa o0, V 0 - m o 2 W Z 0 z W 2 0 z Drawing Issue 1 2 i 0 Z O 0 0 Sh Bt NOf C7.04 Project No: 12049-01 \ / EXISTING WALL IYM HABERKORN to QUAZITE 12 "X12" HANOHOLE (TYP) STA:3 +87.0, 7.5'RT L QUAZITE 12 "X12" HANDHOLE (TYP) STA:6 +50.0, 7.5'RT EXISTING WALL QUAZITE 12 "X12" HANDHOLE (TYP) STA:8 +08.0, 7.5'R-T —550 - r HORIZONTAL SCALE IN FEET 0 30 60 DRAWING MAY HAVE BEEN REDUCED 3 - #10 AWG XHHW 112 LF OF 1Xa" HOPE ELECTRIC CONDUIT WITH #10 AWG TRACER HIRE IIw ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING NTEGRTIETSRTSESCLL NS © COPYRIGHT 2012 ALL RIGHTS RESERVED THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FOR THIS PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WITHOUT THE PERMISSION OF IAN, P C ALL INFORMATION IN THIS DOCUMENT IS CONSIDERED PROPERTY OF IIW, P C AUTO 35 M CENIERUNE OF EXISTING TRAIL DUBUQUE STAMP BLDG 3 -#10 AWG XHHW 265 LF OF 1r HOPE ELECTRIC CONDUIT WITH #10 AWG TRACER WIRE BLOC I /3 -#10 AWG XHHW 157 LF OF 1J4' HOPE ELECTRIC CONDUIT MTH #10 AWG TRACER WIRE CHAIN LINK FENCE H 0CWT LIGHT POLE 1 -1 STA:3+87.0 10.0'RT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC BASE LIGHT POLE 1 -2 STA:6 +50.0, 10.0'R 3' OFFSET EDGE OF TRAIL TO FACE OF PCC BASE LIGHT POLE 1 -3 STA:8 +08.0, 10.0'RT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC BASE z_ 1 NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT E Tx V. LLI N Trm In° 0- 0 cn U Ua Drawing Issue In O 5 � 2p m co O LL a � Z 5 0 L7 W J a G Sheet No f 07.10 Protect No: 12049 -01 3 - #10 AWG XHHW 112LFOFth" HOPE ELECTRIC CONDUIT WITH X10 AWG TRACER WIRE UGHT POLE 1 -4 STA:9 +21.0, 20.4'LT (APPROX.) (COORDINATE WITH OWNER TO DETERMINE PRECISE INSTALLATION LOCATION ADJACENT TO EXISTING SEATING AREA.) QUAZITE 12 "X12" HANDHOLE (TYP) STA:11 +57.0, 7.5'RT 3 -10 AWG XHHW 230 LF OF 1)¢" HDPE ELECTRIC CONDUIT WITH {410 AWG TRACER WIRE 3 - #10 AWG XHHW 19 LF OF 1iz HDPE ELECTRIC CONDUIT WITH ; 70 AWG TRACER WIRE QUAZITE 12 "X12" HANDHOLE (TIP) STA:11+75.0. 7.5'RT LIGHT POLE 1-6 STA :13 +53.0, 10. LT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC BASE UGHT POLE 1 -7 STA:15 +37.0, 10.0'LT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC BASE HORIZONTAL SCALE IN FEET 0 30 60 DRAWING MAY HAVE BEEN REDUCED M PENARD STREET �J /// / / /// /:// / / j - — CHAIN LIN IEEHCE ROCK WALL A �M ter. CONDUIT CCOND COAjDU+T •ONDUIT CO C WL CONDUIT 1 CONDUIT SHED HOUSE CHAIN LIN< FENCE NEDGES RIM 6275 GARAGE DOCK HOUSE QUAZITE 12 "X12" HANDHOLE (TYP.) STA:9 +21.0, 17.9'LT H & W MOTOR EXPRESS REMOVE AND SALVAGE EXISTING LIGHT POLE (TO BE POLE 2-3 1LOCA ON WITH PARK WRING A DT NEW PCC FOUNDATION) REMOVE AND DISPOSE OF BASE POWER SUPPLY BY ALLIANT ENERGY. THIS CONTRACT PROVIDES 2" ELECTRICAL CONDUIT STUB OUT OF CONTROLLER FOUNDATION FOR SERVICE/METER CONNECTION BY ALLIANT. COORDINATE WITH ALLIANT FOR LOCATION OF STUB IN FOUNDATION M w - UGHTING CONTROLLER #1 STA:11 +57.0, 10.2'RT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC FOUNDATION (MINIMUM) SEE DETAILS ON SHEET C7.03 UGHT POLE 1 -5 STA:11 +75.0, 10.0'RT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC BASE 3 -#10 AWG XHHW 176 LF OF U¢" HDPE ELECTRIC CONDUIT WTH #10 AWG TRACER WIRE QUAZITE 12 "X12" HANDHOLE (TYP) STA:13 +53.0, 7.51LT 3 -#10 AWG XHHW 183 LF OF 1" HOPE ELECTRIC CONDUIT WITH #10 AWG TRACER WIRE QUAZITE 12 "X12" HANDHOLE (TIP) STA:15 +37.0, 7.5'LT CENTERLINE OF EXISTING TRAIL IIW ARCHITECTURE CNIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING INTEGRRYE1P6ETSESOLU110NS © COPYRIGHT 2012 ALL RIGHTS RESERVED THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FOR THIS PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WRHOUT THE PERMISSION OF IIW, P C AU. INFORMATION IN THIS DOCUMENT IS CONSIDERED PROPERTY OF IIW, P C LIGHTING PLAN NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 GIB 0 ua 0 m 7-0 LL o l Sheet Nof 07.11 Z 5 is PUBLIC MEETING D Protect ND: 12049 -01 IIW, P.Cj HORIZONTAL SCALE IN FEET 0 30 80 DRAWING MAY HAVE BEEN REDUCED ARCHITECTURE CIVIL ENGINEERI NO CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING INIEBRRY.B ERTBESOUJTIDNS UGHT POLE 2 -1 STA:19+24.0, 10.0'LT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC BASE LIGHT POLE 2 -2 STA: 20 +75.0, 29.O'LT (APPROX.) REMOVE AND SALVAGE EXISTING LIGHT POLE, REMOVE AND DISPOSE OF BASE. INSTALL NEW 24" PCC FOUNDATION, MATCH BOLT CONFIGURATION OF EASING POLE. REINSTALL SALVAGED POLE WITH NEW WIRING. (COORDINATE WITH OWNER TO DETERMINE PRECISE RE— INSTALLATION LOCATION IN PARK.) LIGHT POLE 2 -3 STA: 22 +01.0, 29.0'LT (APPROX.) INSTALL NEW 24" PCC FOUNDATION, MATCH BOLT CIRCLE OF SALVAGED LIGHT POLE FROM STA 9 +70, LT. REINSTALL SALVAGED POLE WITH NEW WIRING. (COORDINATE WITH OWNER TO DETERMINE PRECISE RE— INSTALLATION LOCATION IN PARK.) QUAZITE 12 "X12" HANDHOLE (TYP) STA: 24+72.0, 7.5'RT 3 - 110 AWG XHHW 189 LF OF 1Xi HOPE ELECTRIC CONDUIT WITH #10 AWG TRACER WIRE PINARD STREET © COPYRIGHT 2012 ALL RIGHTS RESERVED THESE DDCUAENTS HAVE BEEN PREPARED SPECIFICALLY FOR THIS PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WITHOUT THE PERMISSION OF IIW, P C ALL INFORMATION IN THIS DOCUMENT IS CONSIDERED PROPERTY OF INf, P C ON TUCKP'ING OUR CONDUIT COND IT E CONDUIT CHAIN UNK FEN xroo 1 FENCE GIESE SHEET CENTERLINE OF EXISTING TRAIL QUAZITE 12 "X12" HANDHOLE (TYP) STA:19 +24.0, 7.5'LT 3— #10 AWG XHHW 157 LF OF 1 "' HDPE ELECTRIC CONDUIT 11TH #10 AWG TRACER WIRE QUAZITE 12 "X12" HANDHOLE (TYP) STA: 20 +75.0, 26.5'LT 3 —#10 AWG XHHW 121 LF OF 1X1' HOPE ELECTRIC CONDUIT WITH #10 AWG TRACER WIRE QUAZITE 12 "X12" HANDHOLE (TYP) STA: 22 +01.0, 26.51T 3 —#10 AWG XHHW 274 LF OF 1X1" HOPE ELECTRIC CONDUIT WITH #10 AWG TRACER WIRE POWER SUPPLY BY ALLIANT ENERGY. THIS CONTRACT PROVIDES 2" ELECTRICAL CONDUIT STUB OUT OF CONTROLLER FOUNDATION FOR SERVICE/METER CONNECTION BY ALLIANT. COORDINATE WITH ALLIANT FOR LOCATION OF STUB IN FOUNDATION UGHTING CONTROLLER #2 STA: 24+72.0, 10.2'RT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC FOUNDATION (MINIMUM) SEE DETAILS ON SHEET C7.03 Sheet No:f 07.12 Project No: 12049 -01 4V' — 3-110 AWG XHHW 189 1.F OF or HDPE ELECTRIC CONDUIT WITH #10 AWG TRACER WIRE LIGHT POLE 2 -4 STA: 26 +62.0, 10.0'LT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC BASE 3 —f10 AWG XHHW 209 LF OF 1 X" HDPE ELECTRIC CONDUIT WITH j' 10 AWG TRACER WIRE QUAZITE 12 "512" HANDHOLE (TYP) STA: 28+72.0, 7.5'RT 3 -110 AWG XHHW 427 LF OF 1)¢" HOPE ELECTRIC CONDUIT WITH X110 AWG TRACER WIRE QUAZITE 12 "512" HANDHOLE (TYP) STA: 33 +00.0, 7.5'RT HORIZONTAL SCALE IN FEET 0 30 60 DRAWING MAY HAVE BEEN REDUCED — 3-110 AWG XHHW 201 LF OF 1)¢" HDPE ELECTRIC CONDUIT WITH #10 AWG TRACER WIRE Vr CONDUIT CONDUIT • CHAIry LV.Ik f E W/ C ELI[ STREET LIGHT POLE 2 -6 STA: 33+00.0, 10.0'RT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC BASE CENTERUNE OF EXISTING TRAIL 33 QUAZITE 12 "X12" — HANDHOLE (TYP) STA: 26+62.0, 7.5'LT LIGHT POLE 2 -5 STA: 28 +72.0, 10.0'RT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC BASE IMf, P.cJ • • IIw ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING NIEGRITY.F]0'ERTIEE.SOLUDON6 .. .. u. 1 _ui CH Jam: COPYRIGHT 2512 ALL RIGHTS RESERVED THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FOR THIS PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WITHOUT THE PERMISSION OF IW, P C ALL INFORMATION IN THIS DOCUMENT IS CONSIDERED PROPERTY OF INV, P C GHTING PLA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT Drawing Issue 1 U Z L7 Pi U J m 2 0 Sheet No f C7.13 Project No: 12049 -01 OUAZITE 12 "X12" HANDHOLE (TYP) STA.35 +00.0, 7.5'RT PINARD REET CH0.1�I LINK FENCE L -- BO~ - w - M AUER MANtJF. 3 -110 AWG XHHW 201 LF OF 1)6 HOPE ELECTRIC CONDUIT WITH #10 AWG TRACER WIRE UGHT POLE 2 -7 STk 35 +00.0, 10.0'RT 3' OFFSET EDGE OF TRAIL TO FACE OF PCC BASE CENTERLINE OF EXISTING TRAIL HORIZONTAL SCALE IN FEET 0 30 60 DRAWING MAY HAVE BEEN REDUCED INV, P.ci • • IIW ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING INTEORRYMSERTISESOLUTIONS © COPYRIGHT 2D12 ALL RIGHTS RESERVED THESE DOCUMENTS HAVE BEEN PREPARED SPECIFICALLY FOR THIS PROJECT ONLY NO PART OF THIS DOCUMENT MAY BE REPRODUCED OR DISTRIBUTED IN ANY FORM WRHOUT THE PERMISSION OF IIW, P C AU. INFORMATION IN THIS DOCUMENT IS CONSIDERED PROPERTY OF IIW, P C LIGHTING PLAN NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 ti C 1 m C z 0 a m PUBLIC MEETING nU 0 Sheet Nof 07.14 Protect No: 12049 -01 Masterpiece on the Mississippi CONTRACT DOCUMENTS AND SPECIFICATIONS FOR CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING CIP 3501129 • • IIW IIW, P.C. • ENGINEERS. ARCHITECTS. SURVEYORS. IIW Project No.: 12049 -01 IIW, P.C. 4155 Pennsylvania Avenue Dubuque, IA 52002 -2628 Voice: 563 -556 -2464 Fax: 563- 556 -7811 Web: www.iiwengr.com SPECIFICATIONS FOR CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING CIP 3501129 PREPARED FOR: City of Dubuque 50 West 13th Street Dubuque, IA 52001 Phone: 563 -589 -4100 Fax: 563 -589 -0890 PREPARED BY: IIW, P.C. 4155 Pennsylvania Avenue Dubuque, Iowa 52002 -2628 Phone: 563 -556 -2464 Fax: 563 -556 -7811 IIW PROJECT NO: 12049 -01 `��\`oF E S S pN' %, \; ` `� , , , , , , , ,,� ,9 Q 00' ` ', O '.,� c^' I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. w _ - MARC D. : 0 = FOR IIW, P.C. w RUDEN = Z U t 9249 - - June 22, 2012 � . , ,: �. Marc D. Ruden, P.E. Date �'�� ''' �,, � � � `� �`� License Number 19249 ', /,,, / 0 \N P My license renewal date is December 31, 2012 11" " "i" "'\�� ����`\ Pages or sheets covered by this seal: Technical Specifications SEAL CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 TABLE OF CONTENTS DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS Notice to Bidders A -1 Bid Proposal B -1,2 Bid Bond C -1 Bid Proposal Submittal Checklist D -1 Construction Schedule and Liquidated Damages E -1 Improvement Contract F -1,2,3 Performance, Payment and Maintenance Bond G -1,2,3 General Requirements GR -1 to 31 Notice to Proceed H -1 Change Order I -1,2 Contractor Payment Form J -1,2 DIVISION 1- SPECIFIC PROJECT REQUIREMENTS Special Conditions SC- 1 -3 City of Dubuque Requirements Sales & Use Tax Exemption Certificate ST - 1 -3 Special Provisions SP - 1 Insurance Requirements for Contractors I - 1 -4 Administrative Policy Regarding Iowa Occupational Safety and Health Act or Occupational Safety and Health Act Excavation Safety Violations OSHA — 1 -4 Section 19 - Street Lights and Traffic Signal Specifications SPR's for the following City of Dubuque Standard Specification: SPR -1 -3 NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT NORTH END TRAIL LIGHTING PROJECT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each improvement as stated below must be filed before 4:00 p.m. on July 5, 2012, in the Office of the City Clerk, City Hall - First Floor, 50 West 13th Street, Dubuque, Iowa. Time and Place Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at 4:00 p.m. on July 5, 2012, at City Hall - Conference Room B, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council (Council) at its meeting on July 16, 2012. The City of Dubuque, Iowa, reserves the right to reject any and all bids. Time for Commencement and Completion of Work. Work on each improvement shall be commenced within 10 days after the Notice to Proceed has been issued and shall be fully completed by October 31, 2012. Bid Security. Each bidder shall accompany its bid with a bid security as security that the successful bidder will enter into a contract for the work bid upon and will furnish after the award of contract a corporate surety bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of ten percent (10 %) of the amount of the contract and shall be in the form of a cashier's check or certified check drawn on a state - chartered or federally chartered bank, or a certified share draft drawn on a state - chartered or federally chartered credit union, or the governmental entity may provide for a bidder's bond with corporate surety satisfactory to the governmental entity. The bid bond shall contain no conditions excepted as provided in this section. Contract Documents. Construction documents may be obtained at IIW Engineers & Surveyors, PC, 4155 Pennsylvania Avenue, Dubuque, IA 52002, 563 - 556 -2464. No plan deposit will be required. Preference for Iowa Products and Labor. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. Sales Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. General Nature of Public Improvement. North End Trial Lighting Project, CIP: 350 -1129 This project consists of providing pedestrian lighting for the North End Neighborhood off street portion of the Trail. The trail begins at 24th and extends to 32nd Street. Published in the Telegraph Herald, June 22, 2012. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or indicated sums CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING CIP 3501129 BID SCHEDULE NOTE Bids shall EXCLUDE sales tax and all other applicable taxes and fees NO. DESCRIPTION BID FORM 1A QUANTITY UNIT PRICE TOTAL PRICE 1 Mobilization and Miscellaneous 1 LS Electrical Circuits (Including Furnishing & Boring 1-1/2" HDPE 2 Conduit w/ 2 - #10 AWG Conductors, 1 - #10 AWG Ground, 1- #10 AWG Tracer Wire) 3 Install Light Pole 4 Install Salvaged Light Pole 5 Furnish & Install Light Pole Foundation 6 Remove & Salvage Existing Light Pole with PCC Base Demolition & Disposal 7 Furnish & Install Lighting Controller (Complete) 8 Furnish & Install Handholes TOTAL BID 2721 LF 12 EA 2 EA 14 EA 2 EA 2 EA 16 EA This bid schedule is submitted by Contractor Name The bidders Iowa Registration Number is Bid Proposal Page 1 of 2 B -1 CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 BID FORM 1B BID PROPOSAL The bidder hereby certifies that the bidder is the only person or entity interested in this proposal as principal; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein, and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understands that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the mariner and time prescribed and to do the work at the prices herein set out. Accompanying this proposal in a separate envelope is a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10 %) of the bid submitted; or a bid bond in the penal sum of ten percent (10 %) of the bid submitted executed by the bidder and an acceptable corporate surety. It is understood that this proposal guarantee will be retained in the event the formal contract or bond is not executed, if award is made to the undersigned. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Council, and that the bidder will commence work on or about ten (10) days after the date of the contract, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder acknowledges receipt of the following addendum: Dated: Dated: Dated: PRINCIPAL: Contractor Address Individual ( ) Partnership ( ) Corporation ( ) City By: Signature State Title Date Zip Note: To be completed by out of State bidders. The State of does ( ) / does not ( ) utilize a percentage preference for in state bidders. The amount of preference is percent. Bid Proposal Page 2 of 2 B -2 CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 BID BOND KNOWN ALL MEN BY THESE PRESENTS, that we as Principal, and , as Surety, are held and firmly bound unto the unto the City of Dubuque, Iowa (the City), in the penal sum of in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated the day of , 2012, for the North End Neighborhood Trail Lighting Project, CIP 3501129. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and shall within the period specified therefore, if no period be specified, within ten (10) days after the prescribed forms are presented to it for signature, enter into a written contract with the City of Dubuque, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the City in liquidation of damages sustained in the event that the afore described bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of , 2012, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL: SURETY: Contractor Surety Company By: By: Signature Signature Title Title Date Date CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 BID PROPOSAL SUBMITTAL CHECKLIST Checking your bid submittal against the following checklist before filing will assist preventing minor errors or omissions, which could result in disqualifications of your bid because of technicalities 1 Bid Proposal must be submitted on forms provided • Bid Schedule • Bid Proposal 2 Acknowledge receipt of all addendum(s) on Bid Proposal 3 Bid Proposal must be SIGNED by an authorized agent 4 Bid Proposals must be submitted in a separate sealed envelope, addressed to City of Dubuque Office of City Clerk City Hall, 50 West 13th Street Dubuque, Iowa, 52001 and shall be clearly labeled as follows Bid Proposal for the City of Dubuque North End Neighborhood Trail Lighting Project CIP 3501129 Include Contractor name and address 5 Bid Proposal must be accompanied by a BID BOND in an amount not less than ten percent (10 %) of the bid submitted or Certified check made payable to the "City of Dubuque" in an amount not less than ten percent (10 %) of the bid submitted 6 Bid Bond, if used, must be SIGNED by both the bidder and the Surety or Surety's Agent Signature of Surety's Agent must be supported by accompanying Power of Attorney 7 Bid Bond must be submitted in a separate sealed envelope, addressed to City of Dubuque Office of City Clerk City Hall, 50 West 13th Street Dubuque, Iowa, 52001 and shall be clearly labeled as follows Bid Bond for City of Dubuque North End Neighborhood Trail Lighting Project CIP 3501129 Include Contractor name and address 8 Sufficient time should be allowed for mailed bids to be delivered by normal postal operation Late bids will not be considered 9 Bid must not be qualified in any way or contain any reservations not made optional in the Bid Form provided to bidders This SPECIAL NOTICE is issued as a reminder against common irregularities in bids, and is not a Contract Document CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 CONSTRUCTION SCHEDULE AND LIQUIDATED DAMAGES Work herein provided for shall be commenced within the (10) days after notice to proceed has been issued and shall be fully completed by October 31, 2012. Time is of the essence of the contract. As delay in the diligent prosecution of the work may inconvenience the public, obstruct traffic, interfere with business, and/or increase costs to the City such as engineering, administration, and inspection, it is important that the work be prosecuted vigorously to completion. Should the Contractor, or in case of default the surety, fail to complete the work within the contract time plus such extensions of time as may be allowed by the City, a deduction at the liquidated damages rate of $750.00 per calendar day will be made for each and every calendar day that such contract remains uncompleted after expiration of the contract time. In either event, the Contractor or the Contractor's surety shall be responsible for all costs incident to the completion of the work, and shall be required to pay to the City the liquidated damages. The liquidated damages rate is hereby agreed upon as the true and actual damages due the City for loss to the City and to the public due to obstruction of traffic, interference with business, and /or increased costs to the City such as engineering, administration, and inspection after the expiration of the contract time, or extension thereof. Such liquidated damages may be deducted from any money due or to become due the Contractor under the contract, and the Contractor and its surety shall be liable for any liquidated damages in excess of the amount due the Contractor. Permitting the Contractor to continue and finish the work, or any part of it, after the expiration of the contract time or extension thereof shall in no way operate as a waiver on the part of the City of any of its rights or remedies under the contract, including its right to liquidated damages pursuant to this provision. The assessment of liquidated damages shall not constitute a waiver of the City's right to collect any additional damages which the City may sustain by failure of the contractor to carry out the terms of the Contract. An extension of the contract period may be granted by the City for any of the following reasons: 1. Additional work resulting from a modification of the plans. 2. Delays caused by the City. 3. Other reasons beyond the control of the Contractor, which in the City's opinion, would justify such extension. CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 IMPROVEMENT CONTRACT THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for reference purposes the day of , 20_, between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City) and (Contractor). For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1. To furnish all material and equipment and to perform all labor necessary for the North End Neighborhood Trail Lighting Project, CIP 3501129 (the Project). The Project shall be made to the established grade and to the grades as shown on the profiles and cross sections on file in the City Engineer's office for this Project; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque relating to public works, and in accordance with the Contract Documents of which provisions and documents are each and all hereby referred to and made a part of this Contract just as much as if the detail statements thereof were repeated herein. 2. Contract Documents shall mean and include the following: All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Notice to Bidders; the Contractor's Proposal; and the Plans, Specifications, and General Requirements as adopted by the City Council for the Project. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor. 5. Five percent (5 %) of the Contract price shall be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim that may be filed within said time for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that time, as provided in Iowa Code Chapter 573. The City shall also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the specifications including General Requirements and has examined and understands the plans herein referred to and agrees riot to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 7. In addition to the guarantee provided for in the specifications, the Contractor shall also make good any other defect in any part of the Project due to improper construction notwithstanding the fact that said Project may have been accepted and fully paid for by the City, and the Contractor's bond shall be security therefore. 8. The Contractor shall fully complete the Project under this Contract by October 31, 2012. 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself) including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Council, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total number of units completed at the unit prices stated in the Contractor's Proposal and less any liquidated damages provided for in the Contract Documents. The number of units stated in the plans and specifications is approximate only and the final payment shall be made by the work covered by the Contract. CONTRACT AMOUNT $ FURTHER CONDITIONS The Contractor hereby represents and guarantees that it has riot, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer, whereby it has paid or is to pay any other bidder or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any agreement or arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the letting of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10 %) of the Contract price but in no event be less than $200.00 (Two Hundred Dollars) as liquidated damages to the City. The surety on the bond furnished for this Contract shall, in addition to all other provisions, be obligated to the extent provided for by Iowa Code § 573.6, relating to this Contract, which provisions apply to said bond. The Contractor agrees, and its bond shall be surety therefore, that it will keep and maintain the Project in good repair for a period of two years after acceptance of the same by the City Council and its bond shall be security therefore. CITY OF DUBUQUE, IOWA PRINCIPAL: By City Manager Contractor: By: Signature Title CERTIFICATE OF CITY CLERK This is to certify that a certified copy of the above Contract has been filed in my office on the day of , 20 City Clerk CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 PERFORMANCE, PAYMENT AND MAINTENANCE BOND KNOWN ALL MEN BY THESE PRESENTS: That as Principal (Contractor) and as Surety are held firmly bound unto the City of Dubuque, Iowa (City), in the penal sum of $ herein referred to, lawful money of the United States of America, well and truly to be paid to said City of Dubuque, and to all other parties who, under the provisions of the laws of Iowa, are intended to be protected and secured hereby for which payment we bind ourselves, our heirs, executors, successors and assigns, jointly and severally by these presents. Dated at Dubuque, Iowa, this day of , 20_, and duly attested and sealed. WHEREAS, the said Contractor by a Contract dated , 20_, incorporated herein by reference, has agreed with said City of Dubuque to perform all labor and furnish all materials required to be performed and furnished for the North End Neighborhood Trail Lighting Project CIP 3501129 (the Project) according to the Contract Documents prepared therefore. It is expressly understood and agreed by the Contractor and Surety that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. PERFORMANCE BOND: The Contractor shall well and faithfully observe, perform, fulfill and abide by each and every covenant, condition and part of said Contract Documents, by reference made a part hereof, for the Project, and shall indemnify and save harmless the City from all outlay and expense incurred by the City by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT BOND: The Contractor and the Surety shall pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price which the City is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573, Code of Iowa, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE BOND: The Contractor and the Surety hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two (2) years from the date of acceptance of the work under the Contract by the City Council of the City of Dubuque, Iowa, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the City the reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the City all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. Contractor's and Surety's agreement herein made extends to defects in workmanship or materials not discovered or known to the City at the time such work was accepted. NOW, THEREFORE, the condition of this obligation is such that if the said Contractor shall perform all of the work contemplated by the Contract in a workmanlike manner and in strict compliance with the plans and specifications, and will pay all claims for labor and materials used in connection with said Project, to indemnify the said City for all damages, costs and expense incurred by reason of damages to persons or property arising through the performance of said Contract, and will reimburse the City for any outlay of money which it may be required to make in order to complete said Contract according to the Construction Documents and will maintain in good repair said Project for the period specified in the Contract where this bond is obligated for maintenance, and will faithfully comply with all of the provisions of Section 573 of the Code of Iowa, then this obligation shall be null and void, otherwise it shall remain in full force and effect. All the conditions of this bond must be fully complied with before the Contractor or the Surety will be released. The Contract and Contract Documents shall be considered as a part of this Bond just as if their terms were repeated herein. Dated at Dubuque, Iowa this day of , 20_ CITY OF DUBUQUE, IOWA PRINCIPAL: By: City Manager By: Signature Title SURETY: By: Signature Title City, State, Zip Code Telephone Attorney In -Fact CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 PERFORMANCE, PAYMENT AND MAINTENANCE BOND KNOWN ALL MEN BY THESE PRESENTS: That as Principal (Contractor) and as Surety are held firmly bound unto the City of Dubuque, Iowa (City), in the penal sum of $ herein referred to, lawful money of the United States of America, well and truly to be paid to said City of Dubuque, and to all other parties who, under the provisions of the laws of Iowa, are intended to be protected and secured hereby for which payment we bind ourselves, our heirs, executors, successors and assigns, jointly and severally by these presents. Dated at Dubuque, Iowa, this day of , 20_, and duly attested and sealed. WHEREAS, the said Contractor by a Contract dated , 20_, incorporated herein by reference, has agreed with said City of Dubuque to perform all labor and furnish all materials required to be performed and furnished for the North End Neighborhood Trail Lighting Project CIP 3501129 (the Project) according to the Contract Documents prepared therefore. It is expressly understood and agreed by the Contractor and Surety that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. PERFORMANCE BOND: The Contractor shall well and faithfully observe, perform, fulfill and abide by each and every covenant, condition and part of said Contract Documents, by reference made a part hereof, for the Project, and shall indemnify and save harmless the City from all outlay and expense incurred by the City by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT BOND: The Contractor and the Surety shall pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price which the City is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573, Code of Iowa, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE BOND: The Contractor and the Surety hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two (2) years from the date of acceptance of the work under the Contract by the City Council of the City of Dubuque, Iowa, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the City the reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the City all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. Contractor's and Surety's agreement herein made extends to defects in workmanship or materials not discovered or known to the City at the time such work was accepted. NOW, THEREFORE, the condition of this obligation is such that if the said Contractor shall perform all of the work contemplated by the Contract in a workmanlike manner and in strict compliance with the plans and specifications, and will pay all claims for labor and materials used in connection with said Project, to indemnify the said City for all damages, costs and expense incurred by reason of damages to persons or property arising through the performance of said Contract, and will reimburse the City for any outlay of money which it may be required to make in order to complete said Contract according to the Construction Documents and will maintain in good repair said Project for the period specified in the Contract where this bond is obligated for maintenance, and will faithfully comply with all of the provisions of Section 573 of the Code of Iowa, then this obligation shall be null and void, otherwise it shall remain in full force and effect. All the conditions of this bond must be fully complied with before the Contractor or the Surety will be released. The Contract and Contract Documents shall be considered as a part of this Bond just as if their terms were repeated herein. Dated at Dubuque, Iowa this day of , 20_ CITY OF DUBUQUE, IOWA PRINCIPAL: By: City Manager By: Signature Title SURETY: By: Signature Title City, State, Zip Code Telephone Attorney In -Fact NOTICE TO PROCEED TO: DATE: PROJECT: City Of Dubuque, Iowa North End Neighborhood Trail Lighting Project CIP 3501129 You are hereby notified to commence work in accordance with the Contract dated , 2012, on or before , 2012, and you are to complete the work by October 31, 2012. You are required to return an acknowledged copy of this Notice to Proceed to the Owner. OWNER City of Dubuque, Iowa BY Signature NAME Michael Van Milligen Type or Print TITLE City Manager ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by this the day of , 2012. BY NAME TITLE Signature Type or Print CHANGE ORDER Change Order No: Date: Agreement Date: Owner: City of Dubuque, Iowa Project: North End Neighborhood Trail Lighting Project CIP 3501129 No. 12049 -01 Contractor: Description of Change: (example) 1 4" PVC Sanitary Sewer 2 6" PVC Sanitary Sewer 250 LF @ $200.00 $50,000.00 20 LF @ $100.00 $2,000.00 TOTAL CHANGE ORDER NO. 1 $52,000.00 Justification for Change: Change in Contract Price: The amount of the contract will be (Decreased) (Increased) by this change order by the sum of Dollars ($ ) Adjustment in Amount of Contract: 1. Amount of Original Contract $ 2. Net (Addition) (Reduction) due to all previous change orders $ 3. Amount of contract not including this change order $ 4. (Addition) (Reduction) to contract due to this change order $ 5. Amount of contract including this change order $ Change Order Conditions: The contract completion period established by the original contract and previous change orders will (be increased) (be decreased) (remain unchanged). The fmal completion date, prior to this change order, was , 20 . The final completion date as affected by this change order will be , 20 I -1 Change Order Page 2 Work performed under this change order will be subject to all the requirements as stated herein and in the contract documents and all change orders. The Contractor expressly agrees that he will place under coverage of his Contractor's Improvement Bond and insurance all work covered by this change order. All work performed under this change order shall be performed in accordance with the requirements of this change order, the plans, the specifications, and the contract documents. Recommended for Acceptance: IIW, P.C. Accepted and/or Requested: CONTRACTOR BY Signature NAME Type or Print TITLE DATE Accepted and/or Requested: OWNER City of Dubuque, Iowa Attest (Optional): BY BY NAME: Signature Signature NAME TITLE: Type or Print Type or Print TITLE DATE I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. FOR IIW, P.C. , P.E. Date License Number SEAL My license renewal date is December 31, Pages or sheets covered by this seal: Change Order No. Accepted and/or Requested: CONTRACTOR BY Signature NAME Type or Print TITLE DATE Accepted and/or Requested: OWNER City of Dubuque, Iowa Attest (Optional): BY BY NAME: Signature Signature NAME TITLE: Type or Print Type or Print TITLE DATE IIW, P.C. CONTRACT PAYMENT NO. OWNER City of Dubuque, Iowa PROJECT North End Neighborhood Trail Lighting CIP 3501129 IIW PROJECT NO 12049 -01 PROJECT COMPLETION DATE Original Revised CONTRACTOR'S PAYMENT FORM PAGE 1/ CONTRACTOR ADDRESS AMOUNT OF CONTRACT Original Revised DETAILED ESTIMATE OF CONTRACT WORK COMPLETED TO DATE DATES OF PAYMENT From To ITEM NO CONTRACT ITEM DESCRIPTION CONTRACT ITEM PREVIOUS TOTAL THIS PERIOD TOTAL TO DATE QUANTITY' UNIT 1 UNIT COST QUANTITY 1 AMOUNT QUANTITY I AMOUNT QUANTITY 1 AMOUNT PERCENT TOTAL WORK COMPLETED CONTRACT PAYMENT NO. DETAILED ESTIMATE OF CHANGE ORDER WORK COMPLETED TO DATE PAGE 2J TOTAL CHANGE ORDER WORK TOTAL CONTRACT AND CHANGE ORDER WORK PERFORMED TO DATE Less Amount Retained Per Contract 5% Value of Stored Materials (See Attached List) Less Stored Materials Amount Retained Per Contract 5% Net Amount Earned to Date Less Previous Amount Earned BALANCE DUE THIS PAYMENT CERTIFICATION OF CONTRACTOR The undersigned contractor certifies that to the best of his knowledge, information and belief the work covered by this Contract Payment has been completed in accordance with the Contract Documents for this project, that this Contract Payment is a true and correct statement of the amount of the work completed to the date of this Contract Payment and that the amounts paid to the contractor will be utilized by him to pay for labor, materials, equipment and subcontracts Involved in the performance of this contract CONTRACTOR: BY TITLE DATE RECOMMENDATION OF ENGINEER In accordance with the Contract Documents for this project, the undersigned Engineer recommends payment to the Contractor of the balance due this payment as shown IIW, P.C. BY TITLE DATE APPROVAL OF OWNER: CITY OF DUBUQUE, IOWA AMOUNT PAID BY TITLE DATE PREVIOUS THIS TOTAL CHANGE TOTAL PERIOD TO ORDER NO DATE CHANGE ORDER DESCRIPTION AMOUNT AMOUNT DATE PERCENT TOTAL CHANGE ORDER WORK TOTAL CONTRACT AND CHANGE ORDER WORK PERFORMED TO DATE Less Amount Retained Per Contract 5% Value of Stored Materials (See Attached List) Less Stored Materials Amount Retained Per Contract 5% Net Amount Earned to Date Less Previous Amount Earned BALANCE DUE THIS PAYMENT CERTIFICATION OF CONTRACTOR The undersigned contractor certifies that to the best of his knowledge, information and belief the work covered by this Contract Payment has been completed in accordance with the Contract Documents for this project, that this Contract Payment is a true and correct statement of the amount of the work completed to the date of this Contract Payment and that the amounts paid to the contractor will be utilized by him to pay for labor, materials, equipment and subcontracts Involved in the performance of this contract CONTRACTOR: BY TITLE DATE RECOMMENDATION OF ENGINEER In accordance with the Contract Documents for this project, the undersigned Engineer recommends payment to the Contractor of the balance due this payment as shown IIW, P.C. BY TITLE DATE APPROVAL OF OWNER: CITY OF DUBUQUE, IOWA AMOUNT PAID BY TITLE DATE DIVISION 1- SPECIFIC PROJECT REQUIREMENTS Special Conditions SC -1 -3 City of Dubuque Requirements Sales & Use Tax Exemption Certificate ST - 1 -2 Special Provisions SP - 1 Insurance Requirements for Contractors I - 1 -4 Administrative Policy Regarding Iowa Occupational Safety and Health Act or Occupational Safety and Health Act Excavation Safety Violations OSHA — 1 -4 Section 19 - Street Lights and Traffic Signal Specifications SPR's for the following City of Dubuque Standard Specification: SPR -1 -3 CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT SPECIAL CONDITIONS 1. MODIFY GENERAL REQUIREMENTS: The general requirements are modified as follows: Section 7 a. The certificate of insurance shall also name IIW, P.C. as an additional named insured. b. Insurance Schedule B with attachments (follows this section) supercedes the insurance requirements in Section 7 of the General Requirements. c. Disregard 7 -8.00 Use of Explosives, no explosives will be allowed. d. All Risk Insurance: Contractor need not secure "All Risk" Insurance. Section 8 e. Regarding subsection 8 -2.00 Prosecution of Work and 8 -3.00 Notice to Proceed see "Construction Schedule and Liquidated Damages" and the "Notice to Proceed" form. f. Subsection 8 -4.00 shall apply to any damage to any existing items in the work area or areas of contractor's storage. 2. SALES TAX: Pursuant to Iowa Code Sections 422.42 (15) & (16), and 422.47 (5), the Owner is exempt from state sales tax on materials and equipment to be incorporated into this project. Sales tax shall not be included in the contract price. The Owner will provide an authorization letter and an exemption certificate to the general contractor and all subcontractors. The contractor and subcontractor(s) will give a copy of the exemption certificate to each of their material suppliers. This will allow contractor /subcontractor(s) to purchase building materials for the contract free from sales tax (Iowa sales tax and any applicable local option sales tax and school infrastructure local option sales tax). Contractors and suppliers shall retain the exemption certificate in their records for at least three years. Contractors are not permitted to purchase any material or equipment under the tax exemption certificate for any other project. 3. CONTRACT PAYMENTS: Contractor may submit invoices for materials stored on -site for 95% payment. 4. SAFETY: Neither the City of Dubuque nor IIW, P.C. are to be responsible for contractor's compliance with state and /or federal health and safety requirements. 5. SITE PRESERVATION: Contractor shall minimize site disturbance. 6. INSPECTION: Construction inspection is to be provided by IIW, P.C. 7. CONTRACTOR REGISTRATION: Iowa law requires that all contractors and subcontractors be registered with the Division of Labor Services, Iowa Workforce Development. Bidders shall indicate their Iowa Registration Number on the proposal form. 8. SPECIAL PROJECT REQUIREMENTS: City of Dubuque Standards and Specifications shall govern all bid items except as noted in additional specifications. Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, 2009 Edition plus current Supplemental Specifications will govern applicable work. Following this section is Section 19 of the City of Dubuque Standards and Specifications and Special Project Requirements for Section 19 specifically for this project. 9. PERMITS: The Contractor may be required to obtain permits from the Owner for construction of this project. The costs associated with obtaining permits or inspections after construction are considered incidental to the lump sum bid item, Mobilization & Miscellaneous. 10. "OR EQUAL" STATEMENT: Whenever in any part of the contract documents any article, material or equipment is defined by using the name of a manufacturer or vendor, the term "or equal ", if not inserted shall be implied. The specific article, materials, or equipment mentioned shall be understood as indicating the type, functions, minimum, standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's products of comparable quality, design, and efficiency. The Engineer shall have sole authority to determine equivalence. 11. MATERIAL STORAGE: All materials and equipment stored at the site shall be protected from the elements where such exposure would be detrimental and shall be adequately supported to prevent bending, warping, and other degradation of material properties. 12. DAMAGE TO EXISTING ITEMS: Any item such as lawns, driveways, sidewalks, landscaping, fences, structures, etc. which is damaged by the Contractor during construction shall be repaired. In all cases, the repair shall restore the condition to equal to or better than it was before the damage. The cost of any damaged items shall be borne by the Contractor unless specific pay items are included in the proposal. 13. INCIDENTAL WORK: Any item, material, or construction method not specifically described which is necessary for completion of a successful project shall be considered incidental to the project and not paid separately. 14. SUBCONTRACTING: All subcontractors must be acceptable to the City and Engineer. 15. CONSTRUCTION STAKING: The Engineer will provide staking for contractor to allow placement of lighting controllers, light bases and handholes. Stakes to be placed one time for each fixture with up to two mobilizations to place stakes for the entire project length. The Contractor shall be responsible for preserving stakes. Any re- staking or additional staking not explicitly described above shall be done by the Engineer at the Contractor's expense. IIW will not mobilize for less than 4 hours of staking. The Contractor must provide 48 hours notice for scheduling of staking crew. The Contractor will be responsible for the cost associated with additional mobilizations and staking. 16. INQUIRIES: All inquiries regarding this project should be directed to Marc Ruden of IIW, P.C. at 563 - 556 -2464. 17. EROSION AND SEDIMENT CONTROL, EARTHWORK STAGING: Since this project disturbs less than one (1) acre of land no erosion and sediment control permit is required. Nevertheless, the Contractor shall take appropriate measure to prevent erosion. 18. TRAFFIC CONTROL AND PEDESTRIAN PROTECTION: Traffic control devices, procedures, layouts, signing and pavement markings installed within the limits of this project shall conform to the current "Manual of Uniform Traffic Control Devices (MUTCD) for Streets and Highways, as adopted by the Department of Transportation per 761 of the Iowa Administration Code (IAC), Chapter 130." The Contractor shall furnish traffic control including barricades and signs in accordance with the current MUTCD. The Contractor shall provide and maintain barricades, danger and warning signs, and suitable and effective lights along the line of the work, and he shall take all reasonable precautions for the prevention of accidents and the protection of the public during the progress of the work. Barricades and warning signs shall conform to Iowa DOT Specifications. Warning lights must be maintained at night on barricades placed around the work from sunset until sunrise and watchman employed as additional security whenever the same may be needed. See General Notes sheet C7.04 for more information. 19. DISPOSAL OF MATERIALS: No waste site has been identified. The Contractor shall arrange for disposal of waste material. 20. POSSIBLE DELETIONS OR ADJUSTMENTS: The Owner reserves the right to delete or substantially adjust the quantity of removed and salvaged light poles reinstalled for this project. 21. UTILITY COORDINATION AND CONTACTS: The Contractor shall be responsible to locate any utilities within the project corridor. The power company is Alliant Energy. Contact Alliant Energy's representatives: Jim Specht at 563- 587 -4536 or Donna Riniker 563 - 587 -4540 for coordination of power supply service. 22. PRECONSTRUCTION MEETING: A preconstruction meeting will be held prior to the start of work. The meeting will include a project walk- through. The contractor awarded the project will be required to attend. 23. CLOSE TRAIL TO PUBLIC: The Contractor may be able to close the trail to the public for small periods through the duration of the construction with prior approval and coordination with the City of Dubuque Leisure Services Department. 24. CORRELATION OF DOCUMENTS: Anything mentioned in the specifications and not shown on the drawings or anything shown on the drawings and not mentioned in the specifications shall be of like affect as if or mentioned in both. 25. CLEANUP AND RESTORATION: During construction and prior to acceptance of the project by the Owner, the entire site shall have all construction debris removed and areas shall be left in a clean condition. All dirt, dust or mud resulting from construction activities shall be removed from all areas. CITY OF DUBUQUE REQUIREMENTS CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT CIP 3501129 SALES AND USE TAX EXEMPTION CERTIFICATE The City of Dubuque, as a designated exempt entity awarding construction contracts on or after January 1, 2003, may issue special exemption certificates to contractors and subcontractors, allowing them to purchase, or withdraw from inventory, materials for the contract free from sales tax pursuant to Iowa Code Sections: 422.42 (15) & (16), and 422.47 (5). This special exemption certificate may also allow a manufacturer of building materials to consume materials in the performance of a construction contract without owing tax on the fabricated cost of those materials. If the Jurisdiction, at its option, decides to utilize this exemption option, it will so state by special provision and publication in the Notice of Hearing and Letting. 1. Upon award of contract, the Jurisdiction will register the contract, Contractor, and each subcontractor with the Iowa Department of Revenue and Finance; and distribute tax exemption certificates and authorization letters to the Contractor and each subcontractor duly approved by the Jurisdiction in accordance with Section 1030, 1.10, B. These documents allow the Contractor and subcontractors to purchase materials for the contract free from sales tax. The Contractor and subcontractors may make copies of the tax exemption certificate and provide a copy to each supplier providing construction material. These tax exemption certificates and authorization letters are applicable only for the work under the contract. 2. At the time the Contractor requests permission to sublet in accordance with said Section 1030, 1.10, B, the Contractor shall provide a listing to the Jurisdiction identifying all subcontractors, including the Federal Employer Identification Number (FEIN) for the Contractor and all subcontractors, as well as the name, address, telephone number, and a representative of the organization which will perform the work, a description of the work to be sublet, and the associated cost. The Contractor and each subcontractor shall comply with said Iowa Code Sales Tax requirements, shall keep records identifying the materials and supplies purchased and verify that the were used on the contract, and shall pay tax on any materials purchased tax -free and not used on the contract PROJECT INFORMATION REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS & SUBCONTRACTORS Submitting Department: ENGINEERING DEPARTMENT Please complete this form in its entirety and submit along with the executed Construction Contracts, Bonds and Certificate of Insurance Upon receipt, the City Finance Department will work with the Iowa Department of Revenue to issue Sales Tax Exemption Certificates to the approved contractor(s) to allow for the purchase or inventory withdrawal of materials for the specified Construction Project free from State of Iowa Sales Tax Sales tax exemption certificates are not provided to material suppliers. The general contractor and subcontractors can provide copies of the sales tax exemption certificates issued by the City to individual material suppliers Construction Project Name City Of Dubuque, Iowa North End Neighborhood Trail Lighting Project CIP 3501129 Project Description Start Date (Bid let date) Completion Date 1 General Prime Contractor: Contact Name Complete Address (Include PO Box and Street Information) City, State, Zip Code Telephone Number Federal I D Number (or Include Social Security Number) Work Type to be Completed 2 Subcontractor: Complete Address (Include PO Box and Street Information) City, State, Zip Code Telephone Number Federal I D Number (or Include Social Security Number) Work Type to be Completed PROJECT INFORMATION 3 Subcontractor: Complete Address (Include PO Box and Street Information) City, State, Zip Code Telephone Number Federal I D Number (or Include Social Security Number) Work Type to be Completed 4 Subcontractor: Complete Address (Include PO Box and Street Information) City, State, Zip Code Telephone Number Federal I D Number (or Include Social Security Number) Work Type to be Completed 5 Subcontractor: Complete Address (Include PO Box and Street Information) City, State, Zip Code Telephone Number Federal I D Number (or Include Social Security Number) Work Type to be Completed 6 Subcontractor: Complete Address (Include PO Box and Street Information) City, State, Zip Code Telephone Number Federal I D Number (or Include Social Security Number) Work Type to be Completed SPECIAL PROVISIONS Iowa Code Chapter 91 C requires that all contractors earning more than $2,000 per year performing any and all construction are to be registered with the Iowa Workforce Development Division of Labor Services. The purposes of contractor registration are to ensure compliance with unemployment insurance laws, compliance with workers' compensation laws, and contractor information is available to the public. Out -of -State contractors are those with a principal place of business outside Iowa and must be registered with the Division of Labor Services. Out -of -State contractors are required to file a bond in the amount of $25,000.00. Bonds must be executed by a surety company licensed to do business in Iowa and issued on an official Division of Labor Services bond form. The bond cannot be released until all work in Iowa is completed. Prequalification with the Iowa Department of Transportation may exempt Out -of -State contractors from the bond requirements. If enforcement of the bonding requirement would cause denial of federal funding or be otherwise inconsistent with federal law, the bonding requirement would be suspended. Contractors shall contact the Iowa Division of Labor Services, Contractor Registration, 1000 E. Grand Avenue, Des Moines, IA 50319 -0209; Phone 515- 242 -5871; Fax 515- 242 -5076; E -mail: contractor. registration@iwd.iowa.gov; Website: www.iowaworkforce.orq /labor /contractor.htm. City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors Class A= ClasS B: Class C: Insurance Schedule B Concrete Elevators Paving & Surfacing Sheet Metal Decking Fiber Optics Piles & Caissons Site Utilities Demolition Fire Protection Plumbing Special construction Earthwork Fireproofing Reinforcement Steel Electrical HVAC Roofing Structural Steel Chemical Spraying Finish Carpentry Rough Carpentry Deconstruction Landscaping Stump Grinding Doors, Window & Glazing Painting & Wall Covering Tree Trimming Drywall Systems Pest Control Waterproofing Fertilizer Application Plastering Acoustical Carpet & Resilient Flooring Caulking & SealantS General Cleaning Grass Cutting Janitorial Non Vehicular Snow & Ice Removal Office Furnishings Power Washing Tile & Terrazzo Flooring Window Washing 1. Contractor shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required In Exhibit I prior to commencing work and at the end of the project if the term of work Is longer than 60 days. Providers presenting annual certificates shall present a Certificate at the end of each project with the final billing. Each Certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent. 2_ All policies of insurance required hereunder shall be with a carrier authorized to do business in Iowa and al) carriers shall have a rating of A or better In the current A.M. Bests Rating Guide. 3. Each Certificate shall be furnished to the contracting department of the City of Dubuque. 4. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque_ Failure to obtain or maintain the required insurance shall be considered a material breach of this agreement. 5. Subcontractors and sub subcontractor performing work or service shall provide a Certificate of Insurance In accord with their respective classification to their contractor. 6. All required endorsements to various policies shall be attached to Certificate of insurance. 7_ Whenever a specific ISO form Is listed, an equivalent form may be substituted subject to the provider identifying and listing in writing all deviations and exclusions that differ from the ISO form. 8. Provider shall be required to carry the minimum coverage /limits, or greater if required by law or other legal agreement, In Exhibit i. Page 1 of 4 Schedule B, General, Artisan Or Trade Contractors, Subcontractors Or Sub Subcontractors March, 2012_Doc City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors Insurance Schedule B {continued} Exhibit 1 A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products - Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 a) Coverage shall be written on an occurrence, not claims made, form. All deviations from the standard ISO commercial general liability form CG 0001, or Business owners form BP 0002, shall be clearly identified. b) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 25 03 "Designated Construction Project (s) General Aggregate Limit" as appropriate. c) Include endorsement indicating that coverage is primary and non - contributory. d) Include endorsement to preserve Governmental Immunity. (Sample attached). e) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and /or authorities and their board members, employees and volunteers. using iS0 form CG 20 10. Ongoing operations. f) All contractors shall include The City of Dubuque (per the above verbiage) as an additional Insured for completed operations under ISO form CG 2037 during the project term and for a period of two years after the completion of the project. B) AUTOMOBILE LIABILITY $1,000,000 (Combined Single Limit) C) vvORKERS' COMPENSATION & EMPLOYERS LIABILITY Coverage A Coverage B Statutory—State of Iowa Employers Liability Each Accident $100,000 Each Employee- Disease $100,000 Policy Limit - Disease $500,000 a) Policy shall include an endorsement providing a waiver of subrogation to the City of Dubuque. b) Coverage B limits shall be greater if required by Umbrella Carrier. co) Umbrella liability Class A $10,000.000 (General Contractor) Class A $3,000,000 (other Sub - Contractors) Class B $1,000,000 Gass C -O- Page 2 of 4 Schedule B, General, Artisan Or Trade Contractors, Subcontractors Or Sub Subcontractors March, 2012.Doc City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors E} Railroad Protective Liability If any construction or demolition work contemplated within the agreement will be on or within 50 feet of a railroad, the following additional coverage shall apply: Railroad Protective Liability: $3,000,000/6,000,000 minimum. Higher Limits, if required by Iowa DOT or the railroad, supersede these minimum requirements. Include as an insured: "The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and /or authorities and their board members, employees and volunteers ". Page 3 of 4 Schedule B, General, Artisan Or Trade Contractors, Subcontractors Or Sub Subcontractors March, 2012.DOc City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors Preservation of Governmental Immunities Endorsement 1. Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. 4. Non - Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN Page 4 of 4 Schedule B, General, Artisan Or Trade Contractors, subcontractors Or Sub subcontractors March, 2012 -Doc CITY OF DUBUQUE ADMINISTRATIVE POLICY POLICY NUMBER: 5.03 SUBJECT: Iowa Occupational Safety and Health Act or Occupational Safety and Health Act Excavation Safety Violations APPROVED BY: CITY MANAGER EFFECTIVE DATE: September 6, 2007 PURPOSE The purpose of this Administrative Policy (AP) is to provide direction to city employees who encounter an unsafe condition at a construction site that may constitute an excavation safety violation of the Iowa Occupational Safety and Health Act or the federal Occupational Safety and Health Act (OSHA) during the course of the performance of their responsibilities as city employees. This AP is not intended to limit a city employee's authority under City building or safety codes. SCOPE The provisions of this AP are applicable to all city employees under the administrative control of the City Manager. RESPONSIBILITY Department Managers are responsible for making sure that the provisions of this AP are adhered to. Department Managers are responsible for making certain that the provisions of this AP are followed within their respective departments and divisions. Department Managers are responsible for seeing that their employees are familiar with the requirements of this AP and for the enforcement of this policy. Department Managers are responsible for seeing that a copy of this AP is included in any construction contract bid specifications relating to the department that may require excavation work. Policy Number: 5.03 OSHA Violations Page 2 of 4 POLICY For purposes of this AP, "employee" means a city employee who is certified in OSHA Excavation Safety & Competent Person Training. A city employee's responsibility in responding to an observed Iowa Occupational Safety and Health Act or Occupational Safety and Health Act excavation safety violation during the course of the employee's performance of responsibilities as a city employee depends on two factors: • Whether the site of the violation is on private property or City property, including right -of -way and easements and property leased by the City; • And, if the site is on City property, including right -of -way and easements and property leased by the City, whether the contractor has exclusive possession and control of the site. OSHA Excavation Safety Violations on Private Property. 1. A city employee who observes a potential OSHA excavation safety violation on private property shall immediately advise the contractor's representative at the site that the city employee is required to report the city employee's observations to the city employee's supervisor. The city employee shall immediately notify the city supervisor who will visit the site to confirm whether or not there appears to be an OSHA excavation safety violation. 2. If the city supervisor concludes that there is an OSHA excavation safety violation, the city supervisor shall, as soon as practicable and in a manner reasonably calculated to apprise the contractor and owner of the violation, notify the contractor's highest ranking representative and the property owner or the property owner's highest ranking representative that there appears to be an OSHA excavation safety violation. The city supervisor shall also notify the City Engineer of the violation. 3. The city employee and the city supervisor's observations and notification to the owner and contractor shall then be put in writing. The city employee or the city supervisor shall not attempt to shut the project down or otherwise control the work site. OSHA Excavation Safety Violations on City Property, Including Public Right -of- Way and City Easements, and Property Leased by the City, Where the Contractor Does Not Have Exclusive Possession and Control of the Site (Where there is public access to the site) Policy Number: 5.03 OSHA Violations Page 3 of 4 1. A city employee who observes a potential OSHA excavation safety violation on city property, including public right -of -way or city easements, and property leased by the City, shall immediately advise the contractor's representative at the site that the city employee is required to report the city employee's observations to the city employee's supervisor. 2. The city employee shall immediately notify the city supervisor who will visit the site to confirm whether or not there is a potential OSHA excavation safety violation. 3. If the city supervisor concludes that there is an OSHA excavation safety violation, the city supervisor shall, as soon as practicable and in a manner reasonably calculated to apprise the contractor and owner of the violation, notify the contractor's highest ranking representative and, in the case of an easement or property leased by the City, the property owner or the property owner's highest ranking representative that there appears to be an OSHA excavation safety violation. 4. The city supervisor shall as soon as practicable shut the project down and secure the site until the OSHA excavation safety violation is corrected. The city supervisor shall also notify the City Engineer of the violation. 5. The city employee's and the city supervisor's observations and notification to the owner and contractor shall then be put in writing. OSHA Excavation Safety Violations on City Property, Including Public Right -of- Way and City Easements, Where the Contractor Has Exclusive Possession and Control of the Site (Where there is no public access to the site) 1. A city employee who observes a potential OSHA excavation safety violation on city property, including public right -of -way or city easements shall immediately advise the contractor's representative at the site that the city employee is required to report the city employee's observations to the city employee's supervisor. 2. The city employee shall immediately notify the city supervisor who will visit the site to confirm whether or not there is a potential OSHA excavation safety violation. 3. If the city supervisor concludes that there is an OSHA excavation safety violation, the city supervisor shall, as soon as practicable and in a manner reasonably calculated to apprise the contractor and owner of the violation, notify the contractor's highest ranking representative and, in the case of an easement or property leased by the City, the property owner or the property owner's highest ranking representative that there appears to be an OSHA excavation safety violation. The city supervisor shall also notify the City Engineer of the violation. Policy Number: 5.03 OSHA Violations Page 4 of 4 4. The city employee's and the city supervisor's observations and notification to the owner and contractor shall then be put in writing. The city employee or the city supervisor shall not attempt to shut the project down or otherwise control the work site. Inspecting Unsafe Construction Site Under no circumstances shall a city employee enter any construction site which the city employee determines to be unsafe because of a potential OSHA excavation safety violation any reason. A city employee who observes a potential OSHA excavation safety violation shall advise the contractor's representative at the site that the city employee is required to report the city employee's observations to the city inspector's supervisor. 2. The city employee shall notify the city supervisor who will visit the site to confirm whether or not there is a potential OSHA excavation safety violation. 3. If the city supervisor concludes that there is a potential OSHA excavation safety violation, the city supervisor shall notify the contractor's highest ranking representative and the property owner or the property owner's highest ranking representative that the city employee will not enter the site for any inspection until the unsafe condition is corrected. 4. The city employee's and the city supervisor's observations and notification to the owner and contractor shall then be put in writing. The city supervisor shall also notify the City Engineer of the violation. OSHA Excavation Safety Violations Observed by Department or Division Managers A department or division manager who observes a potential OSHA excavation safety violation shall make the notifications and reports and shut the project down as require by this AP and shall notify the City Engineer of the violation. / .4 Michael C. Van Milligen City Manager SECTION 19 CITY OF DUBUQUE - STREET LIGHTS AND TRAFFIC SIGNAL SPECIFICATIONS INDEX 1. GENERAL 2. EQUIPMENT AND MATERIALS 3. SCHEDULE OF UNIT PRICES 4. TESTING AND MAINTENANCE OF SIGNAL EQUIPMENT 5. GUARANTEE 6. HANDHOLES/VAULTS 7. CONDUIT SYSTEM 8. WIRING 9. ELECTRICAL CABLE 10. CONCRETE BASES 11. BONDING AND GROUNDING 12. SIGNAL APPURTENANCES 13. REPLACING DAMAGED IMPROVEMENTS 14. ACTUATED CONTROLLER 15. CONTROLLER CABINET AND AUXILIARY EQUIPMENT 16. VEHICLE TRAFFIC SIGNAL HEADS 17. TRAFFIC SIGNAL LAMPS 18. PEDESTRIAN TRAFFIC SIGNAL HEADS 19. PEDESTRIAN PUSH BUTTONS 20. TRAFFIC SIGNAL POLES 21. TRAFFIC SIGNS and POSTS 22. FIBER OPTIC CABLE 23. EMERGENCY PREEMPTION 24. STREET LIGHTING 25. BATTERY BACKUP INSTALLATION 26. ELECTRICAL SERVICE 27. FIBER HUB CABINET 28. SMARTSENSOR MATRIX VEHICLE DETECTION 29. SMARTSENSOR HD DETECTION 30. ADVANCE MICROWAVE VEHICLE DETECTION 31. PAN /TILT /ZOOM CAMERAS 32. WIRELESS VEHICLE DECTION SYSTEM 33. STOP BAR MONITORING CAMERAS 34. ITS COMPONENTS City of Dubuque Traffic Signal Specifications - Page 1 of 107 1. GENERAL 1.1 This part of the specifications includes the furnishing of all material and equipment necessary to complete, in place and operational, a traffic control signal(s) as described in the project plans. 1.2 The installation of the traffic control signals and appurtenances shall be in conformance with the current edition of the Manual On Uniform Traffic Control Devices. City of Dubuque Traffic Signal Specifications - Page 2 of 107 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 Six (6) copies of catalog cuts and manufacturer's specifications shall be furnished for all standard "off- the-shelf' items. 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 Any existing traffic signal equipment designated to be removed on the project shall remain the property of the City of Dubuque, unless Dave Ness, City of Dubuque, 563 -589 -1722, indicates the Contractor shall retain ownership. The Contractor shall deliver any removed equipment to the City of Dubuque Public Works Department at the address given by the City Project Engineer. The Contractor shall take all reasonable precautions in protecting existing equipment. If any equipment is damaged, the Contractor shall be liable for replacement. The existing signal shall remain in operation until the new system is ready for service. The Contractor shall notify the City Project Engineer and Police Dispatcher prior to any operational shutdown of the traffic signals, either existing or new. City of Dubuque Traffic Signal Specifications - Page 3 of 107 3. SCHEDULE OF UNIT PRICES 3.1 Complete and forward to the Owner three (3) copies of a list of unit costs for each item listed on the Schedule of Unit Prices attached to the Specifications by the preconstruction meeting. The sum of the costs for each item shall equal the total Contract Lump Sum price for the traffic signal installation(s). Monthly estimates of the work performed on the project will be made by the Owner and the unit costs will be used to prepare progress payments to the Contractor. The unit costs will also be used to establish the total cost for any Extra Work Orders related to traffic signal installation work items unless otherwise negotiated. City of Dubuque Traffic Signal Specifications - Page 4 of 107 4. TESTING AND MAINTENANCE OF SIGNAL EQUIPMENT 4.1 Notify the Engineer the date the signal or signal system will be ready for testing once the project is open to traffic. 4.2 Upon authorization of the Engineer, place the signal or signal system in operation for a consecutive 30 -day test period. The signal(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 (such as lamp burnouts) occurring during the test period, shall be corrected at the Contractor's expense and the signal or system tested for an additional 30 consecutive day period. This procedure shall be repeated until the signal equipment has operated satisfactorily for 30 consecutive days. 4.3 A representative from the manufacturer and/or supplier of the signal controller shall be at the project site when the signal controller(s) are ready to be turned on, to provide technical assistance including, as a minimum, programming of all necessary input data. All required signal timing data shall be provided by the Engineer. 4.4 After signal turn on and prior to final acceptance of the completed traffic signal system, the Contractor shall respond, within 24 hours, to perform maintenance or repair of any failure or malfunction reported. City of Dubuque Traffic Signal Specifications - Page 5 of 107 5. GUARANTEE 5.1 In addition to warranties or guarantees on specific traffic signal equipment listed elsewhere in these specifications, the Contractor shall fully guarantee the traffic control signal installation furnished as part of the contract against defective equipment, materials and workmanship for 24 months. 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. City of Dubuque Traffic Signal Specifications - Page 6 of 107 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. Furnish precast concrete handhole or fiber vault, or fiberglass handhole, each with cast iron ring and cover or heavy duty fiberglass cover as shown in plans. 6.2 24" Round Handhole The 24" round handhole shall be a 5" thick concrete 24" diameter by 36" in depth with a 22.25" cast iron manhole cover with the legend "Traffic Signal" set flush to the ground. Each HH 24 -36 handhole shall have a 5/8" by 10' ground rod driven into the center of the handhole (for later use). Each HH 24 -36 shall include a drainage system as shown in the plans. The body of the pre -cast handhole shall meet the requirements for Class 1500D concrete pipe insofar as applicable. Cast iron ring and cover may be rated light duty for non - traffic areas (145 pounds minimum); but 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. All Type I handholes for this project shall be Light Duty. The cover shall have the words "TRAFFIC SIGNAL" cast on the top of the cover. 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. 6.3 Fiber Vault, Square Fiber Optics Junction Vault shall be a Square 48" x 48" outside dimension, 36" x 36" inside dimension fiber vault manhole. Vault shall 48" deep (inside dimension). Each vault shall include a drainage system as shown on in the plans. This vault will have 4 — 3/4" drain holes in the sump pit for water to drain. The fiber vault shall include the following: A minimum of 4 cable hooks will be installed in each vault to support fiber optic cables. Maintain 18" of clean stone beneath and around the structure. Fiber optic square hand holes will be installed at the locations specified on the construction documents (Typically 500 apart feet or less). Vaults shall be installed in a neat and workmanlike manner. Damaged vaults will not be accepted. All conduits shall enter the vault at a depth of 24" from the bottom of the vault. Any deviations from this requirement shall be approved by the Engineer. All holes cut into vaults for conduit entry /exit shall be core drilled from the inside out or shall use manufactured knock -outs of appropriate size. All penetrations shall be sealed with hydraulic cement. The ends of all conduit leading into the handhole shall fit approximately 2" beyond the inside wall. If primary conduit leading into vault contain 4 smaller conduits, a quadplex plug is to be installed on the conduit. Any empty conduits should also be plugged at detailed in the conduit section of the specifications. 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 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 2' of the pavement edge shall be made with stone screening. Installation of the fiber vault shall include all transportation, labor, material, connections, excavation, backfilling, and compaction necessary to completely install the Fiber Optics Junction Vault at the locations specified on the plan. City of Dubuque Traffic Signal Specifications - Page 7 of 107 6.4 Fiber Vault, Round Use the 48Dia -48 -FOB which is an internal 48" diameter x 48" deep fiber vault manhole. This vault will have a 4" or larger opening in the bottom sump area to which the drain tile will be fastened; 8 knockout locations, each measuring 2' -2" x 6" x 2'/4 every 45 degrees in angle; and a 48" lid with a 24" cast iron cover marked "Fiber Optics" as shown on the details in the plans. A minimum of 8 cable hooks will be installed in each vault to support fiber optic cables. All components are to be plastic, aluminum, or stainless steel to avoid rusting. Each vault shall have a 5/8" by 10' ground rod driven into the ground near the sump pit opening. This ground and the tracer wires shall be wired into the locator station. Each vault shall include a drainage system as shown on in the plans. Vaults shall be installed in a neat and workmanlike manner. Damaged vaults will not be accepted. All conduits shall enter the vault at a depth of 24" from the bottom of the vault. Any deviations from this requirement shall be approved by the Engineer. All holes cut into vaults for conduit entry /exit shall be core drilled from the inside out or shall use manufactured knock -outs of appropriate size. All penetrations shall be sealed with hydraulic cement. The ends of all conduit leading into the handhole shall fit approximately 2" beyond the inside wall. If primary conduit leading into vault contain 4 smaller conduits, a quadplex plug is to be installed on the conduit. Any empty conduits should also be plugged at detailed in the conduit section of the specifications. 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 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 2' of the pavement edge shall be made with stone screening. Installation of the fiber vault shall include all transportation, labor, material, connections, excavation, backfilling, and compaction necessary to completely install the Fiber Optics Junction Vault at the locations specified on the plan. 6.5 Traffic Signal Tub, (Indicated as "Handhole" and located adjacent to the Control Cabinet Tubs shall be polymer concrete 17" x 30" x 24" stackable hand -holes with the legend "Traffic Signal" on the lid and having a two stainless steel bolt lid (or approved equal). A minimum of four (4) cable hooks will be installed in each hand -hole to support the signal cables. Hand -holes shall be constructed with no base in box bottom. Covers shall support an 8,000 pound load over a 10" square with a minimum test load of 12,000 pounds. Covers subject to heavy loads shall support a 15,000 pound load over a 10" square with a minimum test load of 22,568 pounds. A coarse aggregate drain shall be provided. All tub covers for this project shall be heavy duty due to the likelihood of contact with mowing equipment. Tubs shall be a Quazite PG1730 B A24 with a PG1730 HAOO heavy duty cover (split lid) labeled "Traffic ". 6.6 Handholes/Vaults in the immediate intersection shall have a 5/8 inch by 10 foot ground rod driven in the handhole. Ground wires shall be connected to the ground rods with one (1) piece non - ferrous clamps which employ set screws as tightening devices. Handholes used at the advanced signal loop detectors do not require ground rods. 6.7 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 conduit 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 City of Dubuque Traffic Signal Specifications - Page 8 of 107 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 handholes /vaults or covers will not be accepted. Damaged handholes/vaults will need to be replaced prior to acceptance. Handholes /vaults are not to be installed in the flow lines of a ditch. City of Dubuque Traffic Signal Specifications - Page 9 of 107 7. CONDUIT SYSTEM 7.1 The number, type, and size of conduit shall be as shown on the plans. Conduit shall meet the requirements of Sections 2523.10 and 4185.10 of the Iowa DOT Standard Specifications. 7.1.1 Conduit shown on the plans as rigid steel shall be galvanized steel meeting the requirements of ANSI Standard Specification C80.1, latest revision. 7.1.2 Conduit shown on the plans as polyvinyl chloride (PVC) conduit shall meet the requirements of NEMA TC -2, Type 2, and applicable UL Standards. HDPE conduit with an SDR of 13.5 will be allowed to be used in place of PVC conduit. 7.1.3 Conduit for interconnect runs shall be Inner duct as shown on the plans. Inner duct conduit shall be schedule 40 high density polyethylene. Conduit shall provide nominal duct size as indicated on the plans, shall be orange in color unless otherwise specified, and be longitudinally ribbed on the inside wall. 7.1.4 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. 7.2 Conduit shall be placed as shown on the plans. All locations subject to minor changes pending City of Dubuque Engineering. Change in direction of conduit shall be accomplished by bending such that the conduit will not be injured 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. 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. City of Dubuque Traffic Signal Specifications - Page 10 of 107 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 Inner duct and conduit containing fiber optic cable shall be buried a minimum of 42 inches. 7.7.1 Generally 4" fiber conduit between vaults will contain 4 — 1" HDPE inner -ducts as detailed below. One exception to this rule is when there is not a receiving vault at the end of this conduit, in which case the conduit shall be capped with a tracer wire installed. Installation of 1" conduits shall be with a pulley system at the same horizontal level as the conduit. This is to prevent tearing, or crushing of the 4" conduit. 7.7.2 2 "HDPE SDR 13.5 fiber conduit from the fiber vault to the traffic control cabinet shall make a direct path between the two structures and should be kept separate from any intersection wiring conductors and handholes. This fiber conduit shall terminate in the back left side of the traffic control cabinet. 7.7.3 In areas where fiber inner duct it is open trenched, it shall also contain 3" non - detectable underground tape: "CAUTION BURIED FIBER OPTIC LINE BELOW" (Orange) at approximately 18" to 24" in depth. 7.7.4 Tracer wire will be tied together at all fiber vault locations. 7.7.5 All larger conduits that contain smaller 1" conduits shall have a Quadplex type seal installed between the larger conduit and the 4 smaller conduits. An Orange 10 -gauge tracer wire shall also be pulled along with the 4 - 1" conduits. This tracer shall follow along one of the smaller conduits as the Quadplex seal is installed. These 4 smaller conduits shall be the following colors: RED, GREEN, BLUE, and YELLOW. These 4 smaller conduits shall not extend more than 3 inches nor less than 1 inch past the end of the larger conduit. Follow manufacturer's specifications for PE and allow for the proper amount of shrinkage after the inner -duct is pulled. The tracer wire shall not be installed inside any of the 1" inner ducts. 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. 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. City of Dubuque Traffic Signal Specifications - Page 11 of 107 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 30° F, and shall not melt or run at temperatures as high as 300° F. 7.12 All empty conduits to have flat polyester pull -tape (1,250 lbs. tensile) with footing markings, including each of the 4 — 1" inner ducts. 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 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. Course 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 General Guidelines (unless otherwise specified) 7.16.1 Generally, a 4" PVC or HDPE (if bored) will be used between the traffic controller and signal base. A 2" PVC or HDPE will be used to connect to the upright pedestal signals. Conduit placed under the street will be assumed to be bored unless otherwise noted. 7.16.2 Street lighting conduit will be installed from the service pedestal into the Quazite hand -hole located next to the traffic controller. The metered service feed for the traffic controller will be fed directly into the front right side of the controller base. The metered service for the Fiber Hub cabinet will be fed directly from the meter pedestal to the right side of the fiber hub base. City of Dubuque Traffic Signal Specifications - Page 12 of 107 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 signal pole, pedestal and controller base (measured from the handhole compartment in the pole to the end of the cable). Coil cable slack in handhole and place on the hooks. 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. City of Dubuque Traffic Signal Specifications - Page 13 of 107 9. ELECTRICAL CABLE 9.1 General 9.1.1 Electrical cable for intersection signalization 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. 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 USE, 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, use a 3 conductor #8 gauge (Black, White, Ground) to feed between the traffic control pedestal and the meter pedestal. 9.3 Signal Cable 9.3.1 Signal cable shall be 600 volt, multi- conductor copper wire. Signal cable shall meet the requirements of the International Municipal Signal Association (IMSA) Specification 19 -1 stranded, latest revision thereof for polyethylene insulated, polyvinyl chloride jacketed signal cable. 9.3.2 Unless otherwise specified in the plans: 9.3.2.1 All conductors shall be #14 AWG. 9.3.2.2 This cable should homerun from each corner quadrant to control cabinet as single 12 or 20 conductor A 7 conductor #14 gauge IMSA 19 -1 wire to feed from each signal head to the transformer base at the bottom of each signal. 9.3.2.3 7 conductors will also feed from the transformer base to each "Walk /Don't Walk, Countdown" combination pedestrian head. 9.3.3 Conductor color coding shall be provided by the use of base colored insulation in accordance with the above referenced specifications. Color coding by the use of words or numerals printed on the insulation will not be accepted. 5 Conductor (Standard Colors) reserved for pedestrian pushbuttons 1. Black 2. White 3. Red 4. Green 5. Orange City of Dubuque Traffic Signal Specifications - Page 14 of 107 7 Conductor (Standard Colors) 1. Black 2. White 3. Red 4. Green 5. Orange 6. Blue 7. White with Black Stripe 12 Conductor (Standard Colors) 1. Black 2. White 3. Red 4. Green 5. Orange 6. Blue 7. White with Black Stripe 8. Red with Black Stripe 9. Green with Black Stripe 10. Orange with Black Stripe 11. Blue with Black Stripe 12. Black with White Stripe 20 Conductor (Standard Colors) 1. Black 2. White 3. Red 4. Green 5. Orange 6. Blue 7. White with Black Stripe 8. Red with Black Stripe 9. Green with Black Stripe 10. Orange with Black Stripe 11. Blue with Black Stripe 12. Black with White Stripe 13. Red with white stripe 14. Green with white stripe 15. Blue with white stripe 16. Black with red stripe 17. White with red stripe 18. Orange with red stripe 19. Blue with red stripe 20. Red with green stripe City of Dubuque Traffic Signal Specifications - Page 15 of 107 Signal Head Color Code Legend Red - Red Ball Orange - Yellow /Amber Ball Green - Green Ball Black - Yellow /Amber Arrow Blue - Green Arrow Blue with Black Stripe Walk Black with White Stripe Don't Walk Example of Conductor Usage Double Head, Double Ped using a 12 conductor One phase solids One phase with black stripes Solid Blue Ped 1 Solid Black Ped 1 Blue with Black Stripe Ped 2 Black with White Stripe Ped 2 Mastarm 7 conductor to /from each head to transformer base Transformer base to controller - Whatever is needed to complete phases, typically a 12 or 20 conductor as specified on the plans. Mastarm/Head Naming Convention Mastarm closest to controller cabinet = Pole #1 Then Clockwise Pole #2, Pole #3, Pole #4 Etc. Signal heads numbered from farthest end of mastarm ( #1) to transformer base Signal Head #1, #2, #3 etc. Ped heads numbered from top to bottom starting with direction of mastarm, then in a clockwise direction. If no mastarm exists, then North is #1 All cables labeled Pole #1 Head #1, Pole #1 Head #2, Pole #1 Ped #1 Example Pole #1 Head #1, Pole #1 Head #2, Pole #1 Head #3, Pole #1, Ped #1, Pole #1, Ped #2 Pole #2 Head #1, Pole #2 Head #2 Pole #2 Ped #1 City of Dubuque Traffic Signal Specifications - Page 16 of 107 9.4 Loop Detector Wire (With Plastic Tubing) 9.4.1 The loop wire shall meet the requirements of the International Municipal Signal Association (IMSA) Specification 51 -5, latest revision thereof for polyvinyl chloride insulated, nylon jacketed, loosely encased in a polyvinyl chloride or a polyethylene tube loop detector wire. The conductor shall be #14 AWG unless otherwise specified on plans. 9.5 Detector Lead -In Cable 9.5.1 Detector lead -in cable shall meet the requirements of the International Municipal Signal Association (IMSA) Specification 50 -2, latest revision thereof for polyethylene insulated, polyethylene jacketed loop detector lead -in cable. All conductors shall be #14 AWG unless otherwise specified on the plans. 9.6 Tracer Wire 9.6.1 A tracer wire shall be installed in all conduits with the exception of conduits running between detector loops in the pavement and the initial handhole. 9.6.2 The tracer wire shall be a #10 AWG, single conductor, stranded copper, Type XXHN, with UL approval and an orange colored jacket. 9.6.3 The tracer wire shall be spliced in the handholes and controller to form a continuous network. 9.7 Street Light Cable 9.7.1 Street light cable for underground lighting circuits shall be single conductor, Class B stranded, annealed copper, six - hundred (600) volt, ninety (90) degrees centigrade Type XHHW. Street light cable shall be of the size shown on the plans. All underground cable shall be in conduit of the type and size shown on the plans and shall conform to the National Electric Code currently in effect. Unless otherwise specified, use a 3 conductor #8 gauge XHHW (Black, White, Green) to feed between the luminaires and the meter pedestal. 9.8 Cable Installation 9.8.1 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. 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 City of Dubuque Traffic Signal Specifications - Page 17 of 107 used to aid in pulling cables through conduit when necessary to avoid stretching the conductor or damaging the insulation. The Contractor shall provide drip loops at all signal hangers, wire inlet and service entrance heads. All wire inlets on the poles and signal heads shall be sealed with duct seal. 9.8.2 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. 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. 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. Covered connections must be arranged so that they will not be in contact with pullbox lids or metal pole bases. All splices and connections shall be capable of satisfactory operation under continuous immersion of water. 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. City of Dubuque Traffic Signal Specifications - Page 18 of 107 10. CONCRETE BASES 10.1 Concrete bases /foundation for traffic signals, traffic control cabinets, fiber hub cabinets, light poles, pedestal poles, electrical services and battery backups should be precast from a pre- approved vendor. 10.2 Traffic signal pole footings shall be installed with the conduit shown on the plans plus one additional 2" PVC conduit stubbed out of the footing for future use. Traffic signal controller footings shall be installed with the conduit shown on the plans plus one additional 2" and one additional 3" PVC conduit stubbed out of the footing for future use. The ends of the conduit stubs shall be capped. 10.3 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. 10.4 During removal, all existing signal foundations shall be removed and disposed of. If there are circumstances that prevent their removal, the exposed concrete must be removed to 6 inches below the ground surface level. City of Dubuque Traffic Signal Specifications - Page 19 of 107 11. BONDING AND GROUNDING Ground rods shall be high strength steel rods with chemically bonded copper coverings to provide high- conductivity and to prevent electrolytic action. Rods shall be full length as shown on the plans and shall have a nominal diameter of five- eighth inch (5/8") (.56 minimum) x 10 foot unless otherwise specified. Ground rods shall conform to the requirements of IMSA Specification No. 62 -1956. Ground wires shall be connected to the ground rods with one (1) piece non - ferrous clamps which employ set screws as tightening devices. Connections to ground rods need not be taped. Ground rods shall be of the length specified on the plans. 11.2 All ground wires 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 the grounding terminal specified in these special provisions. Placing the ground wire under an anchor bolt nut, anchor bolt cover, or similar device will not be permitted. 11.3 All conduit, steel poles, pedestals, and handholes in the immediate intersection shall be bonded to form a continuous system, and be effectively grounded. Bonding jumpers shall be No. 4 AWG bare copper wire or equal connected by Cadweld connectors. 11.4 Grounding of the conduit and neutral at the service point shall be accomplished as required by the National Electric Safety Code, except bonding jumpers shall be No. 4 AWG or equal. 11.5 Ground electrodes shall be provided at each signal pole, at the controller, and at the handholes in the immediate intersection as detailed on the plans. Signal pole grounds shall be bonded to the cabinet ground. 11.6 A No. 4 AWG bare copper ground wire shall be installed in all PVC conduit that carries 120 volt signal cables. City of Dubuque Traffic Signal Specifications - Page 20 of 107 12. SIGNAL APPURTENANCES 12.1 Signal Faces 12.1.1 All traffic signal displays shall be installed as indicated on the plans. All overhead displays located on each mast arm shall have each red indication set at approximately the same elevation, unless otherwise directed by the Engineer. 12.1.2 During the course of construction and until the signals are placed in operation, signal faces shall be covered or turned away from approaching traffic. When ready for operation, they shall be securely fastened in position facing toward approaching traffic and plumb. 12.2 Controller Cabinet 12.2.1 The controller cabinet shall be installed at the location indicated on the plans with the back of the cabinet toward the intersection such that the signal heads can be viewed while facing the controller, unless otherwise directed by the Engineer. 12.2.2 The controller cabinet shall be installed on pre - placed caulking material on the concrete base. After the cabinet is installed in place the Contractor shall also place caulking material around the base of the cabinet. 12.3 Pole Erection 12.3.1 All poles shall be erected so as to be vertical under normal load. The bases shall be securely bolted to the precast concrete foundations. Plumbing of poles shall be accomplished by adjusting the nuts. Shims or other similar devices for plumbing and raking will not be permitted, except for the leveling of the transformer bases. Shims and/or one nut or two nuts on each anchor rod may be used only between the transformer base and the foundation for leveling. One nut shall be turned on each anchor rod and the pole placed in position on these nuts. The top nuts shall then be turned into place loosely and the pole adjusted to the vertical position by adjusting both the upper and lower nuts. 12.3.2 After leveling the poles, expansive type grout shall be troweled between the pole base and the foundation for gaps of 1" or greater. Exposed edges of grout shall be neatly finished to present a pleasing appearance. A weep hole made from one -half inch (1/2 ") diameter copper tubing shall be placed in the grout. 12.3.3 Each pole shall be grounded by installing a No. 4 AWG bare copper ground wire between the pole and the ground rod at the foundation. 12.4 If the painted or galvanized surface of any equipment is damaged in shipping or installation, such equipment shall be retouched or repaired in a manner satisfactory to the Engineer. City of Dubuque Traffic Signal Specifications - Page 21 of 107 13. REPLACING DAMAGED IMPROVEMENTS 13.1 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. 13.2 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. City of Dubuque Traffic Signal Specifications - Page 22 of 107 14. ACTUATED CONTROLLER 14.1 General 14.1.1 For compatibility the actuated controller and cabinet shall be number. EL712DBQTS2 -1R. The local intersection controller shall be fully compatible and interchangeable with the existing local controllers in the City of Dubuque System operating as a Closed -Loop System which are ACTRA Traffic Management System located in the Traffic Management Center. The system will be tied into the actra via the fiber optics and network gear using an IP based communications. The controller shall also be capable of stand -alone remote dial -up operation including monitoring and upload/download capabilities without the need of a master or any additional equipment other than a standard dial -up modem. City of Dubuque Traffic Signal Specifications - Page 23 of 107 15. CONTROLLER CABINET AND AUXILIARY EQUIPMENT 15.1 General 15.1.1 The cabinet and auxiliary equipment shall conform to the requirements of the National Electrical Manufacturer' s Association (NEMA) Standard TS -1 and TS -2, most current revision, and to these specifications. The cabinet shall be a TS -2 Type 1 cabinet. 15.2 Electrical Design 15.2.4 Electrical connections from the controller and auxiliary devices to outgoing and incoming circuits shall be made in such a manner that the controller or auxiliary device can be replaced with a similar unit, without the necessity of disconnecting and reconnecting the individual wires. This may be accomplished by means of a multiple pin jack, a spring connected mounting or approved equivalent arrangement. 15.2.5 All cabinet wiring shall be neatly trained throughout the cabinet and attached to the interior panels using nonconductive clamps or tie - wraps. Bundles of cables shall be laced or tied or enclosed in a sheathing material. The cabinet wiring shall not interfere with the entrance, training, or connection of the incoming or outgoing field conductors. 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. 15.3 Documentation 15.3.1 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. 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. 15.3.2 The controllers shall be provided with the most current software and documentation. Future software and documentation revisions to the local system controller shall be provided without charge. 15.3.3 Cabinet wiring diagrams shall include two sheets. One sheet shall indicate the manufacturer point to point wiring of the terminal facility complete with all harnesses for the controller unit and the conflict monitor. This drawing shall be an unaltered generic drawing. The second drawing shall indicate the electrical connections of all equipment and terminal connections for the traffic control cabinet for each cabinet provided. The drawings shall include pictorial representations of the intersection geometrics and phasings. Detectors shall be positioned for each approach and lane, being tagged with its harness (rack /slot) assignment. The controller cabinet shall be positioned and shown as a rectangle with the two crossing diagonal lanes. In addition to the three sets of wiring diagrams specified above, one Mylar copy shall be provided to the Engineer at the time of turn on at the intersection. City of Dubuque Traffic Signal Specifications - Page 24 of 107 15.3.4 The Contractor shall provide a customized intersection graphic (CPU) depicting the local intersection for each intersection provided. The customized intersection shall include the following: correct number of lanes by function for each approach; graphically correct orientation of the intersection layout; proper phase assignment by lane; proper pedestrian phase assignments; street names on the lanes; key landmark indicators shown in the graphics. The Engineer will provide an 81/2x 11 pictorial of the intersection geometrics and the key landmark indicators to be shown in the graphic. System detectors shall be shown on the graphic and labeled in accordance with the card rack /slot plus system detector assignment numbers. Orientation for all intersection displays shall be north as top of screen. 15.3.5 The addition of any local intersections requires the (CPU) Master Map to be modified. The Contractor shall provide a corrected map graphic for each intersection added to the group. The map graphic shall include geometrically proportioned locations of the intersections plus locations of all system detectors for each location. A table shall be provided on the graphic, which displays the current assignment of detectors by DR., DR2, CS 1, CS2, NA1, and NA2. Modified maps shall be loaded into the computer system and viewed for proper operation. Orientation of the map shall be as selected by the Engineer to best display the System Operation. 15.4 Guarantee 15.4.1 The equipment furnished under this specification shall be new, of the latest model, fabricated in a first -class workmanship manner from good quality material. 15.4.2 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. 15.4.3 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. City of Dubuque Traffic Signal Specifications - Page 25 of 107 16. VEHICLE TRAFFIC SIGNAL HEADS 16.1 This section of the specifications describes the minimum acceptable design and operating requirements for vehicular signal heads with twelve (12) inch diameter lens openings, including all fittings and brackets as shown on the plans. All components of the vehicular signal heads furnished under this specification shall comply with the latest version of the Institute of Transportation Engineers Standard(s) for Adjustable Face Vehicle Traffic Control Signal Heads. The red ball, yellow ball, green ball, yellow arrow and green arrow indications of the vehicle signals will use LED modules. 16.2 Red Ball, Green Ball, and Green Arrow LED Modules 16.2.1 The low power LED red ball, green ball, and green arrow vehicle signals shall be installed in traffic signal housings rated as a 12" signal housing commercially manufactured with a durable polycarbonate material and be compatible with traffic signal mounting brackets utilizing serrated locking between signal sections. The LED signal section shall be a self - enclosed, sealed unit, with electrical connections to be terminated on the standard terminal block, spade termination, mounted in the traffic signal section. The signals shall be 120 VAC rated and shall be compatible with either public utility or backup power sources of a 60 -hertz, +/- 5 -hertz with a voltage variance between 80 and 135. 16.2.2 All electronics in the signal shall meet NEMA temperature rating of —40 to +74 °C. The enclosure shall conform to NEMA Moisture Resistance Standard 250 -1991 for Type 4 enclosures <ITE 6.4.6.2 Moisture Resistance >. The signal electronics shall meet FCC Title 47, Subpart B, Section 15 Regulations for Electrical Noise dissemination. The electronics shall be provided with an operating power factor correction of a minimum of 0.9 and shall be provided with fuse and transient suppression incorporated for line and load protection. 16.2.3 The traditional "ball" signal display, shall have the following characteristics: Red Signal Display (Dialight 433 - 1210 -003) Luminous Intensity # (cd) 339 Dominant Wavelength (nm) 622 Lens Tint Red Typical Wattage at 25 °C 10.5 +/- 0.5 Meet or exceed ITE VTCSH Part 2 (July 1998) Green Signal Display (Dialight 433 - 2270 -001) Luminous Intensity # (cd) 678 Dominant Wavelength (nm) 505 Lens Tint Clear Typical Wattage at 25 °C 11.8 +/- 0.5 Meet or exceed ITE VTCSH Part 2 (July 1998) The traditional "green arrow" signal display, shall have the following characteristics: Green Arrow Display (Dialight 430 - 2374 -001) Dominant Wavelength (nm) 505 Lens Tint Clear Typical Wattage at 25 °C 6.7 +/- 0.5 City of Dubuque Traffic Signal Specifications - Page 26 of 107 Arrow signals shall have power factor correction and temperature compensation. 16.2.4 The LED modules shall be rated for low power consumption and for use in a backup power installation. LED modules shall be compatible with NEMA TS -2 requirements for traffic controller installations and be fully compliant and compatible with industry standard conflict monitors and malfunction monitor units. LED modules shall be at the rated power consumption, without exception, as backup power sources have been rated based on these design parameters. Charging circuit design shall preclude battery damage caused by continuous battery charge power availability. 16.2.5 LED modules shall be warranted for a minimum field life of 36 months, repair or replacement; and, be designed for a minimum life of seven (7) years non - degrading for illumination output caused by lens deterioration or LED degrading. 16.3 Signal Head Assembly 16.3.1 The housing for the individual signal sections shall be made of a durable polycarbonate. It shall be clean, smooth and free from flaws, cracks, blowholes, and other imperfections. It shall be designed as a self - contained unit capable of separate mounting or inclusion in a signal face containing two or more signal sections rigidly and securely fastened together. It shall be equipped with openings and positive locking devices in the top and bottom so that it may be rotated between waterproof supporting brackets capable of being directed and secured at any angle in the horizontal plane. Doors and lenses shall be provided with suitable water -tight gaskets and doors shall be suitably hinged and held securely to the body of the housing by simple locking devices of non - corrosive material. 16.3.2 The optical system shall be so designed as to prevent any objectionable reflection of sun rays even at times of the day when the sun may shine directly into the lens. 16.3.3 Lenses shall be twelve (12) inches in diameter as specified on the plans. Lenses shall be polycarbonate. Glass lenses are not acceptable. 16.3.4 The visors for each signal section shall be durable polycarbonate not less than 0.10" in thickness. It shall be designed to fit tightly against the door, and shall not permit any perceptible filtration of light between it and the housing door. Visors shall be of the tunnel -type at least 8" long for all 12" rectangular pedestrian signals, at least 9 1 /2" long for 12" diameter signals, shall angle slightly downward, and shall be of the type specified on the plans. 16.3.5 The reflector holder shall be designed to separately support the reflector and socket in proper relation to the lens. The reflector holder shall either be hinged to the left -hand side of the signal body when viewed from the front with the right -hand side held in place by a spring catch or other quickly releasable means, or the reflector shall be mounted in a manner that does not require it to be removed from its normal position during bulb replacement. Both the hinge device and the spring catch, or equivalent, shall be of a flexible nature which will permit the reflector holder to be pushed inwardly for at least one - sixteenth of an inch and to align itself correctly with the lens when the door of the optical unit is closed and pressed against the rim of the reflector holder. By such means, the joint between the reflector holder and the lens shall be rendered dust - tight. It shall not be necessary to remove any screws or nuts in order to swing the reflector holder out of the body section to obtain access to the light socket. The reflector shall be Alzak treated aluminum or Lexalite (C) polycarbonate. Glass is not acceptable. The reflector assembly shall be interchangeable and shall be designed so that it can be easily removed without the use of tools. When polycarbonate reflectors are furnished, gaskets shall be fabricated of silicone material. City of Dubuque Traffic Signal Specifications - Page 27 of 107 16.3.6 The lamp receptacle shall be of the fixed focus type, positioning the lamp filament at the correct focal point in respect to the reflector. The assembly shall be designed so that the lamp socket can be rotated through 360 degrees and eight (8) positions of adjustment for proper positioning of the lamp filament after relamping the signal. The lamp socket shall be equipped with color coded wire, either red, yellow, or green, depending upon the lens color of the section. The socket wires shall be a minimum of 26 inches long, composed of wire with insulation designed to withstand 105 degrees centigrade. The wiring leads shall be terminated with spade lugs for ease of connection to the terminal block. The socket shall be equipped with a gasket to insure a dust -tight fit between the socket and reflector. 16.4 Specialized Options 16.4.1 One section of each three- section signal shall be equipped with a six position terminal block for termination of field wiring. Each five indication signal shall be equipped with an eight (8) position terminal block. 16.4.2 The color of all polycarbonate signal heads shall be black in their entirety. The color shall be an integral part of the materials composition. 16.4.3 Signal mounting hardware for side of pole mounted signals shall consist of aluminum 1-1/2 inch pipe and appropriate fittings or PELCO SE -3036 ASTRO -BRAC ®. Signals shall be secured to pole by using a stainless steel cable mounting material. 16.4.4 All vehicle signal heads shall include back plates. Five inch (5 ") back plates shall be furnished and attached to the signal faces to provide a dark background for signal indications. Backplates shall be constructed of one piece durable black plastic capable of withstanding a 100 M.P.H. wind. 16.5 Miscellaneous Requirements 16.5.1 The signal heads shall be constructed of the highest quality materials. High -grade workmanship shall be used throughout. Each head shall have a smooth surface both inside and outside and shall contain no sharp fins or sharp projections of any kind. 16.6 Certification 16.6.1 The Owner shall be furnished with a certification from the manufacturer of the signal head that the equipment furnished under this specification complies with all provisions of this specification. If there are any items that do not comply with this specification, a list of those exceptions must be detailed on the certification. City of Dubuque Traffic Signal Specifications - Page 28 of 107 17. TRAFFIC SIGNAL LAMPS 17.1 ITE Standards 17.1.1 The traffic signal lamps (if applicable) shall be manufactured in accordance with the requirements of the latest Standard for Traffic Signal Lamps as approved by the Institute of Transportation Engineers, including the requirements in these specifications. 135 Watt - 12" Traffic and Pedestrian Signal Heads Maximum Wattage 135 Watts Light Center Length 3 inches Rated Life 16,000 Hours Rated Initial Lumens 1,750 Lumens Rated Voltage 120 -125 Volts Fused Bulb Yes 17.2 Lamp Construction 17.2.1 The lamps shall have a corrosion- proof, standard medium screw type brass base and a clear glass envelope etched to show the manufacturer's name, wattage, voltage, average rated user - life, lot identification, rated lumens, and date of manufacture. User life shall be defined as hours of operation under typical operating and environmental conditions and not controlled laboratory conditions. 17.2.2 The filament shall be supported in a minimum of four (4) points to resist breakage of the filament from vibrations and handling. 17.2.3 Each lamp shall contain a reflector disc located between the base and the filament to reflect light out of the front of the glass. 17.2.4 Each lamp shall be gas - filled with Krypton (Kr) gas, with a minimum of ninety percent (90 %) Krypton concentration by gas volume. 17.2.5 The 16,000 hour life rating lamps shall be guaranteed by the lamp manufacturer for two years from the date of service. City of Dubuque Traffic Signal Specifications - Page 29 of 107 18. PEDESTRIAN TRAFFIC SIGNAL HEADS 18.1 This section of the specifications describes minimum acceptable design and operating requirements for one - section, pedestrian traffic signal heads with International symbol messages to include all fittings and brackets, as specified on the plans. The pedestrian signal head shall comply with the latest version of the Institute of Transportation Engineers Standards on Pedestrian Traffic Signal Heads. 18.2 Signal Head Assembly 18.2.1 The mounting, housing, and visors for pedestrian signal heads shall conform to the provisions of "Vehicle Traffic Signal Heads" section in these specifications, and as shown on the plans. 18.2.2 Count down style LED Signal shall be a 16 "x18" module, which incorporates a Portland orange hand and a lunar white walking person. Lenses shall be polycarbonate; glass lenses are not acceptable. LED lenses shall be used for the hand symbol and walking person. LED lenses shall meet the following ITE specification: Vehicle Traffic Control Signal Heads — Part 2: Light Emitting Diode (LED) Vehicle Traffic Control Signal Modules, An Interim Purchase Specification of the Institute of Transportation Engineers. 18.2.3 Lenses shall have an effective area for the "HAND" or "WALKING PERSON" legends. The size shall comply with the Institute of Transportation Engineers Standards on Pedestrian Traffic Signal Heads. The "HAND" symbol shall be red LED, the "WALKING PERSON" symbol lunar white LED. 18.2.4 The color of all polycarbonate signal heads shall be black in their entirety. The color shall be an integral part of the materials composition. 18.2.5 Signal mounting hardware shall consist of aluminum 1 -1 /2 inch pipe and appropriate fittings or PELCO ASTRO -BRAC ® for pedestrian head side of pole mounting. Signals shall be secured to pole by using a stainless steel cable mounting material. City of Dubuque Traffic Signal Specifications - Page 30 of 107 19. PEDESTRIAN PUSH BUTTONS 19.1 Pedestrian push button detectors shall be of the direct push contact type and shall be ADA compliant. 19.2 The push button shall be weatherproof and of sturdy design. The entire assembly shall be weather tight, secure against electrical shock, and able to withstand continuous hard usage. The contacts shall be normally open with no current flowing except at the moment of actuation. 19.3 The housing shall be made of aluminum alloy and furnished with suitable mounting hardware. 19.4 Push button signs shall be furnished and shall conform to the requirements of the current Manual on Uniform Traffic Control Devices (MUTCD). Signs shall be R10 -3E as specified in the plans. 19.5 The Owner shall be furnished with a certification from the equipment manufacturer stating that the equipment furnished under this specification complies with all provisions of this specification. If there are any items, which do not comply with this specification, then a list of those exceptions must be detailed on the certification. 19.6 General Specifications 19.6.1 Body Material: Die Cast Aluminum, Powder Coated. 19.6.2 Button Material: 316 Stainless Steel. 19.6.3 Piezo Driven Solid State Switch 19.6.4 Operating Temperature: -30 °F to 165 °F ( -34 °C to 74 °C) 19.6.5 Operating Life: Greater than 100 million operations 19.6.6 BDLM2 (Momentary LED Model) 19.6.6.1 Operating Force: 3 l b s . Maximum 19.6.6.2 Operating Voltage: 15 -36V DC or 12 -28V AC 19.6.6.3 On Resistance: 10 2 Typical. 19.6.6.4 Operating Standby Current: 10µ.A typical (equivalent to 2mn at 20V) 19.6.6.5 Operating Mode: Approx. 0.025 sec flash each time button is pressed. 19.6.6.6 Luminous Intensity: Greater than 1200 mcd (ultra bright red) 19.6.6.7 Viewing Angle: 160° 19.6.7 Audible Tone 19.6.7.1 Sounds simultaneously with button push. 19.6.7.1 Different tones for press and release: 2.6kHz and 2.3kHz 19.6.7.1 Beeper uses power from existing switch wires. City of Dubuque Traffic Signal Specifications - Page 31 of 107 20. TRAFFIC SIGNAL POLES 20.1 General 20.1.1 This section of the Special Provisions described minimum acceptable design, material, and fabrication requirements for traffic signal poles. Poles shall be manufactured in accordance with the requirements of the latest Standard Specifications for Structural Supports for Highway Signs, Luminaries, and Traffic Signals as approved by the American Association of State Highway and Transportation Officials. After manufacture, they shall have a minimum yield strength of 48,000 PSI. The base and flange plates shall be of structural steel conforming to AASHTO M183 (ASTM A36) and cast steel conforming to ASTM A27, Grade 65 -35 or better. 20.2 Poles 20.2.1 The pole shall be designed to support the traffic signals and/or signs as shown on the plans. The pole shall be galvanized inside and out in accordance with the requirements of ASTM A123, latest revision. The pole shall be equipped with a minimum 8 "x 12" hand hole and cover located in the transformer base of the pole. Securing of the cover to the base shall be done with the use of simple tools. Hardware shall be corrosion resistant. 20.3 Combination Pole 20.3.1 Where a combination street lighting /signal pole is specified on the plans, the luminaire arm is to be mounted in the same vertical plane as the signal arm unless otherwise indicated on the plans. 20.3.2 The luminaire arm type shall be a single member type arm unless specified otherwise on the plans. 20.3.3 The luminaire arm shall provide the spread and nominal mounting height as shown on the plans. 20.3.4 Where a combination street lighting /signal pole is specified on the plans, the pole shall be equipped with a minimum 4 "x 6" hand hole and cover located opposite the signal mast arm. 20.3.5 The luminaire arm shall be arched. 20.4 Hardware 20.4.1 The mast arms and poles shall be equipped with all necessary hardware, shims and anchor bolts to provide for a complete installation without additional parts. 20.4.2 The anchor bolts shall meet the requirements of ASTM A36 or better. 20.4.3 The anchor bolts shall be hot dip galvanized for a minimum of 12 inches on the threaded end. 20.4.4 The anchor bolts shall be threaded a minimum of 6 inches at one end and have a 4 -inch long, 90 degree bend at the other end. City of Dubuque Traffic Signal Specifications - Page 32 of 107 20.4.5 The fabricator shall submit drawings for anchor bolts and base design. All hardware shall be steel, hot dipped galvanized meeting the requirements of ASTM A123, Class D or electrodeposited coated of the same coating thickness, and so designed for this purpose. 20.5 Shop Drawings 20.5.1 All traffic signal poles shall be detailed on shop drawings by the manufacturer indicating pole and arm dimensions and attachment method along with signal weight, projected areas, and type of mounting that it is designed to accommodate. 20.6 Certifications 20.6.1 The fabricator shall certify that the mast arms are capable of withstanding winds up to 80 MPH with a 1.3 gust factor without failure; that only certified welding operators in accordance with AWS D1.1 -80 or latest revisions were used; and that only electrodes as modified by AASHTO 1981 Standard Specifications for Welding of Structural Steel for Highway Bridges were used. City of Dubuque Traffic Signal Specifications - Page 33 of 107 21. TRAFFIC SIGNS AND POSTS 21.1 Traffic signs shall conform to the requirements of Section 4186 of the Iowa DOT Standard Specifications for aluminum Type 1 signs. Signs to be prismatic sheeting unless otherwise noted. 21.2 When traffic signals 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. 21.3 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" blade with 6" upper case and 4.5" lower case lettering. The sign shall have a white border, 0.75 inches wide. The thickness of the aluminum sign blank shall be 0.125 inches. The corners of the sign blank shall have a 1.5" radius. 21.4 Traffic signs shall be mounted on posts as indicated. Posts to be metal or 4 "x4" 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 1486 of the IDOT Standard Specifications for Type 2 posts unless otherwise noted. City of Dubuque Traffic Signal Specifications - Page 34 of 107 22. FIBER OPTIC CABLE This work shall consist of furnishing and installing a fiber optic cable of the type, size and number of fibers specified in the drawings. 22.1 General Requirements 48/24 hybrid 48 SM 24 MM 22.1.1 Materials and Equipment Materials and equipment shall be the standard products of a manufacturer regularly engaged in the manufacture of the products. The fiber optic shall conform to the following specifications. All materials and equipment furnished shall be completely free from defects and poor workmanship. All fibers shall be glass and be manufactured by OFS, Corning, or approved equal. The cable shall be rated for gigabyte data bandwidth. All fiber shall be loose tube construction for both indoor and outdoor installation. Indoor cabling shall use plenum rated conduit to within less than 50 foot of point of termination eliminating the requirement to convert to indoor cable. 22.1.2 Contractor Qualifications Trained and experienced personnel shall supervise the fiber optic cable installation. Qualified technicians shall make the cable terminations and splices. The Contractor upon request of the Engineer shall provide documentation of qualifications and experience for fiber optic equipment installations. The Engineer shall determine if the Contractor is qualified to perform this work. The Contractor shall have attended a certified fiber optic training class mandated by these specifications prior to starting work. 22.1.3 Codes Requirements The fiber optic cable installation shall be in accordance with or exceed all minimal requirements of State codes, National codes, and manufacturer codes as applicable. 22.1.4 Miscellaneous Equipment The Contractor shall furnish and install all necessary miscellaneous connectors and equipment to make a complete and operating installation in accordance with the plans, standard sheets, standard specifications, special provisions, and accepted good practice of the industry. 22.1.5 General Considerations The cable shall meet all requirements stated within this specification. The cable shall be new, unused, and of current design and manufacture. 22.1.6 Fiber Characteristics All fibers in the cable must be usable fibers and meet required specifications. Fiber shall consist of a dry water block coupled with a dry tube construction. Multi -mode Fiber Core diameter: 62.5 +3.0um Cladding diameter: 125.0 +2.0um Core -to- cladding offset: <3.0um Coating diameter 250 +15um Graded Index Attenuation uniformity: No point discontinuity shall be greater than 0.25 dB, except terminations or patch cords, at either 850nm or 1300nm. The coating shall be a layered UV cured acrylate applied by the fiber manufacturer. The coating shall be City of Dubuque Traffic Signal Specifications - Page 35 of 107 mechanically or chemically removable without damaging the fiber. Factory cable rating shall be 3.5 dB /KM at 850 nM and 1.0 dB /KM at 1300 nM, or less. Installed tolerance shall be less than 3.85 dB/KM at 850 nM and less than 1.1 dB/KM at 1300 nM, testing tolerance. Single -Mode Fiber Typical core diameter: 8.3um Cladding diameter: 125 +1.0um by fiber end measurement Core -to- cladding offset: <1.0um Coating diameter: 250 +15um Attenuation uniformity: No point discontinuity shall be greater than 0.1 dB, except terminations or patch cords, at either 1310nm or 1550nm. The coating shall be a layered UV cured acrylate applied by the fiber manufacturer. The coating shall be mechanically or chemically removable without damaging the fiber. Factory cable rating shall be 0.35 dB/KM at 1310 nM and 0.30 dB/KM at 1550 nM. Installed tolerance shall be less than 0.44 dB /KM at 1310 nM and less than 0.33 dB /KM at 1550 nM, testing tolerance. 22.2 Fiber Specification Parameters All fibers in the cable shall meet the requirements of this specification. The testing tolerance attenuation specification shall be a maximum attenuation for each fiber over the entire operating temperature range of the cable when installed. The change in attenuation at extreme operational temperatures for single -mode fibers shall not be greater than 0.20 dB /km at 1550 nm, with 80 percent of the measured values no greater than 0.10 dB /km at 1550 nm. Optical fibers shall be placed inside a loose buffer tube, minimum six (6) fibers per tube, normally twelve (12) fibers per tube. Actual number of fibers per tube shall be twelve fibers per tube unless specified differently on the Plans. Multimode only — each buffer tube shall contain 12 or 6 fibers. Single -mode only — each buffer tube shall contain 12 or 6 fibers. The buffer tubes will meet EIA /TIA -598, "Color coding of fiber optic cables." All fiber cables shall be Gigabyte rated, i.e. multimode shall be 200/500 Meter for 850 and 1300 nM respectively and 5000 Meter for 1310 and 1550 nM. Fiber count, tubes of fiber, shall be as specified on the plans. All fiber spools shall have manufacturer's specification sheet specifying which tube are multi mode, and which tubes are single mode. Fillers shall be included in the cable core to lend symmetry to the cable cross - section where needed. The central anti - buckling member shall consist of a glass reinforced plastic rod. The purpose of the central member is to prevent buckling of the cable. City of Dubuque Traffic Signal Specifications - Page 36 of 107 Each buffer tube shall be filled with materials that expand when contacted by moisture such as water blocking tape or fibers. Water blocking gel shall be acceptable for in buffer tube filler; however gel [icky -pic] for filler between buffer tubes shall not be acceptable for this Project. Buffer tubes shall be stranded around a central member. Acceptable techniques include the use of the reverse oscillation, or "SZ ", stranding process. All dielectric cables (with no armoring) shall be sheathed with medium density polyethylene. The minimum nominal jacket thickness shall be 1.4 mm. Jacketing material shall be applied directly over the tensile strength members and flooding compound. Cable jacketing shall utilize the newer designs to provide maximum flexibility without loss or appreciable dB attenuation. Cable diameter shall not exceed 0.50 inch. The jacket or sheath shall be marked with the manufacturer's name, the words "optical cable ", the year of manufacture, number of fibers, type of fiber (SM or MM) and sequential feet or meter marks. The markings shall be repeated every one -meter or three feet. The actual length of the cable shall be within —0 / +1% of the length marking. The marking shall be in a contrasting color to the cable jacket. The height of the marking shall be approximately 2.5 mm. A copy of the manufacturer fiber definition and shipping sheet identifying all tests, results and fiber indexes shall be provided to the Engineer on delivery of cable to the City or shall be included with a contractor's listing of place(s) of installation when installed by a Contractor (See 22.3.2). Where ever possible, six (6) buffer tubes with twelve (12) fibers each, or subsets specified, shall be provided and designated as follows: Buffer Tube /Fiber Tube/Fiber Color #1, 1st tube or fiber blue #2, 2nd tube or fiber orange #3, 3rd tube or fiber green #4, 4th tube or fiber brown #5, 5th tube or fiber slate #6, 6th tube or fiber white #7, 7th tube or fiber red #8, 8th tube or fiber black #9, 9th tube or fiber yellow #10, 10th tube or fiber violet #11, 11t tube or fiber rose #12, 12th tube or fiber aqua 22.3 Quality Assurance Provisions All optical fibers shall be proof tested by the fiber manufacturer at a minimum load of 100 kpsi. All optical fibers shall be 100% attenuation tested at the manufacturer. The attenuation of each fiber shall be provided with each cable reel. The measured attenuation shall be for both 850 and 1300 frequency for multimode and 1310 or 1550 frequency for single mode. This documentation shall be provided with each spool. The Contractor shall designate on the Plans and on this (See 22.2.11) documentation the location where each spool has been installed and provide this data to the Engineer. City of Dubuque Traffic Signal Specifications - Page 37 of 107 22.4 Cable Installed in Ducts and Conduits A suitable cable feeder guide shall be used between the cable reel and the face of the duct and conduit to protect the cable and guide it into the duct off the reel. It shall be carefully inspected for jacket defects. If defects are noticed, the pulling operation shall be stopped immediately and the Engineer notified. Precautions shall be taken during installation to prevent the cable from being "kinked" or "crushed ". A pulling eye shall be attached to the cable and used to pull the cable through the duct and conduit system. A pulling swivel shall be used to eliminate twisting of the cable. As the cable is played off the reel into the cable feeder guide, it shall be sufficiently lubricated with a type of lubricant recommended by the cable manufacturer. Dynamometers or breakaway pulling swing shall be used to ensure that the pulling line tension does not exceed the installation tension value specified by the cable manufacturer. The mechanical stress placed on a cable during installation shall not be such that the cable is twisted or stretched. The pulling of cable shall be hand assisted at each controller cabinet. The cable shall not be crushed kinked or forced around a sharp corner. If a lubricant is used it shall be of water based type and approved by the cable manufacturer. Sufficient slack shall be left at each end of the cable to allow proper cable termination, minimum 50', this slack shall be in addition to installation slack as hereinafter specified. Additional slack cable, as defined in the drawings, shall be left in each hub cabinet, handhole, and at the top of each conduit riser. Excess slack at hub cabinets shall be re- pulled into the nearest handhole to provide a neat and orderly installation. Storage of minimum slack cable in controller cabinets and additional slack at pull boxes shall be coiled. If multiple fiber cables are pulled through the same duct, this fiber should be coiled separately from one another. The slack coils shall be bound at a minimum of 3 points around the coil parameter and supported in their static storage positions. If stored in a manhole, fiber shall be stored along the outermost wall to allow unabated ingress and egress. The binding material and installation shall not bind or kink the cable. Storage of additional slack cable adjacent to conduit risers and support poles shall be as visibly marked/tagged as "CAUTION — FIBER OPTIC CABLE ". Maximum length of cable pulling tensions shall not exceed the cable manufacturer's recommendations. Along with the fiber optic cable, one (1) #10 AWG THHN, 600 volt single conductor cable (identifier conductor), orange in color, shall be pulled with ten feet (10') slack in each pull box. Fiber shall enter into the traffic control cabinet in the far left or right side. All fiber cables shall be marked with a metallic identifier in the handhole adjacent to the traffic controller and on the cable in the traffic controller at the point of termination. The identifier, both in the cabinet and in the handhole, shall indicate the direction the cable is going, cable contents [SM or SMIMAVI], and the abbreviated location for the other end destination. Fiber cabling between traffic controllers and adjacent hub locations shall be outdoor rated, loose tube fiber, when not linked by a direct, continuous conduit installation. 22.5 Minimum Bend Radius For static storage, the cable shall not be bent at any location to less than ten times the diameter of the cable outside diameter or as recommended by the manufacturer. During installation, the cable shall not be bent at any location to less than twenty times the diameter of the cable outside diameter or as recommended by the manufacturer. 22.6 After the Fiber Optic Cable Installation Each section of the cable shall be tested for continuity and attenuation as a minimum. If the attenuation is found not to be within the acceptable nominal values, the Contractor shall use an optical time domain reflectometer (OTDR) to locate points of localized loss caused by bends or kinks. If this is not successful the Contractor shall replace the damaged cable with no additional payment. Splices City of Dubuque Traffic Signal Specifications - Page 38 of 107 will not be allowed to repair the damaged section. After all fiber cable is installed between traffic controller cabinets and fiber links between fiber distribution points (FDP) complete links, all fibers, whether terminated or non - terminated, shall be tested for continuity (flash light). All terminated fiber shall be tested with an OTDR and Power Meter. The Contractor may jumper termination points at controller cabinets to minimize the number of tests and run a single OTDR test between several controller cabinets, subject to the range of the OTDR. Links between FDP's shall be tested separately. Each OTDR trace, for documented test result submittal, shall be displayed individually and not be combined with other fiber traces as overlays. Multimode fiber shall be tested using 1300 nm and single mode fiber shall be tested at 1310 nM. The results of the OTDR test shall be provided on an electronic media (disk) and paper printout. The OTDR wave, pictorial diagram of dB loss over the length of fiber tested, shall be provided along with the measured data values. The printout shall contain the manufacturer's fiber optic Index of Refraction to the third decimal point for the fiber provided. The Contractor shall provide the Engineer with a written report showing all the values measured compared to the calculated values for length and coupler /connector losses at the completion of these tests. Outdoor patch cords between FDP and controller units less than 151 feet do not need be OTDR tested. Documentation provided to the Engineer shall include a written indication of every splice, termination, patch cord, etc. for cable being measured. Power meter measurement recordings shall indicate the exact measured distance [OTDR or field measurement with cross reference for oscillation multiplier] on the sheet showing the power meter readings. Any deviations between fiber readings in the same tube shall be notated for OTDR graphs as well as deviations greater than 5% on power meter readings. Rated values for acceptable installation shall be based on the following parameters: Patch cords /Pigtails 60 MM & .15 SM dB each Unicam / Hotmelt Terminations 1.0 dB set of 2 [In and Out] Splices 0.08 each 1 KM = 0.3077 KF where KF is 1000 feet Data documentation shall include for each test between cabinets or between FDP sites, the length of fiber as measured by OTDR, frequency used in test on OTDR by each fiber type, distance to each splice, termination or patch cord jumper, dB loss rating by manufacture from spool documentation, index of refraction by type of fiber in section, and the dB loss of each section as measured in the final test for each fiber. A special test shall be made on all continuous spliced fiber from start to end that includes the total dB loss measured and the OTDR plot on electronic disk. Splice points shall be identified on the trace. Light Source - An LED light source with a wavelength that is the system wavelength, 850 and 1300 nm for multimode and 1310 and 1550 nm for single mode, shall be used. The LED shall be stable within 0.1 dB in intensity over a time period sufficiently long to perform the measurement. The output of the LED shall overfill the input end of the launch fiber /cable in both numerical apertures (NA) and core diameter. The accuracy of the combined light source and power meter shall be less than .05 dB and be temperature compensated stabilized to 0.01 dB over the operating range of the meter(s). Power Meter -The detector in the power meter shall have an effective numerical aperture and active region that is larger than the receive reference cable and/or the fiber under test. The power meter shall have a minimum range from +3 DBMS to —40 DBMS. The power meter shall have an accuracy of +/- 0.5 dB through the operating temperature and minimum resolution of 0.1 dB. City of Dubuque Traffic Signal Specifications - Page 39 of 107 22.7 Testing General The Contractor shall provide all personnel, equipment, instrumentation and supplies necessary to perform all testing. All testing shall be performed in an accepted manner and in accordance with the testing equipment manufacturer's recommendations. All data shall be recorded and submitted to the Traffic Engineer as hereinbefore specified. The Contractor shall provide one copy of operating software to read and view all OTDR traces. Attenuation The end -to -end attenuation shall be measured for each fiber for each link after installation and termination. A patch cord jumper cable shall be connected to both the light source and the receive cable to the power meter by the use of a connector (barrel). The two reference cables shall then be connected via a termination coupler and the power meter "zeroed" to eliminate the line loss. This process results in a reading of the actual line loss (dB) of the input connector, fiber cable, exiting connector and any other splices or jumpers installed in the measured test link. The calculated "loss" shall not include the input or departing cables in the loss calculation. The calculated fiber loss measured shall list the number of terminations, including the input and departing connectors, the number of splices and the number of patch cords used to jumper the link(s) into the measured final link. The measured values for each terminated fiber in each tube shall include the Tube number, fiber number, number of feet in the link, the number of splices, the number of patch cords and the number of connectors, if any. The length of optical cable shall be as measured by the OTDR rather than the fiber cable jacket as the fiber is a reverse oscillation process resulting in a greater optical distance than the fiber cable jacket. The value for both the OTDR length and the cable jacket shall be provided in the recorded documentation for each link distance. All distances shall be recorded in feet rather than meters for both recorded lengths. Fibers that are not continuous from beginning of the link to the end of the link shall be noted in the documentation; otherwise, all fibers in a single tube may be listed with a single data entry for all required data listed above for all fibers in the tube. The fiber documentation for each fiber shall identify the fiber being tested by either fiber number or fiber coating color and be recorded by complete tube, Tube 1 through Tube 6, fiber 1 through fiber 12. The OTDR to be performed in both directions of the test shall be recorded for information purposes only to resolve discrepancies in replicating the test during inspections of the final installation. The power meter reading recordings shall log total dB loss over the length of the fiber measured, equivalent to a dB loss budget. Each tube of a cable shall be in the same file divider where the tube cover OTDR page shows the overview of all splices, patch cords, terminations from start to end. The second section shall include all Power Meter readings and the mandated documentation to show the calculated line loss (losses). The third section shall contain all OTDR traces, one trace per screen. The fourth section shall include the spool sheet for the fiber installed on the test section. An "explanation" sheet may be included where required to clarify an unusual reading that is valid but difficult to be explained through traditional data presentation, such as a video feed fiber that is attached to a jumper to provide continuous feed from the start to end of the tube length where other fibers in the same tube are simply spliced. The above format shall be repeated for each tube of a cable. Traffic multimode fiber measured in sections marked by traffic controller cabinets between Hub Sites may be sub - sectioned in an easy to understand format or may be jumpered using patch cords as a single OTDR Link with each section separated for power meter readings. City of Dubuque Traffic Signal Specifications - Page 40 of 107 Documentation -The result of all testing shall be recorded along with date of test, name of person performing test, brand name, model number, serial number of equipment used during test, and any other pertinent information and data. The documentation shall be provided to the engineer in electronic format instead of paper copy format. The Contractor shall be responsible to provide input to the Engineer reviewing the recorded data documentation to resolve all questions or data discrepancies. 22.7 Cable Termination Terminations shall be made using the method recommended by the connector manufacturer. All fibers shall utilize a fan -out kit of the size and type recommended by the manufacturer and of the number of fibers provided in each fiber tube. All fibers terminated shall utilize a ceramic ferrule (outdoor connections), ST /SC, mechanical termination equal to Siecor UniCam connectors, or be a wide temperature ( -40 to +170 degrees Fahrenheit) epoxy. Heat cured or epoxy type connections meeting the full temperature ratings are acceptable for this Project, including factory manufactured pigtails. The Contractor shall be required to provide proof of purchase of sufficient quantities of ceramic terminations for outdoor terminations to verify ceramic connector usage or temperature ratings on epoxy or heat cured processes prior to terminating any fibers. The Contractor may terminate fibers by splicing factory pigtails to the fiber ends and then connecting the pigtail to the fiber coupler in the fiber tray. When splicing pigtails to terminate, all splices shall be provided with the metal reinforced shrink tube protector. The contractor may terminate fibers by the use of UniCam mechanical termination connectors. All termination ST /SC couplers shall be rated for dual fiber application, MM and SM. 22.8 Breakout Kits The breakout kits or termination boxes used to terminate each fiber cable in the cabinet shall provide for the separation and protection of the individual fibers with the buffer tubing and jacketing materials. The termination housing shall be installed within a wall or shelf mountable interconnect housing which shall provide for storing fibers, ample room for feed through cable, strain relief for multiple cables within unit, and accommodate ST /SC compatible connectors. All fiber pigtails shall be terminated through ST /SC connectors on the wall or shelf mounted interconnect panel. All terminations shall be ST /SC type, ceramic core (outdoor connections), and plug into the provided controller unit internal fiber optic modem. Acceptable enclosures for combination termination/splice points shall be FDC -CMP -072 enclosures or pre- approved equal. Splices to pigtail fiber, where used, shall utilize fan out kit protection to the fiber, heat shrink tubing with metal bar reinforcement and 900 micron rated pigtail insulation. Splices to factory pigtails shall use pigtails that are rated for a minimum temperature range of zero degrees to +150 degrees Fahrenheit. In the absence of pigtails meeting this temperature rating, fibers shall utilize loose tube fiber in fanout kit tubes and mechanical ST /SC connectors. These splices, fiber cable to pigtails, may be external to splice trays mounted internally to the enclosure, when shown on the wiring diagrams. All other splices, not specified to be installed external to the fiber splice tray, shall be installed in splice trays and be supported with heat shrink tubing. 22.9 Connectors Connectors shall be mechanical ST /SC (ceramic ferrule- outdoor connections) compatible, field installable, and self - aligning and centering or factory fabricated pigtails. Connectors to the special devices used for Ethernet network connections shall utilize a factory converter cable of SC to ST or manufacturer specified converter patch cord. Fiber optic equipment, used for terminating fibers, shall be rated for the type of connectors used. Connectors shall be Siecor CamLite, UniCam, or NEMA City of Dubuque Traffic Signal Specifications - Page 41 of 107 temperature rated epoxy type, or Engineer approved equal. All single mode fiber shall use ST type connectors. All multimode fiber shall use SC type connectors. 22.10 Splices The fiber cable shall be installed in continuous runs between cabinets. No splices shall be allowed, unless shown on the plans or for testing. Splices, where specified, shall be by fusion splice and shall be installed using an automatic fusion splicer. Splices between two fibers leaving the cabinet shall be supported in splice trays installed in splice enclosures. All splices shall be re- enterable splice capsules, gas or gel filled only and shall be protected by heat shrink tubing designed for fiber optic splicing applications. Fibers being terminated in two separate termination or splice enclosures shall be supported between enclosures by the use of buffer tubing or approved equal support material or shall be pigtail patch cords. Termination / splice enclosures shall be separated by less than 12 inches unless a conduit is installed between enclosures. All splices shall be performed by an automated splicer device that verifies the final splice termination quality. All splices shall be nominally .03 to .05 dB loss but shall be less than a 0.08 dB loss. 22.11 Launch Reference Attenuator The launch attenuator, one each for single and multimode fiber testing, shall be utilized for all OTDR tests such that one launch cable shall be at the beginning of the fiber being tested. The launch attenuator(s) shall be of the same fiber core size and type as the fiber under test. The attenuator shall emulate the minimum distance specified by the OTDR manufacturer for stabilization of the pulse generation. ST /SC connectors shall be utilized with each attenuator to connect the device to the test device, OTDR. One launce cable shall be installed on the start of the fiber being tested. The OTDR shall have the Threshold Loss set at a value to show each splice or termination junction of a single fiber in each tube with out showing the extraneous noise caused by handhole coils or turns into the cabinets. This level is normally a value [Threshold Loss] between 0.3 and 0.8 on the OTDR. This trace shall be provided for one fiber in each tube tested and each "event" shall be marked as to splice, jumper or patch cord. The Threshold Loss shall then be set to a value of 0.25 for multimode fiber tests and to a value of 0.10 for single mode fiber tests. The test of each fiber installed shall be conducted and any recorded events above this threshold shall be identified, such as jumper or patch cord. Events that are in excess the provided values shall be corrected prior to documentation submittal, such as terminations in excess of the rated value or bends in the fiber at the point of a splice entering of leaving the splice tray (See Testing). For measured values recorded in excess of the above (0.25 MM and 0.10 SM) listed values, refer to the paragraph 12.2 specification as hereinbefore defined. The Engineer reserves the right to spot test fiber terminations, splices, or re- testing of all fibers in a section to insure proper quality assurance both during and after installation and testing. Deviations from Engineer testing and report documentation shall be reviewed and the Contractor shall be able to retest any or all challenged measurements to verify a valid test. Inconsistent test results, in the sole opinion of the Engineer, shall be cause for the Contractor to retest the entire fiber installation. City of Dubuque Traffic Signal Specifications - Page 42 of 107 23. EMERGENCY PREEMPTION 23.1 System Description 23.1.1 The required priority control system will employ an Opticom brand data - encoded infrared communication to identify the presence of designated priority or probe vehicles. A record of system users, in the form of vehicle classification and identification number, will be created. In priority vehicle mode, the data - encoded communication will request the traffic signal controller to advance to and/or hold a desired traffic signal display selected from phases normally available. In probe vehicle mode, no traffic signal priority is requested - -only a record of the probe vehicle's presence is generated. 23.1.2 The priority control system will consist of a matched system of data - encoded emitters, infrared detectors, detector cable, phase selectors and system software. 23.1.3 The emitter will generate an infrared, data - encoded signal. The data - encoded signal will be detected and recognized by the infrared detectors at or near the intersection over a line -of- sight path of up to 2,500 feet (762m) under clear atmospheric conditions. The phase selector will process the electrical signal from the detector to ensure that the communication (1) is a valid base frequency, (2) is correctly data encoded, and (3) is within the user - settable priority request activation range, and (4) performs priority arbitration between simultaneous users of the system. If these conditions are met, the phase selector will generate a priority control request to the traffic controller (i.e., a green light) for the approaching priority vehicles, or record the presence of approaching probe vehicles by classification and identification number. 23.1.4 The system will require no action from the vehicle operator other than to turn the emitter on. The system will operate on a first -come, first - served basis. High priority requests will override Low priority requests. The system will interface with most traffic signal controllers and will not compromise normal operation or existing safety provisions. 23.2 Matched System Components The required priority control, data - encoded, infrared communications system will be comprised of five basic matched components: data - encoded emitter, infrared detector, detector cable, phase selector and system software. In addition, a card rack and an electromechanical interface card will be available if required. To ensure system integrity, operation and compatibility, all components will be from the same manufacturer. The system will offer compatibility with most signal controllers, e.g., electromechanical, NEMA (National Electrical Manufacturers Association), 170. The system can be interfaced with most globally available controllers using the RS232 interface or with the card rack using designated external inputs. Interfacing to an electromechanical controller may require the use of an interface card. 23.2.1 Data - Encoded Emitter. The data - encoded emitter will trigger the system. It will send the encoded infrared signal to the detector. It will be located on the priority or probe vehicle. 23.2.2 Infrared Detector. The detector will change the infrared signal to an electrical signal. It will be located at or near the intersection. It will send the electrical signal, via the detector cable, to the phase selector. City of Dubuque Traffic Signal Specifications - Page 43 of 107 23.2.3 Detector Cable. The detector cable will carry the electrical signal from the detector to the phase selector. 23.2.4 Phase Selector. The phase selector will accommodate data - encoded communication and will perform priority level arbitration, validate, identify, classify and record the signal from the detector. It will be located within the controller cabinet at the intersection. It will request the controller to provide priority to the requesting vehicle and/or record presence of a probe vehicle. 23.2.5 System Software. The system software will be a WindowsTM 98 (or greater) compliant program. It supports system configuration and gathering of operational information. 23.2.6 Card Rack. The card rack will provide simplified installation of a phase selector into controller cabinets that do not already have a suitable card rack. 23.2.7 Electromechanical Card. The electromechanical card will provide electrical interface between the phase selector and electromechanical -type traffic controllers. 23.3 System Component Specifications 23.3.1 Data - Encoded Infrared Emitter and Programming Software 23.3.1.1 The required data - encoded emitter will generate the infrared signal, which serves as the trigger to the rest of the priority control system. The infrared signal generated by the data encoded emitter will be a series of intense flashes from a single light source with integral power supply. The flash signal will consist of a fixed frequency base signal and a coded overlay signal that can be used to transmit information. 23.3.1.2 The data - encoded emitter will be powered by the DC voltage supplied from the battery of the vehicle, 10 to 16 volts DC. The unit will be equipped with a weatherproof in -line fuse holder and a weatherproof quick - disconnect plug. 23.3.1.3 The unit, including all electronics, will be miniaturized to a size no greater than 5.900 inches (15 cm) wide by 3.800 inches (9.7 cm) high by 3.500 inches (8.9 cm) deep to accommodate standalone and internal lightbar installation. 23.3.1.4 The data - encoded emitter will be supplied complete with a 25 -foot (7.5 m) installation cable. 23.3.1.5 The flash sequence generated by the data - encoded emitter will carry three types of information: The first type will be one of three distinctly different base frequencies of either approximately 10Hz for a Low priority emitter, or approximately 14Hz for a High priority emitter, or 12Hz for Probe frequency. The second type of information generated by the data - encoded emitter will be a vehicle classification and identification code that is interleaved into the base frequency flashes. Setting the vehicle classification and identification code will City of Dubuque Traffic Signal Specifications - Page 44 of 107 be accomplished through emitter programming software. Each data - encoded emitter will be capable of setting 10 different classifications with 1,000 different identification numbers per class for a total of 10,000 codes per base frequency. The third type of information generated by the data - encoded emitter will be reserved for setting the intersection detection range. A specially equipped emitter control module with a range setting command switch will enable the traffic engineer to activate the range code from his /her vehicle. The system will accommodate setting a separate range from 200 feet (61m) to 2,500 feet (762m) with 1200 range set points, for both High and Low priority signals. 23.3.1.6 The emitter will include a multi - purpose communication port compliant with the SAE J1708 communication standard. This port enables unit configuration to be set into the emitter and read from the emitter. It also allows real -time communication between the vehicle and the emitter. 23.3.1.7 While operating, the data - encoded emitter will conduct self - diagnostics designed to monitor data transmission integrity by checking for missing pulses. Any failures of the self - diagnostic tests will be displayed by flashing of the ON /OFF switch indicator light. 23.3.1.8 An ON /OFF switch (available for each data - encoded emitter) will be equipped with an indicator light providing internal diagnostics to assist in troubleshooting. The indicator light will operate as follows: Steady on when the emitter is operating Flash at a 0.5Hz rate when the emitter is intentionally disabled Flash at a 2Hz rate when the emitter is inoperative 23.3.1.9 The data - encoded emitter will be equipped with a disable input that, when activated, will stop the emitter from flashing, thereby eliminating the possibility of inadvertent signal transmission after the priority vehicle has arrived at its destination. The disable input will be programmable to operate in either a latching or non - latching mode. Operation of the disable input will be programmable using software. 23.3.1.10 The data - encoded emitter will be available with an optional visible light - blocking filter. 23.3.1.11 The data - encoded emitter will be configured with a grating to provide precise directionality control. 23.3.1.12 The data - encoded emitter will have a consistent flash intensity. The energy output per flash will be 0.84 Joules. 23.3.1.13 The data - encoded emitter will operate over a temperature range of -30 °F ( -34 °C) to +165 °F ( +74 °C). 23.3.1.14 The data - encoded emitter will operate over a relative humidity range of 5% to 95 %. City of Dubuque Traffic Signal Specifications - Page 45 of 107 23.3.1.15 WindowsTM based software will be available for programming the emitter through its J1708 compatible multi - purpose port. The communication protocol will be made available upon request for creating software to implement real -time communication. 23.3.1.16 The emitter will provide operating modes that allow it to be powered on with the strobe active or inactive. 23.3.2 Infrared Detector 23.3.2.1 The required detector will be a lightweight, weatherproof device capable of sensing and transforming pulsed infrared energy into electrical signals for use by the phase selection equipment. 23.3.2.2 The infrared detector will be designed for mounting at or near an intersection on mast arms, pedestals, pipes or span wires. 23.3.2.3 Each infrared detector will be supplied with mounting hardware to accommodate installation on mast arms. Hardware will be available for span wire installations. Additional hardware may be needed. 23.3.2.4 The infrared detector design will include adjustable tubes that lock into position, to enable their reorientation for span wire mounting without disassembly of the unit. 23.3.2.5 The detector will accept infrared signals from one or two directions and will provide single or dual electrical output signal(s). 23.3.2.6 The infrared detector will be available in three configurations: Uni- directional with one output channel. Bi- directional with one output channel. Bi- directional with two output channels. 23.3.2.7 The detector will allow aiming of the two infrared sensing inputs for skewed approaches, wide roads or slight curves. 23.3.2.8 The infrared detector will have a built -in, labeled terminal block to simplify wiring connections. 23.3.2.9 The infrared detector will receive power from the phase selector and will have internal voltage regulation to operate from 18 to 37 volts DC. 23.3.2.10 The infrared detector will respond to a clear lens data - encoded emitter with 0.84 ( ±10 %) Joules of energy output per flash at a distance of 2,500 feet (762m) under clear atmospheric conditions. If the emitter is configured with a visible light filter, the detector will respond at a distance of 1800 feet (549m) under City of Dubuque Traffic Signal Specifications - Page 46 of 107 clear atmospheric conditions. The noted distances will be comparable day and night. 23.3.2.11 The infrared detector will deliver the necessary electrical signal to the phase selector via a detector cable up to 1,000 feet (305m) in length. 23.3.3 Detector Cable 23.3.3.1 The detector cable will deliver sufficient power from the phase selector to the infrared detector and will deliver the necessary quality signal from the detector to the phase selector over a non - spliced distance of 1,000 feet (305m). 23.3.3.2 The cable will be of durable construction to satisfy the following installation methods: Direct burial. Conduit and mast arm pull. Exposed overhead (supported by messenger wire). 23.3.3.3 The outside diameter of the detector cable will not exceed 0.3 inches (7.62mm). 23.3.3.4 The insulation rating of the detector cable will be 600 volts minimum. 23.3.3.5 The temperature rating of the detector cable will be +158°F ( +70 °C) minimum. 23.3.3.6 The conductors will be shielded with aluminized polyester and have an AWG #20 (7 x 28) stranded and individually tinned drain wire to provide signal integrity and transient protection. 23.3.3.7 The shield wrapping will have a 20% overlap to ensure shield integrity following conduit and mast arm pulls. 23.3.3.8 The detector cable will be comprised of three signal wires and a drain wire. Each wire will be 20 AWG (7 x 28). The capacitance will not exceed 48 pF per foot a 1 Khz. The detector cable wires will be stranded, individually tinned copper, color -coded insulation as follows: Orange for delivery of detector power ( +). Drain wire for detector power return ( -). Yellow for detector signal #1. Blue for detector signal #2 or ground, depending on model of detector being used. 23.3.4 Phase Selector City of Dubuque Traffic Signal Specifications - Page 47 of 107 23.3.4.1 The phase selector, designed to be installed in the traffic controller cabinet, will accommodate data - encoded signals and is intended for use directly with numerous controllers. These include California/New York Type 170 controllers with compatible software, NEMA controllers, or other controllers along with the system card rack and suitable system interface equipment and controller software. 23.3.4.2 The phase selector will be a plug -in, four channel, multiple - priority device intended to be installed directly into a card rack located within the controller cabinet. 23.3.4.3 The phase selector will be powered from 115 volt (95 volts AC to 135 volts AC), 60Hz mains and will contain an internal, regulated power supply that supports up to twelve infrared detectors. 23.3.4.4 Programming the phase selector and retrieving the data stored in it will be accomplished using an IBM PC- compatible computer and the system interface software. The connection can be made either directly, via the computer's communication (COM) port, or remotely via a modem. The communication port on the phase selector will be an RS232 interface located on the front and back of the unit. The communication protocol will be made available upon request for creating software to implement other communication applications. 23.3.4.5 The phase selector will include the ability to directly sense the green traffic controller signal indications through the use of dedicated sensing circuits and wires connected directly to the field wire termination points in the traffic controller cabinet. 23.3.4.6 The phase selector will have the capability of storing up to 1000 of the most recent priority control calls, probe frequency passages, or unauthorized vehicle occurrences. When the log is full, the phase selector will drop the oldest entry to accommodate the new entry. The phase selector will store the record in non- volatile memory and will retain the record if power terminates. Each record entry will include ten points of information about the priority call, as follows: Classification: Indicates the type of vehicle. Identification number: Indicates the unique ID number of the vehicle. Priority level: Indicates whether High or Low priority, or Probe frequency is requested by the vehicle. Direction: Channel A, B, C, or D; indicates the vehicle's direction of travel. Call duration: Indicates the total time in seconds the priority status is active. Final greens at end of call: Indicates which phases are green at the end of the call. Duration of the final greens: Indicates the total time final greens were active at the end of call. City of Dubuque Traffic Signal Specifications - Page 48 of 107 Time and date call started and ended: Indicates the time a priority call started and ended; provided in seconds, minutes, hours, day, month, year. Maximum signal intensity: Indicates the strongest signal intensity measured by the phase selector during call. Priority output active: Indicates if the phase selector requested priority from the controller for the call. 23.3.4.7 The phase selector will include several control timers that will limit or modify the duration of a priority control condition, by channel, and can be programmed from an IBM PC- compatible computer. The control timers will be as follows: MAX CALL TIME: Will set the maximum time a channel is allowed to be active. It will be settable from 60 to 65,535 seconds in one - second increments. CALL HOLD TIME: Will set the time a call is held on a channel after the priority signal is no longer being received. It will be settable from one to 255 seconds in one - second increments. Its factory default must be six seconds. CALL DELAY TIME: Will set the time a call must be recognized before the phase selector activates the corresponding output. It will be settable from zero to 255 seconds in one - second increments. Its factory default must be zero seconds. 23.3.4.8 The phase selector's default values will be re- settable by the operator using an IBM PC- compatible computer, or manually using switches located on its front. 23.3.4.9 The phase selector will be capable of three levels of discrimination of data - encoded infrared signals, as follows: Verification of the presence of the base infrared signal of either High priority, Low priority or Probe frequency. Validation of the infrared signal data - encoded pulses. Determination of when the vehicle is within the prescribed range. 23.3.4.10 The phase selector's card edge connector will include primary infrared detector inputs and power outputs. Two additional detector inputs per channel will be provided on a front panel connector. 23.3.4.11 The phase selector will include one opto - isolated NPN output per channel that provides the following electrical signal to the appropriate pin on the card edge connector: 6.25Hz ± 0.1Hz 50% on/duty square wave in response to a Low priority call. A steady ON in response to a High priority call. 23.3.4.12 The phase selector will accommodate three methods for setting intensity thresholds (emitter range) for high and low priority signals: City of Dubuque Traffic Signal Specifications - Page 49 of 107 Using a data - encoded emitter with range - setting capability. Using any encoded emitter by manipulating the front panel switches. Inputting the range requirements via the communication port. 23.3.4.13 The intensity threshold will have 1200 set points. There will be separate intensity thresholds for the primary detector and the auxiliary detectors. 23.3.4.14 The phase selector will have a POWER ON LED indicator that flashes to indicate unit diagnostic mode and illuminates steadily to indicate proper operation. 23.3.4.15 The phase selector will have internal diagnostics to test for proper operation. If a fault is detected, the phase selector will use the front panel LED indicators to display fault information. 23.3.4.16 The phase selector will have a High (High) and Low (Low) LED indicator for each channel to display active calls. 23.3.4.17 The phase selector will have a test switch for each channel to test proper operation of High or Low priority. 23.3.4.18 The phase selector will properly identify a High priority call with the presence of 10 Low priority data - encoded emitter signals being received simultaneously on the same channel. 23.3.4.19 The phase selector will have write -on pads to allow identification of the phase and channel. 23.3.4.20 The phase selector will have the capability to enter unique names for each channel via the interface software. 23.3.4.21 The phase selector will provide one isolated confirmation light control output per channel. These outputs are user configurable through software for a variety of confirmation light sequences. 23.3.4.22 The NEMA model of the phase selector will have outputs for the control of NEMA controllers that lack internal preemption capability. This function will be accomplished through the use of Manual Control Enable, Interval Advance, and Phase Omit options. 23.3.4.23 23.3.4.24 The NEMA model will also have the option of providing separate outputs for High and Low priority calls for controllers that do not recognize a 6.25Hz pulsed Low priority request. The NEMA model of the phase selector will have the capability to set Interval Advance rates as low as once every 200 mSec for Low priority calls. It will also be able to operate in the Manual Control Enable Mode for Low priority calls and activate a standard preemption output for high priority calls. City of Dubuque Traffic Signal Specifications - Page 50 of 107 23.3.4.25 The phase selector will have the capability of recording the presence of a vehicle transmitting at the specified Probe frequency. The phase selector will at no time attempt to modify the intersection operation in response to the Probe frequency. 23.3.4.26 The phase selector will have the capability of providing Low priority in a mode where the output to the controller is gated or controlled by timing relationships within the controller cycle. 23.3.4.27 The phase selector will have the capability to assign a relative priority to a call request within High or Low priority. This assignment will be based on the received vehicle class. 23.3.4.28 The phase selector will have the capability to discriminate between individual ID codes, and allow or deny a call output to the controller based on this information. 23.3.4.29 The phase selector will have the capability to log call requests by unauthorized vehicles. 23.3.4.30 The phase selector will have the ability to command an emitter to relay a received code to the next intersection. 23.3.4.31 The phase selector will have the capability of functionally testing connected detector circuits and indicating via front panel LEDs non - functional detector circuits. 23.3.4.32 The phase selector will incorporate a precision real time clock synchronized to an AC power line frequency. 23.3.4.33 The clock will have the capability to automatically adjust itself for changes in daylight saving time. Interface software will be used to set the clock and to input the appropriate dates and times for daylight saving changes. 23.3.4.34 The phase selector shall have the capability to set the minimum time between Low priority calls. 23.3.4.35 An auxiliary interface panel will be available to facilitate interconnections between the phase selector and traffic cabinet wiring. 23.3.5 Card Rack 23.3.5.1 The required card rack will provide simplified installation of a phase selector into controller cabinets that do not already have a suitable card rack. 23.3.5.2 The card rack will be factory wired to one connector, located behind the card slot, and a terminal block, located next to the phase selector slot, on the front of the card rack. 23.3.5.3 The card rack connector on the front will provide for all connections to the traffic controller. City of Dubuque Traffic Signal Specifications - Page 51 of 107 23.3.5.4 The card rack will provide labeled terminal blocks for connecting the primacy infrared detectors to a phase selector. 23.3.6 Interface Card for Electromechanical Controllers 23.3.6.1 The required interface card for electromechanical controllers will provide electrical and logic interface between the phase selector and an electromechanical -type controller. 23.3.6.2 The inputs to the interface card for electromechanical controllers will be connected to the outputs of the phase selector. 23.3.6.3 The outputs of the interface card for electromechanical controllers will be connected to the Hand Control Switch or Police Panel where the dial motor and its self - generated solenoid advance pulses are disconnected from the cam/solenoid assembly and replaced by pulses generated by the action of the Hand Control Switch in the electromechanical -type controller. 23.3.6.4 The interface card for electromechanical controllers will decode the outputs of the phase selector(s) and advance the controller to the phase that is set for that channel by sensing the traffic controller signal indications. 23.3.6.5 The interface card for electromechanical controllers will have one input to disable the interface card. 23.3.6.6 The interface card for electromechanical controllers will include the following switches: Channel 1 Green Time: 16- position rotary switch; Controls timing between advance pulses, in seconds, when in Phase 1 green. Channel 2 Green Time: 16- position rotary switch; Controls timing between advance pulses, in seconds, when in Phase 2 green. Channel 3 Green Time: 16- position rotary switch; Controls timing between advance pulses, in seconds, when in Phase 3 green. Channel 4 Green Time: 16- position rotary switch; Controls timing between advance pulses, in seconds, when in Phase 4 green. NON Green Time: 16- position rotary switch; Controls timing between advance pulses, in seconds, when no indications are green. Power Switch. 23.3.7 Interface Software 23.3.7.1 The priority control interface software will be provided on a single CD -ROM to interface with the phase selector. The CD -ROM will include a utility to create 3.5" 1.44 mB diskettes to be used on computers without CD -ROM drives. It must run on most IBM - compatible computers equipped with at least 64M RAM, City of Dubuque Traffic Signal Specifications - Page 52 of 107 Windowwst`1 98 and color VGA display capability. 23.3.7.2 The priority control interface software must accommodate: Setting up and presenting user - determined system parameters. Viewing and changing settings. Viewing activity screens. Displaying and/or downloading records of previous activity showing class, code, priority, direction, call duration, final greens at end of call, duration of final greens, time call ended in real time plus maximum signal intensity (vehicle location information). This information may be used to reconstruct the route taken by a priority (or probe) vehicle to track the vehicle. 23.3.7.3 The priority control interface software must accommodate operation via a mouse or via the keyboard, or in combination. 23.3.7.4 The priority control interface software must provide menu displays to enable: Setting of valid vehicle ID and class codes. Establishing signal intensity thresholds (detection ranges), modem initialization, intersection name and timing parameters. Setting of desired green signal indications during priority control operation and upload and download capability to view. Resetting and /or retrieving logged data and priority vehicle activity. Addressing for each card in a multi -drop connected system. Confirmation light configuration. NEMA Control Parameters. 23.3.7.5 The interface software will provide readout of noise levels detected by the detectors. This noise level will serve as a troubleshooting tool. 23.3.7.6 The interface software will provide a real -time activity screen which will provide the following information: Call intensity value even if below threshold. Vehicle class and ID. Emitter priority level. Indication of detection on primary or auxiliary detector Indication if call is being serviced or is pending. Indication if vehicle is in range. Readout for four separate vehicles per channel. Detector noise level readout. City of Dubuque Traffic Signal Specifications - Page 53 of 107 Green phase monitoring with information on the current greens. 23.4 Reliability 23.4.1 All equipment supplied as part of the infrared priority control system intended for use in the controller cabinet will meet the following electrical and environmental specifications spelled out in the NEMA Standards Publication TS2 1992, Part 2: 1. Line voltage variations per NEMA TS2 1992, Paragraph 2.1.2. 2. Power source frequency per NEMA TS2 1992, Paragraph 2.1.3. 3. Power source noise transients per NEMA TS2 1992, Paragraph 2.1.6.1. 4. Temperature range per NEMA TS2 1992, Paragraph 2.1.5.1. 5. Humidity per NEMA TS2 1992, Paragraph 2.1.5.2. 6. Shock test per NEMA TS2 1992, Paragraph 3.13.9. 7. Vibration per NEMA TS2 1992, Paragraph 3.13.8. 23.4.2 Each piece of equipment supplied as part of the priority control system intended for use in or on priority vehicles will operate properly across the entire spectrum of combinations of environmental conditions (temperature range, relative humidity, vehicle battery voltage) per the individual component specifications. 23.5 Qualifications 23.5.1 The manufacturer of the required infrared priority control system will verify the proven, safe operation of the system's infrared communication technology. Upon request, the manufacturer will produce a list of user agencies having experience interfacing priority control equipment with electromechanical, solid state and programmable controller types. 23.5.2 The manufacturer will demonstrate the ability to finance ongoing technical support, written product warranties, and responsibility for product failure. 23.5.3 Upon request, the manufacturer will produce a copy of its last full year and four previous year's corporate financial statements. 23.5.4 The manufacturer will have an independent quality department that has complete authority to control product integrity and is answerable only to the senior officer of the organization. 23.6 Responsibilities 23.6.1 The manufacturer of the required infrared priority control system and/or the manufacturer's representative will provide responsive service before, during and after installation of the priority control system. The manufacturer and/or the manufacturer's representative, as consultants to the installer, will provide certified, trained technicians having traffic systems industry experience and operational knowledge of priority control systems. 23.6.2 The lowest fully responsive bidder will be required to supply working production components specified in this Specification within 14 calendar days from the bid opening date. Failure to do so will render the bid non - responsive. 23.6.3 The requirements of Section 31.6.2 will not be required if, prior to the bid opening, the bidder demonstrated to the city that the equipment bid meets these specifications. City of Dubuque Traffic Signal Specifications - Page 54 of 107 23.7 Substantiated Warranty 23.7.1 The manufacturer of the required infrared priority control system will warrant that, provided the priority control system has been properly installed, operated and maintained, component parts of a matched component system (see Section II) that prove to be defective in workmanship and/or material during the first five (5) years from the date of shipment from the manufacturer will be covered in a documented system - protection plan, plus provide an added five-year maintenance coverage for repair or replacement at a fixed deductible charge for a total of ten (10) years of product coverage. The manufacturer must substantiate its financial ability to respond to warranty claims. The guarantee will be determined in reference to the manufacturer's business assets and financial experience over the preceding five-year period. 23.7.2 In addition, upon request, the manufacturer will provide documentation proving ability to financially support the ten (10) year provisions of the warranty /maintenance period. Documentation will include appropriate financial reports for the previous five business years. 23.7.3 The protection plan will warrant that component parts of a matched component system that are not subject to coverage limitations and prove to be defective in workmanship and /or material during the first five (5) years from the date of shipment from manufacturer will be repaired at no charge, and that extended coverage with a fixed repair deductible will be available for an additional five (5) years. 23.7.4 In total, the warranty /maintenance coverage must assure that system components will be available to allow system operation during the ten (10) year warranty /maintenance coverage. 23.7.5 A copy of the manufacturer's written warranty outlining the conditions stated above will be supplied with the bid. Coverage and coverage limitations are to be administered as detailed in the manufacturer's Warranty /Maintenance document. 23.8 Certificate of Insurance The manufacturer of the required infrared priority control system will provide a certificate of product liability insurance protection for $5,000,000 assuring the priority control user that the manufacturer is insured against civil damages if proven to be at fault for an accident due to equipment failure within the system of matched priority control components. This certificate, however, need not, and is not meant to, provide liability insurance protection to the priority control system dealer, installer or user. 23.9 User Support Services The manufacturer of the required infrared priority control system will offer support programs to assist the purchase and implementation of a priority control system program, including: A preferred lease program to finance purchase of a system. Public relations assistance to promote the system within the user community. Intersection survey service to document appropriate equipment interfaces. Customized proposals to assist the procurement process. 23.10 Certification City of Dubuque Traffic Signal Specifications - Page 55 of 107 The manufacturer of the required infrared priority control system will certify that all component products are designed, manufactured and tested as a system of matched components and will meet or exceed the requirements of this specification. City of Dubuque Traffic Signal Specifications - Page 56 of 107 24. STREET LIGHTING 24.1 Mast -arm mounted street lighting 24.1.1 The luminaire assembly shall consist of a weatherproof, non - corrosive housing and slipfitter with internally mounted ballast, a hinged, detachable, glass refractor, a snap -in aluminum reflector, a high -grade porcelain enclosed socket and terminal block with pressure type terminals for connecting leads entering from the mounting bracket or mast arm. 250 -Watt HPS luminaires shall be a sealed optics, tool free entry cobra head style multi -tap luminaires set for 240 -volt operations with housing of single piece aluminum castings with integral slipfitter for two -inch bracket mounting. The slipfitter shall be arranged to accommodate a two -inch standard pipe bracket, shall consist of bracket clamps, and shall provide for vertical adjustment and horizontal leveling of the luminaire. A weatherproof, hinged access door shall be provided for quick access to the terminal block and mounting arrangement. All exposed metal parts shall be made from non - ferrous metal or stainless steel. Lamps shall be Type III, 250 -Watt high- pressure sodium, rated 50,000 lumens, with 24,000 hours rated life. Photoelectric control shall be provided as part of the Tesco 27 -22 as shown on the plans. City of Dubuque Traffic Signal Specifications - Page 57 of 107 25. BATTERY BACKUP INSTALLATION 25.1 When specified the Contractor shall supply and install a Tesco, model 27 -22 combination battery backup, electrical service with meter and lighting controller as shown in the plan details. Dedicated conduits shall connect the 27 -22 with the fiber hub cabinet, traffic cabinet and quazite handhole (for streetlighting). A 5/8 inch by 10 foot ground rod shall be driven in near the base of the 27 -22 BBS. Ground wires shall be connected to the ground rod with one (1) piece non - ferrous clamps which employ set screws as tightening devices. The service pedestal shall be part of the continuously grounded system discussed in section 11 of this specification. See plan details. 25.2 When specified the Contractor shall supply and install a side mount Tesco, model 2200 battery backup system as specified below. 25.2 Enclosure Specifications: Anodized aluminum weatherproof enclosure shall house BBS and batteries. Enclosure shall be TIG welded construction with welding materials specifically designed for the material to be welded. Enclosure shall have fully framed side hinged outer doors with swaged close tolerance sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. Front door shall incorporate a full- length piano hinge, pad - lockable draw latch (center area on door -latch side), and a pad lockable welded -in place vandal -proof tabs rated at 2000 lbs. There shall be no exposed nut, bolts, screws, rivets or other fasteners on the exterior of the enclosure. Maximum cabinet dimensions 46" H x 20" W x 10.25" D. Weight 250 lbs. with batteries. BBS shall be mounted in an interior tilt out housing with 8001b. rated stops. Battery connectors shall be Anderson Connectors with silver plated contacts. Batteries shall be installed in fixed position framed trays for seismic safety and be readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back. Enclosure can include two transfer bypass switches, one for BSS bypass the second for auxiliary generator (optional). All switched must be panel mounted on interior dead front panel board. UV resistant plastic laminated nameplates shall identify all controls and major components. A plastic covered wiring diagram will be attached to the inside of the front door. All components shall be factory wired and conform to required NEMA, NEC, and UL standards. A chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel rated. 25.3 BBS Panel Minimum Features: • System shall provide 700 watts of full control run time for two (2) hours. In addition the system shall provide six (6) to eight (8) hours of flash. • BBS bypass and BBS isolation switch. • Deadfront safety panel board with all switches, indicating fuses, plugs, and isolation fuses for each battery pre -wired with phenolic nameplates. • All nameplates shall be screwed on phenolic engraved type. • All wire terminating lugs shall be full wrap around type. • All batteries shall be captive spaced from external captive sides in earthquake proof buckets. • Cabinet ventilation shall be by (qty. 2) 4" x 1 /4" louvers top and bottom with encapsulated bug screens, cleanable filters and 100cfm fan to completely exchange air 25 time minimum per minute. • All DC terminals and connections shall incorporate safety covers such that the safety covers are in place for every normal maintenance mode. • Event Counters & Total Run Time Counter. 25.4 BBS Unit Minimum Specifications: BBS unit shall provide a true sine -wave output with minimum 1400 Volt -Amp continuous capacity. BBS must provide for utility service isolation when in operation. The minimum rating for wattage output will be 950 watts. The BBS shall be capable of running an intersection with LED lights (for Run Time consult manufacturer). The unit shall operate City of Dubuque Traffic Signal Specifications - Page 58 of 107 off -line, with transfer time of 2 ms or less, with battery condition indicator, with automatic test provisions, and with hot - swappable batteries (all batteries in system). BBS will automatically recharge batteries from full discharge to 95% capacity within 6 hours. BBS will provide on -line operation for a minimum input on 92 to 145 VAC, provide full load output of 120VAC - 10% / +4% at 60 Hz +1- 0.05% over a temperature range of -37° C (optional adder) to +74° C and be a UL Approved Design. For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be delivered with maintenance manuals and schematic diagrams. 25.5 BBS Unit Minimum Features: • 1400VA 950 Watts, with quick make /break connectors and plugs. (Systems requiring hard wiring termination to /from the inverter are unacceptable). • Surge energy withstand 480 Joules, 6.5kA • Common mode clamping 0 ns < 5ns typical UL 1449 • Conditioned power - Computer quality • Transient lighting protection - 160 Joules • Transfer to battery time - 2ms • Retransfer to utility - 2ms • Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused (deadfront panel mounted 30 amp) connections to the BBS for greater system reliability and ease ofmaintenance. Series wiring in unacceptable. • Fan cooling shall be fused for locked rotor current. • Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery. • BBS covers shall be 60% open on both sides to diminish the environmental effects of extreme temperatures. • Includes USB & RS232, DB9 Computer Interface Ports. • Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable). 25.6 BBS Communication Module: All inverter connections shall be made without the use of tools. This includes: A /C- Input, A /C- Output, Normally -Open, and Normally- Closed programmable contacts. Smart Slot Relay I/O Module; Input #1 Input #2 Input #3 Input #4 Output #1 Output #2 Output #3 Output #4 Output #5 Output #6 Turn the BBS on. Turn the BBS off. Start the BBS self -test. Shut down the BBS (when on battery). The BBS is on- battery (during a power failure, self -test or run time calibration). BBS has a low battery - Programmable. The protected load is not receiving power from the BBS. Replace the BBS batteries. The BBS is overloaded. Any BBS fault or self -test failure. 25.7 Batteries: Batteries shall be maintenance -free, type AGMIVRLA (Absorbed Glass Mat / Valve Regulated Lead Acid), such as APC Smart-UPS RMXL or approved equal. Batteries shall be independently pre -wired and individually fused. Batteries shall be furnished with heavy -duty 50 amp rated silver- plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 26 lbs. are not acceptable. 25.8 Enclosure Temperature Compensation: Operating temperature shall be a minimum -37 °C to + 74° C. City of Dubuque Traffic Signal Specifications - Page 59 of 107 25.9 Power System Analyzer and Conflict Resolution Module: The 1400XL incorporates an integrated Power System Analyzer and Conflict Resolution Module. The Analyzer will evaluate and make limited adjustments to the incoming utility power and will automatically transfer load to the battery back -up power if utility power is lost. When utility power becomes available, the BBS will analyze the power to verify stability and return to normal operation. The system provides automatic BBS failure detection and automatically isolates the failed BBS and locks the unit on to utility power. Once the failure has been corrected, the system will return to the normal operation. 25.10 Triple Bypass System For Offline BBS: • SPACT — Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module. • PCM — Power Conflict Monitor. • The PCM is a totally redundant failsafe system. The PCM monitors load bus power available continuously. If load bus power fails for 5ms the PCM will transfer and isolate the BBS and guarantee that commercial power will be locked on. • Watchdog Timer — Redundant 5 ms delay and hard transfer to utility power. • The outboard Smart Transfer Switch shall not interrupt the normal controller function. Transfer time shall be 2ms. • Onboard Smart I/O module will execute lockout of battery back up system upon Smart detection of any inverter BBS fault. If BBS resets itself, it will automatically be available for backup. • ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours. 25.11 Smart Battery Charger: Small charge from shut off discharge to 95% fully charged in less than 6 hours. Batteries shall be ambient enclosure compensated to less than 120 °. The battery charger shall utilize Smart Cell Technology to extend battery life. 25.12 Intelligent Battery Management: Cell Guard means longer battery life — Improved reliability results from a precision battery charging system, and automatic true -load battery tests. Redundant overcharge protection contributes to longer battery life. Smart Boost and SmartTrim regulate under and over voltages without switching to battery. 25.13 Battery Replacement Warning prevents downtime — 1400XL-BBS automatically performs a self -test every two weeks. This ensures that you will be alerted to degrading batteries before they wear out. Through software, or the push of a button, self -tests may be performed at any time. Faster Recharge Time — 1400XL -BBS battery charging systems are microprocessor controlled to precisely charge batteries in less time than legacy BBS systems. This makes the system available more quickly for subsequent power disturbance. 25.14 Hot - Swappable Battery Replacement: The 60 second, user friendly, hot - swappable battery replacement system — Saves the time and expense of returning the BBS to the factory for battery service, and allows safe and easy replacement of batteries while your system is up and running. Replacement battery packs ship in a reusable box for convenient return of exhausted batteries to a recycling center. City of Dubuque Traffic Signal Specifications - Page 60 of 107 26. ELECTRICAL SERVICE (not used for this project) 26.1 General The service pedestal shall be installed as shown in the plans. Two inch conduit connecting the service pedestal and the control cabinet shall be installed as shown in the plans. 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. City of Dubuque Traffic Signal Specifications - Page 61 of 107 27. FIBER HUB CABINET (FH 332) (not used for this project) 27.1 Meets all Caltrans and FHWA requirements. 27.2 Combined 24V DC power supply and power distribution assembly. 27.3 Aluminum (0.125" thick), Natural Finish. Dimensions 66" H x 24" W x 30" D, Mounting Base Mounted, Bolt Pattern 25" x 15" with (4) 3/4" x 16" Anchor Bolts, Full size doors, front and back. 27.4 100 CFM Fan with Thermostatic Control. Filtered air intake in front door. Door Stops 90° & 180° stop, each door, top & bottom (± 10 °). 27.5 Three Point Lock System 27.6 Rack Assembly Removable, Standard, 19" EIA Rack City of Dubuque Traffic Signal Specifications - Page 62 of 107 28. SMARTSENSOR MATRIX VEHICLE DETECTION (not used for this project) 28.1 General. This item shall govern the purchase of above - ground radar presence detector (RPD) equivalent to the Wavetronix Smart Sensor Matrix. 28.2 Sensor Outputs. The RPD shall present real -time presence data in 10 lanes. The RPD shall support a maximum of eight zones. The RPD shall support four channels and have user - selectable channel assignments. The RPD shall use OR logic to combine multiple zones to a channel output, and shall have channel output extend and delay functionality. The RPD algorithms shall mitigate detections from wrong way or cross traffic. The RPD system shall have fail -safe mode capabilities for contact closure outputs if communication is lost. 28.3 Detectable Area. Detection Range. The RPD shall be able to detect and report presence in lanes with boundaries as close as 6 ft. from the base of the pole on which the RPD is mounted. The RPD shall be able to detect and report presence in lanes located within the 100 ft. arc from the base of the pole on which the RPD is mounted. Field of View. The RPD shall be able to detect and report presence for vehicles within a 90 degree field of view. Lane Configuration. The RPD shall be able to detect and report presence in up to 10 lanes. The RPD shall be able to detect and report presence in curved lanes and areas with islands and medians. 28.4 Preassemble Backplate. Each RPD shall have a traffic cabinet preassemble backplate with the following: • AC /DC power conversion • Surge protection • Terminal blocks for cable landing • Communication connection points The preassembled backplate for the RPD shall be a cabinet side mount or rack mount. Contact Closure Input File Cards. The RPD shall use contact closure input file cards with 2 or 4 channel capabilities. The contact closure input file cards for the RPD shall be compatible with industry standard detector racks. City of Dubuque Traffic Signal Specifications - Page 63 of 107 28.5 Maintenance. The RPD shall not require cleaning or adjustment to maintain performance. The RPD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. Once the RPD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. 28.6 Physical Properties. The RPD shall not exceed 4.2 lbs. in weight. The RPD shall not exceed 13.2 in. by 10.6 in. by 3.3 in. in its physical dimensions. Enclosure. The RPD shall be enclosed in a Lexan EXL polycarbonate. The enclosure shall be classified "fl" outdoor weatherability in accordance with UL 746C. The RPD shall be classified as watertight according to the NEMA 250 Standard. The RPD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: • External Icing (NEMA 250 clause 5.6) • Hose -down (NEMA 250 clause 5.7) • 4X Corrosion Protection (NEMA 250 clause 5.10) • Gasket (NEMA 250 clause 5.14) The RPD shall be able to withstand a drop of up to 5 ft. without compromising its functional and structural integrity. The RPD enclosure shall include a connector that meets MIL -C -26482 specification. The MIL -C -26482 connector shall provide contacts for all data and power connections. 28.7 Power. The RPD shall consume less than 10 W. The RPD shall operate with a DC input between 9 VDC and 28 VDC. 28.8 Communication Ports. The RPD shall have two communication ports, and both ports shall communicate independently and simultaneously. The RPD shall support the upload of new firmware into the RPD's non-volatile memory over either communication port. The RPD shall support the user configuration of the following: • Response delay • Push port The communication ports shall support a 9600 bps baud rate. 28.9 Radar Design. The RPD shall be designed with a matrix of radars Frequency Stability. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. City of Dubuque Traffic Signal Specifications - Page 64 of 107 All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is reference to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. The RPD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. The bandwidth of the transmit signal of the RPD shall not vary by more than 1% under all specified operating conditions and over the expected life of the RPD. Antenna Design. The RPD antennas shall be designed on printed circuit boards. The vertical beam width of the RPD at the 6dB points of the two -way pattern shall be 65 degrees or greater. The antennas shall cover a 90 degree horizontal field of view. The sidelobes in the RPD two -way antenna pattern shall be -40dB or less. Resolution. The RPD shall transmit a signal with a bandwidth of at least 245 MHz. RF Channels. The RPD shall provide at least 8 RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. Verification. The RPD shall have a self -test that is used to verify correct hardware functionality. The RPD shall have a diagnostics mode to verify correct system functionality. 28.10. Configuration. Auto - configuration. The RPD shall have a method for automatically defining traffic lanes, stop bars and zones without requiring user intervention. This auto - configuration process shall execute on a processor internal to the RPD and shall not require an external PC or other processor. The auto - configuration process shall work under normal intersection operation and may require several cycles to complete. Manual Configuration. The auto - configuration method shall not prohibit the ability of the user to manually adjust the RPD configuration. The RPD shall support the configuring of lanes, stop bars and detection zones in 1 -ft. increments. Windows Mobile® -based Software. The RPD shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic representation. City of Dubuque Traffic Signal Specifications - Page 65 of 107 The graphical interface shall operate on Windows Mobile, Windows XP and Windows Vista in the .NET framework. The software shall support the following functionality: • Operate over a TCP /IP connection • Give the operator the ability to save /back up the RPD configuration to a file or load/restore the RPD configuration form a file. • Allow the backed -up sensor configurations to be viewed and edited. • Provide zone and channel actuation display • Provide a virtual connection option so that the software can be used without connecting to an actual sensor. • Local or remote sensor firmware upgradability. 28.11 Operating Conditions. RPD operation shall continue in snow or in rain up to 1 in. per hour. The RPD shall be capable of continuous operation over an ambient temperature range of -40 °F to 165.2 °F. The RPD shall be capable of continuous operation over a relative humidity range of 5% to 95% (noncondensing). 28.12 Mounting Assembly. The RPD shall be mounted directly onto a mounting assembly fastened to a mast arm, pole or other solid structure. The RPD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. The RPD mounting assembly shall be constructed of weather- resistant materials and shall be able to support a 20 -1b (9.1 kg) load. 28.13 Mounting Location. The RPD shall be mounted at a height that is within 15 -30 feet per manufacturer's recommended mounting heights. The RPD shall be mounted at an offset from the first lane that is not less than 6 feet per the RPD's minimum offset. The RPD shall be mounted so that at least 20 feet along the farthest lane to be monitored is within the field view of the RPD. The RPD shall be mounted with its cable connector down and shall be tilted so that the RPD is aimed at the center of the lanes to be monitored. Typically, the RPD is titled off of vertical by 20 -30 degrees. The RPD shall be mounted on a vertical signal pole or on the horizontal mast arm. The RPD shall be mounted so that its field of view is not occluded by poles, signs or other structures. City of Dubuque Traffic Signal Specifications - Page 66 of 107 RPDs that are mounted within 20 ft. (6.1 m) of each other or that are monitoring the same intersection shall be configured to operate on different RF channels regardless of the pointing direction of the RPDs. It is recommended that the manufacturer be consulted to verify final RPD placement if the RPD is to be mounted near large planar surfaces (sound barrier, building, parked vehicles, etc.) that run parallel to the monitored roadway. 28.14 Cabling. The cable shall be SmartSensor 6- conductor wire. The cable end connector shall meet the MIL -C -26482 specification and shall be designed to interface with the appropriate MIL -C -26482 connector. The connector backshell shall be an environmentally sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the backshell's cable O.D. range to ensure proper sealing. The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. Recommended connectors are Cannon's KPT series, and recommended backshells are Glenair Series 37 cable sealing backshells. The cable shall be the Orion Wire Combo - 2204 -2002- PVC -GY or an equivalent cable that conforms to the following specifications: • The RS -485 conductors shall be a twisted pair. • The RS -485 conductors shall have nominal capacitance conductor to conductor of less than 71pF/Ft at 1 Khz. • The RS -485 conductors shall have nominal conductor DC resistance ofless than 16.5 ohms /(304.8 m) at 68o F (20 °C). • The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms /(304.8 m) at 68° F (20 °C). • Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. The cable shall be terminated only on the two farthest ends of the cable. The cable length shall not exceed 2000 ft. (609.6 m) for the operational baud rate of RS -485 communications (9.6 Kbps). If 12 VDC is being supplied for the RPD then the cable length shall not exceed 110 ft. (33.5 m). If 24 VDC is being supplied for the RPD then the cable length shall not exceed 600 ft. (182.9 m). Both communication and power conductors can be bundled together in the same cable as long as the above - mentioned conditions are met. 28.15 In Cabinet Interface Equipment. The RPD shall be installed using the SmartSensor Matrix Preassembled Traffic Cabinet Backplate or an equivalent that provides input power surge suppression, sensor cable surge suppression, AC to DC power conversion (if necessary), and terminal blocks. The surge protection devices shall meet or exceed the EN 6100 -4 -5 Class 4 specifications. 28.16 Power Supply. If needed, the RPD shall be installed using the Click! 202, Click! 204 or an equivalent AC to DC power converter that meets the following specifications: City of Dubuque Traffic Signal Specifications - Page 67 of 107 The power converter shall be power rated at 48 W for temperates less that 140 °F (60 °C) with a 5% power decrease for each degree increase up to 158°F (70 °C). The power converter shall operate in the temperature range of -29.2°F to +165.2°F ( -34° C to 74° C). The power converter shall operate in the humidity range of 5% to 95% at 77° F (25 °C) non- condensing. The power converter shall accept an input voltage of 85 VAC to 264 VAC or 120 VDC to 370 VDC. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. The power converter shall produce an output voltage of 24 VDC ±4 %. The power converter shall withstand a voltage across its input and output of 2kV. The power converter shall withstand a voltage across its input and ground of 1.5 kV. The power converter shall conform to safety standards UL 60950 and EN60950. The power converter shall conform to EMC standards EN55022 Class B and EN61000 -3 -2, 3. In brown -out conditions (i.e. <85VAC input), the output voltage ofthe power converter shall be less than 1 VDC. The terminal blocks shall be color -coded insulation displacement terminal blocks. The terminal blocks shall be prewired to the other in- cabinet equipment so that no wiring other than cable terminations, connecting input power and connecting input file cards shall be required during installation. 28.17 Input File Cards. The Click! 114, Click! 112 or an equivalent that meets the following specifications shall be used. The input file cards shall be compatible with 170, 2070, NEMA TS1, and NEMA TS2 style input racks. The input file card shall translate data packets from the RPD into contact closure outlets. The input file card shall support presence detection. The input file card shall receive data packets over an RS -485 bus at a baud rate of 9600 bps. The input file card shall autobaud and auto - detect an RPD over wired and wireless communication channels that have a maximum latency of 500 ms. The input file card shall comply with the NEMA TS2 -1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). City of Dubuque Traffic Signal Specifications - Page 68 of 107 29. SIVIARTSENSOR HD DETECTION (not used for this project) 29.1 General. This item shall govern the purchase of above - ground radar vehicle sensing devices (RVSD) equivalent to the Wavetronix SmartSensor HD. 29.2 Measured Quantities. The RVSD shall provide volume, average speed, occupancy, classification counts, 85th percentile speed, average headway, average gap, speed bin counts and direction counts for user - configurable time intervals for up to 10 lanes of traffic. The RVSD shall provide up to eight length -based classification bins. The RVSD shall provide up to 15 speed bins. The RVSD shall provide speed, length, class, lane assignment, and range data for each vehicle detection. The RVSD shall provide presence data for up to 10 lanes of traffic. 29.3 Detectable Area. 29.4 Maximum Lanes. The RVSD shall be able to detect and report information from up to 10 lanes. 29.5 Detection Range. The RVSD shall be able to detect and report information in lanes with boundaries as close as 6 ft. (1.8 m) from the base of the pole on which the RVSD is mounted. The RVSD shall be able to detect and report information in lanes located with the far boundary at 250 ft. (76.2 m) from the base of the pole on which the RVSD is mounted. The RVSD shall be able to simultaneously detect and report information from a lane located at the minimum offset and from a lane located at the maximum range. 29.6 Lane Size and Spacing. The RVSD shall allow any spacing of traffic lanes positioned from the minimum offset to the maximum range. Gore and unequally sized or spaced lanes shall be handled so that detections from the lanes meet all performance specifications. 29.7 Performance. 29.8 Volume Accuracy. The volume data shall be within 5% of truth for a direction of travel during nominal conditions. Individual lane volume data shall be within 10% of truth during nominal conditions. The percentage of missed detection and the percentage of false detections for each lane shall not exceed 15% during nominal conditions. Nominal conditions exist when average speeds are greater than 10 mph (16 kph) in every lane; when there is less than 20 %truck traffic per lane; and when at least 50 cars per lane are counted in the interval. 29.9 Speed Accuracy. Average speed data shall be accurate to within 3 mph (5 kph) for any direction of travel when there are more than five cars per lane in an interval. Average speed data for any individual lane shall be accurate to within 3 mph (5 kph) when there are more than five cars per lane in an interval. City of Dubuque Traffic Signal Specifications - Page 69 of 107 The RVSD shall provide per - vehicle speed measurements on 95% of vehicles that are not occluded by other vehicles or by barriers. The RVSD shall provide per - vehicle speed measurements in which 90% of the measurements are within 5 mph (8 kph). The RVSD shall measure speed using a dual -radar speed trap that calculates the time delay between two different radar beams. 29.10 Occupancy Accuracy. Occupancy data shall be within 10% of truth for any direction of travel on a roadway during nominal conditions. For example, if the true occupancy in a lane is 20 %, then the measured occupancy shall be between 18% and 22 %. Individual lane occupancy shall be within 20% during nominal conditions. Nominal conditions exist when true occupancy is less than 30 %, without merging traffic; when average speeds are greater than 10 mph (16 kph) in every lane; and when there is less than 20% truck traffic per lane. 29.11 Classification Accuracy. The RVSD shall correctly determine classification for 80% of detected vehicles when the classification bins are at least 10 ft. (3 m) wide and occupancy of all lanes is below 30 %. 29.12 Performance Maintenance. The RVSD shall not require cleaning or adjustment to maintain performance. The RVSD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. Once the RVSD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. The RVSD shall be manufactured using techniques that will yield a mean time between failures of 10 years. 29.13 Physical Properties. The RVSD shall not exceed 5 lbs. (2.3 kg) in weight. The RVSD shall not exceed 14 in. by 12 in. by 4 in. (35.6 cm x 30.5 cm x 10.2 cm) in its physical dimensions. 29.14 Enclosure. The RVSD shall be enclosed in a Lexan polycarbonate. The enclosure shall be classified "fl" outdoor weatherability in accordance with UL 746C. The RVSD shall be classified as watertight according to the NEMA 250 Standard. The RVSD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: • External Icing (NEMA 250 clause 5.6) • Hose -down (NEMA 250 clause 5.7) • 4X Corrosion Protection (NEMA 250 clause 5.10) • Gasket (NEMA 250 clause 5.14) The RVSD shall be able to withstand a drop of up to 5 ft. (1.5 m) without compromising its functional and structural integrity. City of Dubuque Traffic Signal Specifications - Page 70 of 107 The RVSD enclosure shall include a connector that meets the MIL -C -26482 specification. The MIL -C -26482 connector shall provide contacts for all data and power connections. 29.15 Power. The RVSD shall consume less than 9.5 W. The RVSD shall operate with a DC input between 12 VDC and 28 VDC. 29.16 Communication Ports. The RVSD shall have an RS -485 port and an RS -232 port, and both ports shall communicate independently and simultaneously. The RS -232 port shall be full- duplex and shall support true RTS /CTS hardware handshaking for interfacing with various communication devices. The RVSD shall support the upload of new firmware into the RVSD's non - volatile memory over either communication port. The RVSD shall support the user configuration of the following: • Baud rate • Response delay • Data push • RS -232 flow control (RTS /CTS or none) The communication ports shall support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200 bps. 29.17 Data Protocols. The RVSD shall support three different data protocols for all lanes being monitored: interval (bin) data, event (per vehicle) data, and real -time true presence data. 29.18 Occupancy Accuracy. Occupancy data shall be within 10% of truth for any direction of travel on a roadway during nominal conditions. For example, if the true occupancy in a lane is 20 %, then the measured occupancy shall be between 18% and 22 %. Individual lane occupancy shall be within 20% during nominal conditions. Nominal conditions exist when true occupancy is less than 30 %, without merging traffic; when average speeds are greater than 10 mph (16 kph) in every lane; and when there is less than 20% truck traffic per lane. 29.19 Classification Accuracy. The RVSD shall correctly determine classification for 80% of detected vehicles when the classification bins are at least 10 ft. (3 m) wide and occupancy of all lanes is below 30 %. 29.20 Performance Maintenance. The RVSD shall not require cleaning or adjustment to maintain performance. The RVSD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. Once the RVSD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. The RVSD shall be manufactured using techniques that will yield a mean time between failures of 10 years. 29.21 Physical Properties. The RVSD shall not exceed 5 lbs. (2.3 kg) in weight. City of Dubuque Traffic Signal Specifications - Page 71 of 107 The RVSD shall not exceed 14 in. by 12 in. by 4 in. (35.6 cm x 30.5 cm x 10.2 cm) in its physical dimensions. 29.22 Enclosure. The RVSD shall be enclosed in a Lexan polycarbonate. The enclosure shall be classified "fl" outdoor weatherability in accordance with UL 746C. The RVSD shall be classified as watertight according to the NEMA 250 Standard. The RVSD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: • External Icing (NEMA 250 clause 5.6) • Hose -down (NEMA 250 clause 5.7) • 4X Corrosion Protection (NEMA 250 clause 5.10) • Gasket (NEMA 250 clause 5.14) The RVSD shall be able to withstand a drop of up to 5 ft. (1.5 m) without compromising its functional and structural integrity. The RVSD enclosure shall include a connector that meets the MIL -C -26482 specification. The MIL -C -26482 connector shall provide contacts for all data and power connections. 29.23 Power. The RVSD shall consume less than 9.5 W. The RVSD shall operate with a DC input between 12 VDC and 28 VDC. 29.24 Communication Ports. The RVSD shall have an RS -485 port and an RS -232 port, and both ports shall communicate independently and simultaneously. The RS -232 port shall be full- duplex and shall support true RTS /CTS hardware handshaking for interfacing with various communication devices. The RVSD shall support the upload of new firmware into the RVSD's non - volatile memory over either communication port. The RVSD shall support the user configuration of the following: • Baud rate • Response delay • Data push • RS -232 flow control (RTS/CTS or none) The communication ports shall support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200 bps. 29.25 Data Protocols. The RVSD shall support three different data protocols for all lanes being monitored: interval (bin) data, event (per vehicle) data, and real -time true presence data. The interval (bin) data packet protocol shall support: • Sensor ID • A timestamp that records the year, month, day, hour, minute, and second of the end of time interval City of Dubuque Traffic Signal Specifications - Page 72 of 107 • Total volumes of more than 65536 • Average speed values in either mph or kph • Occupancy in 0.1% increments • Volume in up to eight length -based user - defined vehicle classification bins • Volume in up to 15 user - defined speed bins (bin by speed) • Volume for both directions of traffic (bin by direction) • Average headway in seconds • Average gap in seconds • 85th percentile speed in either mph or kph The event (per vehicle) data packet protocol shall support: • Sensor ID • A timestamp that records the year, month, day, hour, minute, second and millisecond of the time the vehicle left the detection zone • Lane assignment • Speed values in either mph or kph • Vehicle length • Classification using up to eight user - defined classes • Range The real -time true presence data packet protocol shall support: • Sensor ID • True presence information for each lane being monitored 29.26 Data Buffering. The RVSD shall store, in non - volatile memory, at least 9,000 interval data packets with the maximum number of lanes and approaches configured and all interval fields enabled. The RVSD shall timestamp interval data using a real -time clock that maintains accurate time even when power is disconnected from the sensor for extended periods of time. 29.27 Radar Design. The RVSD shall employ a dual radar design that includes two receive channels. 29.28 Frequency Stability. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. The RVSD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. The bandwidth of the transmit signal of the RVSD shall not vary by more than 1% under all specified operating conditions and over the expected life of the RVSD. 29.29 Antenna Design. The RVSD antennae shall be designed on printed circuit boards. City of Dubuque Traffic Signal Specifications - Page 73 of 107 The vertical beam width of the RVSD at the 6dB points of the two -way pattern shall be 65 degrees of greater. The horizontal beam width of the RVSD at the 6dB points of the two -way pattern shall be 7 degrees or less. The sidelobes in the RVSD two -way antenna pattern shall be -40dB or less. 29.30 Resolution. The RVSD shall transmit a signal with a bandwidth of at least 240 MHz. 29.31 RF Channels. The RVSD shall provide at least 4 RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. 29.32 Auto - configuration. The RVSD shall have a method for automatically defining traffic lanes or detection zones without requiring user intervention. The auto - configuration process shall execute on a processor internal to the RVSD and shall not require an external PC or other processor. The auto - configuration process shall automatically define traffic lanes or detection zones by detecting the relative position of vehicles within the RVSD's field of view. The RVSD shall include a transceiver capable of detecting multiple vehicles present within its field of view. The RVSD shall also include a processor or computer with executable instruction that estimates the position of each of the vehicles, records the position of the vehicles, generates a probability density function estimation from each position of the vehicles, and defines traffic lanes from that probability density function estimation. The probability density function estimation represents the probability that a vehicle will be located at any range. The RVSD auto - configuration process shall define all lanes within the detectable area of the RVSD, up to the maximum number oflanes, during free -flow conditions; when at least 50% of a sedan is visible above any barriers; when at least 10 cars pass in each lane during configuration time; and there are less than 10% lane- changing vehicles. 29.33 Manual Configuration. The auto - configuration method shall not prohibit the ability of the user to manually adjust the RVSD configuration. The RVSD shall support the configuring of lanes or detection zones in 1 -ft. (0.3 -m) increments. 29.34 Windows Mobile -based Software. The RVSD shall include graphical user interface software that displays all configured lanes and the current traffic pattern using a graphical traffic history representing at least the last 1.5 seconds of detected traffic. This graphical traffic history shall also allow the option of displaying the measured speed or length of a detected vehicle. The graphical interface shall operate on Windows Mobile, Windows 2000, Windows XP, Windows Vista, and Windows 7 in the .NET framework. The software shall support the following functionality: • Automatically find the correct baud rate • Automatically find the correct serial communication port City of Dubuque Traffic Signal Specifications - Page 74 of 107 • Operate over a TCP /IP connection • Support dial -up modem connectivity • Give the operator the ability to save /back up the RVSD configuration to a file or load/restore the RVSD configuration from a file • Provide a virtual connection option so that the software can be used without connecting to an actual senor 29.35 Operating Conditions. The RVSD shall maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. RVSD operation shall continue in snow or in rain up to 4 in. (10.2 cm) per hour. The RVSD shall be capable of continuous operations over an ambient temperature range of - 40°F to 165.2 °F ( -40 °C to 74 °C).The RVSD shall be capable of continuous operation over a relative humidity range of 5% to 95% (non- condensing). 29.36 Manufacturing. The RVSD shall be manufactured and assembled in the U.S.A. 29.37 Mounting Assembly. The RVSD shall be mounted directly onto a mounting assembly fastened to a pole or other solid structure. The RVSD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. The RVSD mounting assembly shall be constructed of weather- resistant materials and shall be able to support a 20 -1b. (9.1 kg) load. 29.38 Mounting Location. The RVSD shall be mounted at a height that is within 9 -50 feet per manufacturer's recommended mounting heights. The RVSD shall be mounted at an offset form the first lane that is between 6 -50 feet per the RVSD's minimum offset. The RVSD shall be mounted so that the farthest lane to be monitored is not more than 200 feet per maximum range of the RVSD. The RVSD shall be mounted with its cable connector down and shall be tilted so that the RVSD is aimed at the center of the lanes to be monitored. Typically, the RVSD is tilted off of vertical by 10 -20 degrees. The RVSD shall be aligned so that the horizontal angle is within approximately +2 degrees of perpendicular to the flow of traffic. The RVSD alignment tool shall be used to verify pointing accuracy. Two RVSD units shall not be mounted so that they are pointed directly at each other. A distance of 40 ft. (12.2 m) or more, along the direction of the roadway, shall separate the RVSDs if they are located on opposing sides of a roadway and the RVSDs shall be configured to operate on different RF channels. City of Dubuque Traffic Signal Specifications - Page 75 of 107 RVSDs that are mounted within 20 ft. (6.1 m) of each other shall be configured to operate on different RF channels regardless of the pointing direction of the RVSDs. When possible, the pole selected for the RVSD shall be where there is no guardrail or other type of barrier between the pole and the first lane of traffic. The RVSD shall not be installed in areas with overhead structures. For example, overhead sign bridges, tunnels and overpasses should be avoided. The RVSD shall be mounted at least 30 ft. (9.1 m) to the side of any such overhead structure. It is recommended that the manufacturer be consulted to verify final RVSD placement if the RVSD is to be mounted near large planar surfaces (sound barrier, building, parked vehicles, etc.) that run parallel to the monitored roadway. 29.39 Cabling. The cable shall be SmartSensor wire. The cable end connector shall meet the MIL -C- 26482 specification and shall be designed to interface with the appropriate MIL -C -26482 connector. The connector backshell shall be an environmentally friendly sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the out diameter of this jacket shall be within the backshell's cable O.D. range to ensure proper sealing. The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. Recommended connectors are Cannon's KPT series, and recommended backshells are Glenair Series 37 cable sealing backshells. The cable shall be the Orion Wire Combo - 2207 -2002- PVC -GY or an equivalent cable that conforms to the following specifications: • The RS -485 conductors shall be a twisted pair. • The RS -232 and RS -485 conductors shall have nominal capacitance conductor to conductor of less than 7lpF /Ft at 1 Khz. • The RS -232 and RS -485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms /(304.8 m) at 68 °F (20 °C). • The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms /(304.8 m) at 68 °F (20 °C). • Each wire bundle or the entire cable shall be shielded with an aluminum /mylar shielded with a drawn wire. The cable shall have a single continuous run with no splices. The cable shall be terminated only on the two farthest ends of the cable. The cable length shall not exceed the following limits for the operational baud rate of RS-48 5 communications: Baud Rate 115.2 Kbps 57.6 Kbps 38.4 Kbps 19.2 Kbps 9.6 Kbps 2000 ft. Cable Length 300 ft. (91.4 m) 600 ft. (182.9 m) 800 ft. (243.8 m) 1000 ft. (304.8 m) (609.6 m) NOTE: These represent maximum data rates. The data used should be the minimum data rate City of Dubuque Traffic Signal Specifications - Page 76 of 107 required for operation. If communication is conducted over the RS -232 bus, then the RS -232 driver must be able to source and sink +7 mA or more. The cable length shall not exceed the following limits for the operational baud rate of RS -232 communications: Baud Rate Cable Length 115.2 Kbps 40 ft. (12.2m) 57.6 Kbps 60 ft. (18.3 m) 38.4 Kbps 100 ft. (30.5 m) 19.2 Kbps 140 ft. (42.7 m) 9.6 Kbps 200 ft. (61 m) NOTE: These represent maximum data rates. The data used should be the minimum data rate required for operation. If 12 VDC is being supplied for the RVSD then the cable length shall not exceed 110 ft. (33.5m). If 24 VDC is being supplied for the RVSD then the cable length shall not exceed 600 ft. (182.9 m). If a cable length of 600 ft. (182.9 m) to 2000 ft. (609.6 m) is required, the power cable shall be an ANIXTER 2A -1402 or equivalent cable that meets the following requirements: • 10 AWG conductor size /gauge • Two conductor count • Stranded cable type • Bare copper material • 600 V range • 194 °F (90 °C) temperature rating • PVC /nylon insulation material • PVC- polyvinyl chloride jacketing material • 25 A per conductor Both communication and power conductors can be bundled together in the same cable as long as the above - mentioned conditions are met. 29.40 Lighting Surge Protection. The RVSD shall be installed using lighting surge protection on all communication and power lines. The surge protection devices shall meet or exceed the EN 61000 -4 -5 Class 4 specifications. The lighting surge protection unit shall be the Wavetronix Click! 200Th or equivalent. 29.41 Power Supply. The RVSD shall be installed using the Click! 201, Click! 202 or an equivalent AC to DC power converter that meets the following specifications: The power converter shall be power rated at 15 W or greater at 77 °F (25 °C) and 10 W or greater at 165.2 (74 °C). City of Dubuque Traffic Signal Specifications - Page 77 of 107 The power converter shall operate in the temperature range of to - 29.2 °F to +165.2 °F ( -34 °C to +74 °C). The power converter shall operate in the humidity range of 5% to 95% at 77 °F (25 °C) non- condensing. The power converter shall accept an input voltage of 85 VAC to 264 VAC or 120 VDC to 370 VDC. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. The power converter shall produce an output voltage of 24 VDC +4 %. The power converter shall have a hold -up time of greater than 20 ms at 120 VAC. The power converter shall withstand a voltage across its input and output of 2kV. The power converter shall withstand a voltage across its input and ground of 1.5kV. The power converter shall conform to safety standards UL 60950 and EN60950. The power converter shall conform to EMC standards EN55022 Class B andEN61000 -3 -2, 3. In brown -out conditions (i.e. <85VAC input), the output voltage of the power converter shall be less than 1 VDC. 29.42 Input File Cards. If input file cards are used in the detection system, then the Click! 172, Click! 174 or an equivalent that meets the following specifications shall be used. The input file cards shall be compatible with 170, 2070, NEMA TS1, and NEMA TS2 style input racks. The input file card shall translate data packets from the RVSD into contact closure outputs. The input file card shall support dual loop (speed trap) emulation, as well as the following modes of operation: • Pulse (a single 125 ms output pulse for each vehicle) • Presence (an output pulse corresponding to the duration of each vehicle in the detection zone) • Actuation (true presence output in real time) • Single loop speed (duration of the pulse is inversely proportional to the speed of the vehicle) The input file card shall receive data packets over an RS -485 bus at any of the following baud rates: 9600, 19200, 38400 and 57600 bps. The input file card shall autobaud and auto - detect an RVSD over wired and wireless communication channels that have a maximum latency of 500 ms. The input file card shall comply with the NEMA TS2 -1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). City of Dubuque Traffic Signal Specifications - Page 78 of 107 30. ADVANCE MICROWAVE VEHICLE DETECTION (not used for this project) 30.1 General. This item shall govern the purchase of above ground continuous tracking advance detector (CTAD) equivalent to the Wavetronix Smart Sensor Advance ®. 30.2 Measured Quantities And Outputs. The CTAD shall detect range, speed, vehicle estimated time of arrival (ETA) to the stop bar for vehicles or clusters of vehicles moving in the user selected direction of travel. The CTAD shall also detect instantaneous roadway efficiency. The CTAD shall be able to simultaneously detect and report information from up to 25 vehicles on the roadway when they are serially sequenced between the near and far boundaries. The CTAD shall turn on a zone output when the range, speed, ETA, and qualified count or instantaneous roadway efficiency requirements for that zone are satisfied. The CTAD shall turn on a latched channel output when the on alert is turned on and the delay time is satisfied. The CTAD shall turn offa latched channel output when the offalert is turned on or the max timer expires and the extension time is satisfied. The CTAD shall provide vehicle call and extend data on up to eight channels that can be connected to contact closure modules compliant with NEMA TS 1, NEMA TS2, 170, and 2070 controller cabinets. The CTAD shall be capable of providing data for each tracked detection over the serial ports. 30.3 Detectable Area Mounting Location. The CTAD shall be able to detect and report vehicle information when mounted within 50' (15.2 m) of the center of the lanes of interest. The CTAD shall be able to detect and report vehicle information when mounted at heights up to 40' (12.2m) above the road surface. Detection Range. The CTAD shall be able to detect and report information on the roadway located with the near boundary at 50' (15.2m) from the base of the pole on which is CTAD is mounted. The CTAD shall be able to detect and report information on the roadway located with the far boundary at 500' (152.4m) from the base of the pole on which the CTAD is mounted. For incoming traffic, 95 percent of large vehicles within the line -of -site of the CTAD shall be detected and reported before they arrive 400' (121.9m) from the sensor. For incoming traffic, 90 percent of all motor vehicles within the line -of -site of the CTAD shall be detected and reported before they arrive 400' (121.9m) from the sensor. 30.4 Performance Detection Accuracy. The CTAD shall detect at least 98 percent of large vehicles like truck - trailer combinations and at least 95 percent of all motor vehicles within the line -of -sight of the CTAD sensor where multiple detections of multi -unit vehicles are not considered false City of Dubuque Traffic Signal Specifications - Page 79 of 107 detections and merged detections of adjacent lane vehicles are not considered missed detections. Range Accuracy. The CTAD shall provide range measurements in which 90 percent of the measurements are accurate within 10' (3m) when the vehicle is tracked independently. Speed Accuracy. The CTAD shall provide per vehicle speed measurements in which 90 percent of the measurements are accurate within 5 mph when tracked independently. ETA Accuracy. The CTAD shall provide estimated time -of- arrival (ETA) measurements in which 85 percent of the measurements are accurate within one second, when the detected vehicles are tracked independently at a constant speed above 40 mph (64 kph) and are within 2.5 and 5.5 seconds of the stop bar. 30.5 Performance Maintenance. The CTAD shall not require cleaning or adjustment to maintain performance. The CTAD shall not rely on battery backup to store configuration information, thus eliminating any need for battery replacement. Once the CTAD is calibrated, it shall not require recalibration to maintain performance unless the roadway configuration changes. 30.6 Physical Properties. The CTAD shall not exceed 5 lbs. (2.3 kg) in weight. The CTAD shall not exceed 14 in. by 12 in. by 4 in. (35.5 cm x 30.5 cm x 10 cm) in its physical dimensions. Enclosure. The CTAD shall be enclosed in a Lexan polycarbonate. The enclosure shall be classified "fl" outdoor weatherability in accordance with UL 746C. The CTAD shall be classified as watertight according to the NEMA 250 Standard. The CTAD enclosure shall conform to test criteria set forth in the NEMA 250 standard for type 4X enclosures. Test results shall be provided for each of the following type 4X criteria: • External Icing (NEMA 250 clause 5.6) • Hose -down (NEMA 250 clause 5.7 • 4X Corrosion Protection (NEMA 250 clause 5.10) • Gasket (NEMA 250 clause 5.14) The CTAD shall be able to withstand a drop of up to 5' (1.5 m) without compromising its functional and structural integrity. The CTAD enclosure shall include a connector that meets the MIL -C -26482 specification. The MIL -C -26482 connector shall provide contacts for all date and power connections. 30.7 Power. The CTAD shall consume less than 8 W. The CTAD shall operate with a DC input between 12 VDC and 28 VDC. City of Dubuque Traffic Signal Specifications - Page 80 of 107 30.8 Communication Ports. The CTAD shall have two serial communication ports, and both ports shall communicate independently and simultaneously. The CTAD shall support the upload of new firmware into the CTAD's non - volatile memory over either communication port. The CTAD shall support the user configuration of the following: • Baud rate • Communication port response delay • Contact closure output frequency Both communication ports shall support all of the following baud rates: 9600, 19200, 38400, 57600 and 115200 bps. The contact closure output frequency shall be user configurable as short as 10 ms, with a default near 130 ms for compatibility. Contact closure data shall be reliably communicated over homerun cable connections as long as 600' (182.9 m) with latency from the time of channel requirement satisfaction to the eventual reporting of on the back edge of the contact closure card in 15 ms or less. 30.9 Radar Design. Frequency Stability. The circuitry shall be void of any manual tuning elements that could lead to human error and degraded performance over time. All transmit modulated signals shall be generated by means of digital circuitry, such as a direct digital synthesizer, that is referenced to a frequency source that is at least 50 parts per million (ppm) stable over the specified temperature range, and ages less than 6 ppm per year. Any upconversion of a digitally generated modulated signal shall preserve the phase stability and frequency stability inherent in the digitally generated signal. The CTAD shall not rely on temperature compensation circuitry to maintain transmit frequency stability. The bandwidth of the transmit signal of the CTAD shall not vary by more than 1 percent under all specified operating conditions and over the expected life of the CTAD. Antenna Design. The CTAD antennae shall be designed on printed circuit boards. The vertical beam width of the CTAD at the 6dB points of the two -way pattern shall be 65 degrees or greater. The horizontal beam width of the CTAD at the 6dB points of the two -way pattern shall be 11 degrees or less. The sidelobes in the CTAD two -way antenna pattern shall be -40dB or less. RF Channels. The CTAD shall provide at least four RF channels so that multiple units can be mounted in the same vicinity without causing interference between them. City of Dubuque Traffic Signal Specifications - Page 81 of 107 30.10 Configuration. Auto - configuration. The CTAD shall have a method for automatically configuring the sensitivity of detection in at least 5' (1.5 -m) increments. The auto - configuration method shall not prohibit the ability of the user to manually adjust the CTAD configuration. The CTAD shall support the configuration of up to eight channel outputs with up to four alerts per channel and up to four zones per alert, resulting in 32 configurable alerts and 128 configurable zones. Zone Configuration. The CTAD shall support the configuring of zones in 5' (1.5 m) increments. The CTAD shall support detection zones as long as 450' (137.2 m). The CTAD shall support user configurable high -speed and low -speed detection filters for each zone. The CTAD shall support the configuring of speed filters in 1 -mph (1.6 -kph) increments. 8 The CTAD shall support user configurable upper and lower estimated time -of- arrival (ETA) filters for each zone. The CTAD shall support the configuring of ETA filters in increments of 0.1 seconds. The CTAD shall provide configurable upper and lower count filters that help determine if a required number of qualified detections are present. The CTAD shall support the configuring of qualified count filters in increments of one. Windows Mobile® -based Software. The CTAD shall include graphical user interface software that displays the current traffic pattern using a graphical traffic representation. The graphical user interface shall provide a means of logging the vehicular track files with an update rate of greater than five times per second. The graphical interface shall operate on Windows Mobile, Windows 2000, Windows XP and Windows Vista in the .NET framework. The software shall support the following functionality: • Automatically find the correct baud rate • Automatically find the correct serial communication port • Operate over a TCP /IP connection • Provide a virtual sensor connection for software usability without a sensor • Give the operator the ability to save /back up the CTAD configuration to a file or load/restore the CTAD configuration from a file. City of Dubuque Traffic Signal Specifications - Page 82 of 107 30.11 Operating Conditions. The CTAD shall maintain accurate performance in all weather conditions, including rain, freezing rain, snow, wind, dust, fog and changes in temperature and light, including direct light on sensor at dawn and dusk. CTAD operation shall continue in snow or rain up to 4 in. (10 cm) per hour. The CTAD shall be capable of continuous operation over an ambient temperature range of - 40°F to 165 °F (140 °C to 74 °C). The CTAD shall be capable of continuous operation over a relative humidity range of 5% to 95% (non- condensing). 30.12 Manufacturing. The CTAD shall be manufactured and assembled in the U.S.A. 30.13 Mounting and Installation. Mounting Assembly. The CTAD shall be mounted directly onto a mounting assembly fastened to a pole, overhead mast arm, or other solid structure. The CTAD mounting assembly shall provide the necessary degrees of rotation to ensure proper installation. The CTAD mounting assembly shall be constructed of weather - resistant materials and shall be able to support a 20 -1b. (9.1 kg) load. Mounting Location. The CTAD shall be mounted at a height that is within 17 -40 feet per manufacturer's recommended mounting heights. The CTAD shall be mounted in a forward -fire position, looking towards either approaching or departing traffic. The CTAD shall be mounted so that it is pointed within 10 ft. (3 m) of the target point as defined by the manufacture's table of target points for mounting offsets and mounting heights. The CTAD shall be mounted so that its vertical center line is within 5 degrees of the lanes of interest as described in the manufacture's documentation. Aligning the CTAD's center line with the roadway ensures that the antenna beam of the CTAD is positioned along the roadway. Two CTAD units shall not be mounted so that they are pointed directly at each other. CTADs that are mounted within 20 ft. (6.1 m) of each other shall be configured to operate on different RF channels regard -less of the pointing direction of the CTAD. The CTAD shall not be installed in areas with overhead structures. For example, overhead sign bridges, tunnels and overpasses should be avoided. The CTAD shall be mounted at least 30 ft. (9.1 m) to the side of any such overhead structures. 30.14 Cabling. The cable shall be SmartSensor wire. The cable end connector shall meet the MIL -C- 26482 specification and shall be designed to interface with the appropriate MIL -C -26482 City of Dubuque Traffic Signal Specifications - Page 83 of 107 connector. The connector backshell shall be an environmentally sealed shell that offers excellent immersion capability. All conductors that interface with the connector shall be encased in a single jacket, and the outer diameter of this jacket shall be within the backshell's cable O.D. range to ensure proper sealing. The backshell shall have a strain relief with enough strength to support the cable slack under extreme weather conditions. Recommended connectors are Cannon's KPT series, and recommended backshells are Glenair Series 37 cable sealing backshells. The cable shall be the Orion Wire Combo - 2207 - 2002 -PVCGY or an equivalent cable that conforms to the following specifications: • The RS -485 conductors shall be a twisted pair. • The RS -232 and RS -485 conductors shall have nominal capacitance conductor to conductor of less than 71pF/Ft at 1 Khz. • The RS -232 and RS -485 conductors shall have nominal conductor DC resistance of less than 16.5 ohms /(304.8 m) at 68 °F (20 °C). • The power conductors shall be one twisted pair with nominal conductor DC resistance of less than 11.5 ohms /(304.8 m) at 68 °F (20 °C). • Each wire bundle or the entire cable shall be shielded with an aluminum/mylar shield with a drain wire. The cable shall have a single continuous run with no splices. The cable shall be terminated only on the two farthest ends of the cable. The cable length shall not exceed the following limits for the operational baud rate of RS -485 communications: Baud Rate 115.2 Kbps 57.6 Kbps 68.4 Kbps 19.2 Kbps 9.6 Kbps Cable Length 300 ft. 600 ft. 800 ft. 1000 ft. 2000 ft. If communication is conducted over the RS -232 bus, then the RS -232 driver must be able to source and sink ±7 mA or more. The cable length shall not exceed the following limits for the operational baud rate of R- S232 communications. Baud Rate 115.2 Kbps 57.6 Kbps 38.4 Kbps 19.2 Kbps 9.6 Kbps Cable Length 40 ft. 60 ft. 100 ft. 140 ft. 200 ft. If 12 VDC is being supplied for the CTAD then the cable length shall not exceed 110 ft. If 24 VDC us being supplied for the CTAD then the cable length shall not exceed 600 ft. City of Dubuque Traffic Signal Specifications - Page 84 of 107 If a cable length of 600 ft. to 2000 ft. is required, the power cable shall be an ANIXTER 2A- 1402 or equivalent cable that meets the following requirements: • 10 AWG conductor size /gauge • 2 conductor count • Stranded cable type • Bare copper material • 600 V range • 194 °F temperature rating • PVC /nylon insulation material • PVC- poly vinyl chloride jacketing material • 25 A per conductor Both communication and power conductors can be bundled together in the same cable as long as the above - mentioned conditions are met. 30.15 Lightning Surge Protection. The CTAD shall be installed using lightning surge protection devices that meet or exceed the EN 61000 -4 -5 Class 4 specifications. The lightning surge protection unit shall be the Wavetronix Click! 201, Click! 202 or an equivalent AC to DC power converter that meets the following specifications. 30.16 Power Supply The CTAD shall be installed using the Click! 201, Click! 202 or an equivalent AC to DC power converter that meets the following specifications. The power converter shall be power rated at 15 W or greater at 77 °F and 10 W or greater at 165 °F. The power converter shall operate in the temperature range of to -29 °F to 165 °F. The power converter shall operate in the humidity range of 5% to 95% at 77 °F non - condensing. The power converter shall accept an input voltage of 85 VAC to 264 VAC or 120 VDC to 370 VDC. The power converter shall operate at an input frequency of 47 Hz to 63 Hz. The power converter shall produce an output voltage of 24 VDC ±4 %. The power converter shall have a hold -up time of greater than 20 ms at 120 VAC. The power converter shall withstand a voltage across its input and output of 2 kV. The power converter shall withstand a voltage across its input and ground of 1.5 kV. The power converter shall conform to safety standards UL 60950 and EN60950. The power converter shall conform to EMC standards EN55022 Class B andEN61000 -3 -2, 3. In brown -out conditions (i.e. <85 VAC input), the output voltage of the power converter shall be less than 1 VDC. City of Dubuque Traffic Signal Specifications - Page 85 of 107 30.17 Input File Cards. If input file cards are used in the detection system, then the Click! 172, Click! 174 or an equivalent that meets the following specifications shall be used. The input file cards shall be compatible with 170, 2070, NEMA TS1, and NEMA TS2 style input racks. The input file card shall translate data packets from the CTAD into contact closure outputs. The input file card shall support actuation mode (passage detection output in real time) of operation. The input file card shall receive data packets over an RS -485 bus at any of the following baud rates: 9600, 19200, 38400 and 57600 bps. The input file card shall autobaud and auto - detect an CTAD over wired and wireless communication channels that have a maximum latency of 500 ms. The input file card shall comply with the NEMA TS2 -1998 Traffic Controller Assemblies with NTCIP Requirements (Section 2.8 specification). City of Dubuque Traffic Signal Specifications - Page 86 of 107 31. PAN /TILT -ZOOM CAMERAS 31.1 PTZ Camera DAY /NIGHT VERSION WITH 36X ZOOM LENS AND IMAGE STABILIZATION PTZ camera shall be Bosch 500i Series VG4- 524 -ECSOM 31.2 General Requirements 31.2.1 This product shall be manufactured by a firm whose quality system is in compliance with the IS/ISO 9001/EN 29001, QUALITY SYSTEM. 31.2.2 The manufacturer shall provide a three year (3) warranty. 31.2.3 The product specified shall be a rugged, outdoor surveillance domed camera system. The camera system consists of an integrated high resolution, CCD camera using a 1/4 -inch imager and a 36X (3.5 -91 mm) F1.6 to F3.8 auto -iris, auto -focus optical zoom lens; 12x digital zoom; a variable /high speed, 360° pan/tilt unit; and an intelligent, integral receiver /driver. This camera is designed to perform over a wide range of environmental and lighting conditions and automatically adjusts from daytime to nighttime operation. 31.2.4 The camera shall automatically switch from daylight color operation to a higher sensitivity nighttime monochrome mode when light levels fall below an adjustable threshold level. Day /night operation may also be manually switched on or off from the system switcher /controller keyboard. 31.2.5 The camera shall provide a selectable slow shutter (frame integration) function that increases the camera's sensitivity up to 50 times by reducing the shutter speed. Selectable slow shutter speeds shall be 1 /60 sec., 1 /30 sec., 1 /15 sec., 1/8 sec., 1/4 sec., '/Z sec., 1 sec., and fully automatic. 31.2.6 The camera shall be equipped with a 36x optical zoom lens. A full 12x digital zoom shall then be functional once the maximum 36x optical zoom limit has been reached. The 12x digital zoom lens shall be on /off selectable from the system controller keyboard. 31.2.7 The camera's 360° pan rotation shall is divided into 16 independent sectors with 16- character titles per sector. Any or all of the 16 sectors may be blanked from the operator. 31.2.8 In addition to the blanking function, a privacy masking feature shall be provided that allows creation of up to six (6) rectangular masks that prohibit areas of the field of view from being seen even if the camera is panned, tilted, or zoomed. 31.2.9 Digital image stabilization shall be provided using electronic compensation that filters out vibrations caused by wind and other environmental conditions. This image stabilization function shall be on /off selectable from the controller's system keyboard. 31.2.10 A Fast Addressing method for setting the camera address number for control shall be remotely programmable from the system controller keyboard. The camera address may also be directly settable via thumbwheel switches located within the camera. 31.2.11 The camera shall allow the storage of up to 99 preset scenes with each preset programmable for 16 character titles. A tour function shall be available to consecutively display each of the preset scenes for a programmed dwell time. Any or all of the presets may be included or City of Dubuque Traffic Signal Specifications - Page 87 of 107 excluded from the tour. 31.2.12 The camera shall be capable of recording two (2) separate tours (macros) of an operator's keyboard movements consisting of, tilt, and zoom activities for a total combined duration time of 15 minutes. Recorded tours can be continuously played back. 31.2.13 When an operator stops manually controlling the camera, and a programmed period of time is allowed to expire, the camera will execute one of the following programmable options: 1) return to preset #1; 2) return to the automated tour previously executed; 3) do nothing. 31.2.14 The camera shall ensure that any advanced commands required to program the camera are accessed via three levels of password protection ranging from low to high security. 31.2.15 The camera system shall provide a feature that automatically rotates, or pivots, the camera to simplify tracking of a person walking directly under the camera. 31.2.16 The camera shall provide four (4) normally open or normally closed alarm input contacts and one (1) relay output. Any or all of the input contacts may be programmed upon activation to automatically move the camera to any preposition location, close the output relay for a programmed period of time, and display an alarm indication on the on- screen display of the display monitor. 31.2.17 The camera shall be available in wall mount, mast mount (pole), and corner mount versions that include an integral outdoor power supply box. Roof mount (parapet) and pipe mount versions are provided with a separate outdoor power supply box. 31.2.18 The camera system shall be provided in a NEMA 4X or IP66 certified, rugged, weather - resistant package. 31.2.19 Cameras shall be installed into the City of Dubuque's existing Lenel video management system via an AXIS 241S video server by a qualified Network/Video company regularly engaging in these technologies and services. Any additional Lenel licenses need to be included in the cost. 31.3 CAMERA SPECIFICATIONS 31.3.1 Imager: 1/4 -inch interline transfer CCD (NTSC: 768h x 494v) (PAL: 752h x 582v) 31.3.2 Horizontal Resolution: 470 TVL (NTSC): 460 TVL (PAL) 31.3.3 Lens: 36x zoom (3.5 -91 mm), F1.6 to F3.8 31.3.4 Digital Zoom: 12X 31.3.5 Field of view: 2.3° to 55° 31.3.6 Focus and iris: Automatic with manual override 31.3.7 Aperture correction: Horizontal and vertical City of Dubuque Traffic Signal Specifications - Page 88 of 107 31.4 ELECTRICAL SPECIFICATIONS 31.4.1 Main supply input voltage /current, as required by the application: NTSC: 115VAC, 60Hz, NTSC: 24VAC, 60Hz, 31.4.2 Power (camera): 21 -28 VAC, 50/60 Hz, 15W maximum. Power (heater): 21 -28 VAC, 50/60 Hz, 30 W maximum. 31.4.3 Video output: 1.0Vp -p ± 0.1Vp -p, 75 ohms. 31.4.4 Synchronization: Line -lock ( -120° to +120° vertical phase adjust) or internal crystal. 31.4.5 Sensitivity: (usable video): Day mode w /slow shutter off: 0.2fc/2.0 lux Night mode w /slow shutter off: 0.025fc/0.25 lux Day mode w /slow shutter on: 0.013fc/0.13 lux Night mode w /slow shutter on: 0.0016fc /0.016 lux 31.4.6 Signal to Noise Ratio: Greater than 50 dB. 31.5 MECHANICAL SPECIFICATIONS 30.5.1 Weight: 131b (5.9 kg) 30.5.2 Pan /tilt: 360° continuous pan; -5° to 90° tilt from horizontal plane. 30.5.3 Pre - position speed: 360 ° /sec. + / -.50° accuracy. 30.5.4 Variable speed: 120 ° /sec. 31.6 ENVIRONMENTAL SPECIFICATIONS 31.6.1 Humidity: 0% to 100% relative, condensing. 31.6.2 Operating temperature: -40 °C to +50 °C ( -40 °F to +122 °F) 31.6.3 Housing Rating: NEMA 4X and IP66 Certified. 31.7 AGENCY APPROVALS 31.7.1 Safety: CE, UL City of Dubuque Traffic Signal Specifications - Page 89 of 107 32. WIRELESS VEHICLE DETECTION SYSTEM General Information A. Furnish and install the Wireless Vehicle Detection System as shown on the Plans. The wireless vehicle detection system shall be manufactured by Sensys Networks, Inc. The wireless detector or sensor shall be a VSN240F. The access point shall be an AP240E supporting Ethernet interface. If a repeater is used, then it shall be a RP240 -B -LL with a recommended battery replacement every 8 years. A card rack with power supply shall be installed in the signal cabinet for the necessary Master Contact Closure (cc) and Expansion (EX) cards required for the operation of each intersection. One access box shall be supplied for each (cc). B. The Traffic Signal Detector shall be of the magnetic field (magnetometer) sensing technology capable of detecting and reporting volume count, speed, occupancy and headway, as a minimum. The sensor section of the detector shall be embedded in the roadway pavement and shall utilize a radio transmitter link for the detector to a receiver radio being provided to the traffic controller and/or central monitoring server. The detector sensor embedded in the pavement shall not exceed a four (4) inch diameter and a depth of two and a quarter (2 1/4) inches and shall be installed by the Contractor in a factory defined four (4) inch diameter, two and a half (2.5) inch deep cored hole in the pavement, centered in the travel lane. Detector sensors, embedded at a distance greater than one - hundred and twenty five (125) feet from the receiver unit installed at the traffic controller cabinet, shall have a repeater installed to relay the sensor data to the receiver. The embedded detector sensor shall be battery operated with a battery design rated for eight (8) year life in this application. C. Detector Sensing System shall deploy a field proven and tested design of a minimum of one year prior to the issuance of this specification. The field proven and tested design shall have included an actual field installation utilizing a minimum of four (4) sensors and a central receiver functioning per specifications for a continuous twelve months. Each detector sensor unit shall self - calibrate and self - configure their electronics for proper detection application. Each sensor unit shall be provided with flash memory upgrade capability to allow upgraded operation or safety enhancements to be "flashed" into local memory without removing the device from the pavement. D. Detector Sensing System shall deploy a design that supports a minimum of eight sensor units being controlled by a radio repeater and a design that incorporates repeaters and a single receiver that supports a cumulative sum of eighty (80) separate detector sensors concurrently at any traffic signalized intersection. The design shall structure data transmissions in a manner as to be non - interfering with other sensors installed. This design shall include a non - interference technique that allows radio link from the detector sensor to the repeater /receiver and a radio link from each repeater to the receiver base at the traffic controller. Repeater devices shall deploy a battery operation or be provided with a battery with solar recharging installation. Batteries shall be rated for a minimum of eight (8) years. Each repeater device or receiver device shall be capable of receiving up to eight (8) embedded detector sensors at a range of up to 150 feet from the repeater to the embedded detector sensor. E. Furnish and install factory provided epoxy fill for the roadway based on the pavement surface where the detectors are being installed, that being asphalt or concrete. The Contractor shall be required to utilize the proper epoxy when temperatures are below or above the standard epoxy type rating. F. Furnish and install detector cards for traffic control detector rack positions. Each detector card shall be a four channel device and be capable of providing detector ground true input to the traffic controller as well as linking the detector data to a remote Ethernet port for remote monitoring, concurrently. Traffic controller detector sensor card units shall be compatible with TS -1 terminal facility terminations, unless otherwise specified on the Plans. The Contractor shall furnish and install the number of detector cards and Expansion Modules required providing one detector input to the traffic controller for each detector sensor installed, as shown on the Plans. City of Dubuque Traffic Signal Specifications - Page 90 of 107 G. Furnish and install one repeater site for all embedded sensors installed in excess of 125 feet from a receiver or repeater. The Contractor shall furnish and install an additional repeater for any repeater that is installed at a distance greater than 900 feet from a repeater or receiver and/or does not provide sufficient radio propagation to properly support a radio link — repeater to repeater or repeater to receiver, such as could occur with non -line of sight locations. H. Provide factory or factory representative turn-on support for all radio installations to implement the radio and device programming. Radio transceivers shall utilize devices that are compliant with IEEE 802.15.4 standards and are able to operate on any of the allocated 16 channels of the 2.4 to 2.48 GHz spectrum. The factory support shall include the programming of the embedded sensor time slots and shall provide a written copy of the final design to the City Traffic Engineer plus one copy for the traffic controller cabinet. One software set of device programming (GUI), if other than standard WEB Browser via SNMP protocol, shall be provided for each intersection where devices are installed. The factory representative shall certify proper installation of the devices, the radio links, device settings and the traffic controller detector assignments. The factory representative shall provide an on -site computer and shall link to the Contractor furnished and installed Access Box for all programming. I. Furnish and provide a training course for the programming of the detectors by a Factory Technician or their field representative on the design, operation, and maintenance of the Detector Sensing System and the supplied GUI program. The GUI software, Contractor furnished to the City, shall provide real time management and monitoring of the Detector Sensing System as well as the Event Processing Software. One copy of the Event Processing Software shall be provided. The Event Processing Software shall be installed and made operational on a City supplied SQL Server connected to the traffic network. General Characteristics of Components A. Wireless sensor Sealed unit; no user access to internals • 10 year expected battery life • Built -in antenna and two -way radio • Automatic self - calibration • Unique address per unit • Software updated via the wireless channel B. Access Point Sealed NEMA Type 4 enclosure; embedded Linux -based microprocessor • Built -in antenna; 16 channel two -way radio • Pole mounted; maximum range to Sensors: 175 feet (53 m) • Supports up to 48 Sensors (at default settings) • 2W — 3.5W power consumption • Built -in Ethernet 10Base -T port • Optional CDMA /GPRS cellular port (backhaul) • Unique address per unit • Software updated via IP -based connection • Manageable from remote site • Collects vehicle detection data from Sensors and Repeaters • Forwards detections to traffic signal controllers, district front -end processors, or other traffic management systems • Optionally calculates and stores statistics describing vehicle detection events • Master timebase for all network devices • Central management point for all network devices City of Dubuque Traffic Signal Specifications - Page 91 of 107 Access Points are powered via a traffic controller, solar panel or other power source available in the field. Typically there is one Access Point per network installation. C. Repeater Repeaters are used when the distance between Sensors and the Access Point exceed the practical limits of wireless radio, or the angle of the devices to one another results in poor signal reception. Sealed NEMA Type 4 enclosure • Battery powered (minimum two yearl expected life) • Built -in antenna; 16 channel two -way radio • Pole mounted; maximum range to Sensors: 175 feet (53 m) • Supports up to 10 Sensors (at default settings) • Maximum range to Access Point : 1,000 feet (305 m) • Unique address per unit • Software updated via the wireless channel D. Contact Closure Card The Interface from the Sensys network to the traffic signal controller is called a Contact Closure (CC) master card. Installs directly into controller shelf • Occupies one or two controller slots depending on configuration • Wired connection to Access Point (carrying power and channel signal) • Emulates two or four channel loop amplifier cards • Supports up to 15 Sensors per channel • Individually configurable channels • Supports pulse or presence modes and delay or extension modes • Supports visual and audible channel status indicators • Can be configured and managed remotely Unique address per unit • Software updated via wired Access Point connection Additional Sensor or channel capacity can be provided by a Sensys Contact Closure Expansion (EX) card. Expansion cards use the same form factor as Master cards and are daisy- chained to a master card by front -panel cables. E. Access Box A Sensys AccessBox is a small, three -port junction device used with Sensys Contact Closure cards. It provides a wired port for IPbased access to the Access Point for the purposes of device management, configuration or data collection. An AccessBox is required for each Contact Closure Master (CC) card; F. Data Communications All Sensys devices comply with a message acknowledgment protocol so that data not received due to communication errors is automatically resent. Additionally, two metrics — RSSI and LQI - characterize radio communication efficiency and provide a means for evaluating radio performance in the field. 1. RSSI (Received Signal Strength Indicator) RSSI characterizes the power loss in a received radio signals. For example, a signal with an RSSI value of -60dBm is considerably stronger than a signal with an RSSI value of - 80dBm. Typical RS SI values found in the field will range from -50dBm (excellent) to -95dBm (the far edge of RF coverage). Typically, count applications can tolerate a weaker signal than intersection applications. Therefore, sensors in count mode should exhibit RSSI values greater than - 79dBm; sensors in stop bar applications City of Dubuque Traffic Signal Specifications - Page 92 of 107 should exhibit RSSI values greater than - 69dBm. 2. LQI (Line Quality Indicator) LQI is an indicator of link error rate or signal -to -noise ratio (SNR). For reliable performance, LQI values must be at 90 or above. Poor LQI in the presence of strong RSSI is indicative of local ISM band interference (for example, a nearby Wi -Fi modem). Use an alternative RF channel to improve performance. As vehicle event data is collected by an Access Point, any combination of the following types of additional processing may occur. 3. Forward Detections to Traffic Controller A Sensys detection network can be interfaced to a local traffic controller with a Contact Closure (CC) card. Controllers receive signals in exactly the same fashion as they do from copper loops, radar or video -based systems. Reprogramming the controller is not required. 4. Backhaul to Traffic Management Center Vehicle detection data (or statistical summaries) can be backhauled to the TMC via either of the following interfaces: • Ethernet (10baseT) • Cellular modem (GPRS or CDMA) These interfaces support IP -based communications, and also enable remote management of the Access Point and the other devices on the network. (Note: using these interfaces does not conflict with legacy backhaul technology that may exist at a given controller.) 5. Calculate Statistics Vehicle detections can be used to calculate statistics such as volume, occupancy, and speed. Statistics can be computed on a per -lane or per- vehicle basis. The statistical process may execute on the Access Point or other platform. 6. Store Event Data Vehicle detections may be stored on the Access Point for periodic download. Storage requirements depend on the application requirements and the configuration of the network. Typical installations may store over one month of detection data. City of Dubuque Traffic Signal Specifications - Page 93 of 107 Design Factors Power and Communication Requirements • Power reaches an Access Point via an 4 -pair CAT5 or better, outdoor rated Ethernet cable, terminated with male RJ45 connectors, through an integrated bulkhead connector. • Power sources may include: • 12 — 24 VDC from a traffic controller detector rack or input file • 10 — 20 VDC from a low voltage source such as a solar panel • Available Power -over- Ethernet (PoE) device such as a local area network hub, switch, or router • 120 VAC outlet When an Access Point is powered from the controller rack, a Sensys Contact Closure card and a Sensys AccessBox are required. This is typical of intersection applications. • An Access Point without an integrated cellular modem draws approximately 2 W of power; when equipped with a cellular modem, an Access Point draws approximately 3.5 W. • The length limit of standard Ethernet compatible, outdoor rated, 4 -pair CAT5 cable is 100 meters (328 feet). This is the maximum supported distance between an Access Point and its power source. • The cable must be terminated with male RJ45 connectors according to the TIA/EIA 568 -B specification. Installation Procedures for System Sensors • Place Sensors in the middle of the driving lane. The initial sensor should be installed approximately 3 feet behind the stop bar or typical vehicle stopping location and then further sensors spaced between 10 an d12 feet apart as specified in the design plan. • Wireless sensors are installed in a hole measuring approximately 4" (10 cm) in diameter and 21/4" (6 cm) deep, cored into the pavement using a manufacturer specified core drill or equivalent. Sensors may be placed up to 125 to 175 feet (38 to 53 meters) away from an Access Point or Repeater depending on the mounting height of the latter. Access Points • Mount an Access Point at least sixteen feet (five meters) above the road surface; greater height normally supports more distance between the Access Point and Sensors. (See Table 1 below.) • Orient the front of the Access Point so that its bulkhead connector is facing downward and the Access Point faces its Sensors. • When operating with default settings, an Access Point supports up to 48 Sensors, of which 20 may be repeated. • When operating with default settings, an Access Point supports up to 15 Repeaters. • Maintain a line of sight between the Access Points and its Sensors and/or Repeaters. • Use a distance of 328 feet (100 meters) or less between an Access Point and its power source. The maximum range between an Access Point and any Sensor is determined by such site specific variables as the local terrain, the mounting height of the Access Point and the orientation of the Access Point to the Sensor (for example, pointing directly at the Sensor). In general, a maximum range of 125 feet (38 meters) can be obtained. Range expectations as a function of mounting height are summarized in the following table: Height of Access Point Relative to Road Surface 16 feet (5 meters) 20 feet (6 meters) 30 feet (9 meters) Maximum Recommended Range to Sensor 125 feet (38 meters) 150 feet (46 meters) 175 feet (53 meters) City of Dubuque Traffic Signal Specifications - Page 94 of 107 Table 1: Recommended Maximum Access Point to Sensor Ranges by Access Point Mounting Height Given a clear line -of -sight between the face of the Access Point and the face of a Repeater, reliable communications can be expected across distances up to 1,000 feet (305 meters). Given a clear line -of -sight between the face of an Access Point or Repeater and the b ack of the other unit, use 400 feet (122 meters) as a maximum separation. Repeaters • Install a Repeater at least sixteen feet (five meters) above the road surface; greater height normally supports more distance between the Repeaters and Sensors. • Orient the front of the Repeater so that it faces slightly downward toward its Sensors and faces its Access Point. • Repeaters may be installed in tandem (to a total depth of three Repeaters in series) to accommodate distances or obstructions. • Use a distance of 1,000 feet (304.8 meters) or less between a Repeater and its Access Point (or tandem Repeater). • Maintain a line of sight between the Repeater and its Access Point (or tandem Repeater). • When operating with default settings, a Repeater may support up to 10 Sensors.11 Contact Closure Cards • Install Contact Closure cards into the card rack of the traffic controller. City of Dubuque Traffic Signal Specifications - Page 95 of 107 33. STOP BAR MONITORING CAMERAS (not used for this project) 33.1 The Stop Bar Monitoring Camera System utilized on the project shall be a Axis Model No. Axis - 0304 -001 Q1755 Day & Night network camera manufactured by AXIS. 33.2 Outdoor Enclosure to be UHO- HBGS -10 manufactured by Bosch and should include Heater, Blower and be Nema -4x IP66 rated. 33.2.1 Follow manufacturers recommendations for power feed between camera /outdoor enclosure and traffic cabinet. If not specified, use Westpenn brand WPW- AQ227. 33.3 Power and Network cabling to consist of outdoor rated UV resistance CAT6 network cabling between AXIS Q1755 camera and network switch mounted inside of the traffic cabinet. If multiple cameras are installed at one intersection use Pelco WCS4 -20B camera power supply 20 Amp with 4 output breakers that allow 4 outputs with a total capacity of 20 Amp. Each output has a self - resetting circuit breaker. 120/240 VAC input, 24/48 VAC output 33.4 Outdoor Enclosure to be mounted to near end of mast -arm using a Pelco Triton cable mount camera support with 4 foot extension. 33.5 Cameras shall be installed and tied into the City of Dubuque's existing Lenel video management system by a qualified Network /Video company. Any additional Lenel licenses need to be included in cost. 33.6 The Network and Video electronic equipment shall be provided and installed by a single company regularly engaging in these technologies and services. City of Dubuque Traffic Signal Specifications - Page 96 of 107 34. ITS COMPONENTS 34.01 Network Products A. All items defined in these sections are considered mandatory and must be adhered to for this project. B. Network switches: There will be three different hardware configurations required of the network switches 1. Head -end Layer 3 switch with the following capabilities: 1.1. Ability to route traffic between vlans. 1.2. Access control lists. 1.3.24 10 /100 /1000BaseT ports 1.4.4 SFP ports with 2 1000Base -LX fiber optic SFPs installed 1.5. Stacking capability to add SFP ports in future 1.6. Port mirroring ability for network analysis 1.7. Supports 802.1w Rapid Spanning Tree 1.8. Supports 802.1q Vlan trunks 1.9. Supports SNMPv3 manageability 1.10. Supports secure web management through https 1.11. Supports QoS with ToS /DiffSery 1.12. Supports RMON 1.13. Supports IGMP and multicast pruning 2. Hardened backbone Layer 2 switch with following capabilities: 2.1. NEMA TS -2 Certified 2.2. Capacity of 16 10 /100Base -T ports 2.3. Port mirroring ability for network analysis 2.4. Two Field - upgradeable module slots with 4 port 100Base -FX fiber module and 2 port1000Base -LX fiber module installed 2.5. Supports 802.1w Rapid Spanning Tree 2.6. Supports 802.1q Vlan trunks 2.7. Supports SNMPv3 manageability 2.8. Supports secure web management through https 2.9. Supports QoS with ToS /DiffSery 2.10. Supports RMON 2.11. Supports IGMP Snooping and multicast pruning 3. Hardened edge Layer 2 switch with following capabilities: 3.1. TS -2 Traffic 3.2. Capacity of 16 10 /100Base -T ports 3.3. Port mirroring ability for network analysis 3.4. Two Field - upgradeable module slots with 4 port 100Base -FX fiber module installed 3.5. Supports 802.1w Rapid Spanning Tree 3.6. Supports 802.1q Vlan trunks 3.7. Supports SNMPv3 manageability 3.8. Supports secure web management through https 3.9. Supports QoS with ToS /DiffSery 3.10. Supports RMON 34.02 IP Based Integrated Digital Video Management System (IPDVMS) City of Dubuque Traffic Signal Specifications - Page 97 of 107 A. The existing system that shall be tied into is Lenel OnGuard, based in Pittsford, NY B. The system shall support an integrated IP Based Digital Video Management recording solution that provides the following features and capabilities: 1. The IPDVMS shall be computer hardware independent and must meet or exceed the manufacturer's minimum specification for the computer and related devices. 2. The IPDVMS shall incorporate a modular architecture and be able to support an unlimited number of cameras. 3. The IPDVMS shall be able to simultaneously record and display live video and display recorded video. 4. The IPDVMS shall support both event based and continuous recording. 5. The IPDVMS shall mark all events and they shall be available for playback and or archiving at any time 6. Video events shall be linked to system events in the system database and only one database shall be acceptable for this interface. 7. Up to 32 simultaneous users shall be able to access any video feed from any recorder on the network. 8. User defined profiles shall be available for tailoring granular access to configuration and operation 9. Shall have the ability to enhance a frame of video with embedded features or off the shelf software while providing security for the original video image to preserve integrity. 10. Shall be capable of independent camera setup for, compression rate, brightness, contrast and other factor setups. 11. The IPDVMS shall support Ethernet l OBT, Ethernet 100B and 1000BT. Network protocols shall be supported including TCP /IP, IPX, and UDP. 12. The network interface shall allow remote access of the IPDVMS from anywhere on the end -users LAN /WAN. 13. Shall support limiting of frame rate transmission to individual clients. 14. The IPDVMS shall support either Multicast or Unicast streaming technology. 15. The IPDVMS shall be have the ability to playback stored video over the LAN / WAN for remote access of video clips. 16. The IPDVMS shall support World Time Zone. 17. Any alarm / event in the system shall have the ability to be associated with a digital video clip in real City of Dubuque Traffic Signal Specifications - Page 98 of 107 time. The IPDVMS shall support user defined pre and post roll. 18. Each camera shall be configurable for a 32 alphanumeric character name and shall allow for the setup and adjustment of brightness, contrast, archiving, motion detection, Pan / Tilt / Zoom, on a per camera basis. 19. The IPDVMS shall support CCTV PTZ control via the system video interface. 20. The IPDVMS shall support Analog CCTV PTZ control via approved Video Encoding Devices. 21. The IPDVMS shall support MJPEG and MPEG4 formats for multiple IP Video Cameras and IP Video Encoders from approved sources. 22. The IPDVMS shall support integral time stamping upon receipt of video from the camera. C. The IPDVMS shall support the following configuration and customization parameters: 1. Compression percentage 2. Pre and Post Roll in seconds 3. Motion Detection Alarms 4. Set Time Lapse Recording 5. Continuous Recording Mode 6. The ability to enforce user authentication to specify individuals or groups that have the ability to view live or recorded video or make modifications to the system. 7. The ability to change any or all of the associated IP camera passwords manually or on schedule. 8. User determination of Event Locking method. 9. Dual Path Fail Over support 10. Blind Camera (Obstructed View) Alarm reporting. 11. Presets on Alarm 12. Event Locking to protect specific video events from being overwritten 13. UNC path support for Network Attached Storage Devices 14. Configuration of Off -line cameras 15. Support for Intelligent Motion Video Searching City of Dubuque Traffic Signal Specifications - Page 99 of 107 D. Each alarm / event condition shall have the ability to mark the start of a video event or the end of a video event in real time. E. The IPDVMS shall support uni- directional audio recording utilizing built in audio recording devices on select IP cameras F. The IPDVMS shall support automatic firmware downloads to select IP cameras. G. The IPDVMS shall support both internal camera video storage and external camera video storage. Internal storage shall allow the camera to store video events and then download these events to the IPDVMS on a predetermined schedule or on demand 34.03 Pan / Tilt / Zoom Control from Monitoring locations A. The IPDVMS shall support PTZ control from the Alarm Monitoring workstation. The PTZ control shall support approved IP PTZ cameras and Analog Cameras connected to approved IP Servers. B. The IPDVMS shall support the following PTZ features: B.1. Priority Levels B.2. Device Group Control B.3. PTZ Override (Lockout) B.4. Proportional PTZ Control B.S. Preset Lock via video screen B.6. Preset Tour 34.04 Video Archiving A. The Archive Server software shall be hardware independent, providing the ability to utilize commercial off -the -shelf mass storage devices, including SAN (Storage Area Network) solutions, Tape Libraries, and direct connect external storage drive arrays. B. The Archive Server software shall provide the ability to manage and store video information from multiple video recorders to a central location, without operational degradation. C. Each IPDVMS shall have the ability to set its own unique archiving properties. Video shall automatically be archived based on user defined "percentage full" settings. When the IPDVMS reaches the designated capacity threshold, video shall be automatically copied to the archive storage media and space on the recorder is released for over -write by new video information. D. Regardless of the storage location (local on the recorder or in archive) the system will automatically retrieve video associated with an event on demand. The actual storage location shall be transparent to the user. 34.05 Real Video Time Monitoring A. The IPDVMS shall allow monitoring of real time video from any Alarm Monitoring client workstation. DVS and Camera status shall be displayed on a System Hardware Tree. City of Dubuque Traffic Signal Specifications - Page 100 of 107 34.06 Video Player A. The IPDVMS shall support an advanced matrix view of multiple On -line camera views. Up to a total of 128 fps @ CIF resolution and 72 fps @ 4CIF resolution shall be available for viewing in the Matrix View. The 128 frame rate limitation of video shall be any combination of Live or Recorded video. The number of open video windows shall be dependent on the frame rate and resolution of the cameras. The Video Player shall allow operator sizing of the video windows in the matrix view. 34.07 Video Camera Groups / Video Camera Tours A. An unlimited number of camera groups shall be supported, and each camera group shall support an unlimited number of cameras. Cameras within a camera group shall span multiple digital video servers. Cameras shall have the ability to be placed into multiple camera groups. B. The system shall provide for video camera tours that rotate live video between each of the cameras defined in the video camera group at a user defined increment. The time increment shall be user definable in whole seconds. 34.08 Still Image Capture / Save A. During playback or monitoring of video, the system shall have the ability to create and save a still picture. This operation shall not affect any other operation and shall not alter the recorded video. The file format shall be an industry standard format allowing for file transfer via e-mail, printing or file transfer to other media 34.09 Export Video Clip to File A. The system shall have to ability to save and export recorded video to a file for the purpose of sharing and reviewing video clips. The start and end times for each video segment shall be user defined. The exported video clip shall be viewable via a standard Windows media player. 34.10 Video Image Processing A. The IPDVMS shall support video image processing of a single frame captured image through use of an integral image processing module which shall offer the following features: 1. Intensity, Contrast and Saturation 2. Gamma Correct 3. Histo- Contrast and Histo- Equalize 4. Flip, Reverse, Invert and Rotate 5. Shear 6. Add Noise, Average, Sharpen, Mosaic, Posterize and Median 7. Halftone City of Dubuque Traffic Signal Specifications - Page 101 of 107 8. Emboss 9. Gray Scale B. The IPDVMS shall allow the ability to save any combination of effects as a defined profile. Profiles shall have the ability to be added or deleted from the system at any time. 34.11 Video Loss Detection A. The system shall detect video loss from any or all cameras and activate an alarm. 34.12 Automated Motion Video Searching A. The IPDVMS shall support advanced automated motion video searching against pre- recorded video. The automated motion video search shall analyze frames in a video segment to detect motion activity from image to image. It shall display thumbnail images of the frames with activity, complete with a histogram depicting the relative amount of activity within each frame. B. The search shall be defined by selecting a specific camera and a specific time period in which the suspected activity took place and all motion events associated with that camera and time period shall be displayed in either a trace or thumbnail format for review. 34.13 Remote Monitoring Application The IPDVMS shall support a Remote Monitoring Application that allows the operator to monitor video from any computer connected to the network. 34.14 Intelligent Video Analysis System (IVAS) A. The system shall provide the ability for an Intelligent Video Analysis solution that shall seamlessly integrate with the IPDVMS. The set of Intelligent Video Analysis algorithms shall provide the following functionality: A.1. Alert Types A.1.i. Smart Video Motion Detection (the IVAS shall ignore minor vibration and provide motion masking) A.1.ii. Camera Tampering (shall occur when the IVAS detects a camera is moved from its original position, when the camera view is obstructed or when the focus is changed) A.1.iii. Sudden Change in Light Intensity (shall occur when the IVAS detects an extreme change in ambient light — light to dark or dark to light) A.1.iv. New Object in Scene (shall occur when the IVAS detects an object not present when the IVAS originally learned the scene view is left in that view) A.1.v. Object Removed from Scene (shall occur when the IVAS detects an object that was present when the IVAS originally learned the scene view A.1.vi. Object Detected in Scene (shall occur when the IVAS detects an object defined by specific properties including people, automobiles or an object of a specific color) City of Dubuque Traffic Signal Specifications - Page 102 of 107 A.1.vii. Congestion in Defined Area (shall occur when the IVAS detects congestion in a specific region) A.1.viii. Directional Motion (shall occur when the IVAS detects an object moving in a direction specified in the setup of this feature) A.1.ix. Object Crosses a Defined Region (shall occur when the IVAS detects an object moving across a virtual boundary or area from a specified direction) A.1.x. Moving Object Stops (shall occur when the IVAS detects a moving object in the scene ceases to move) A.1.xi. Static Object Starts to Move (shall occur when the IVAS detects a static object in the scene starts to move) A.1.xii. Object moves too fast (shall occur when a pre defined speed has been exceeded) A.1.xiii. Loitering (shall occur when the IVAS detects a person in the scene slows down or ceases to move for a specified period of time) A.1.xiv. Detection of a Human Face (shall occur when the IVAS detects a frontal view of a human face is detected in the scene) A.1.xv. People Counting (shall occur when the IVAS is set for a top down view of a portal. This feature shall provide an alarm with a positive count for entry and a negative count for exit) A.2. The IVAS shall support the ability to store the graphical output for a specific event for use with IVAS alarms. This feature shall allow the graphical output of a specific event to be stored as a file and later used as an overlay to be used and associated with an alarm for historical searching. A.3. The IVAS shall support CIF, 4CIF and D1 video resolutions during video processing. A.4. The IVAS shall support video infra -red imaging. City of Dubuque Traffic Signal Specifications - Page 103 of 107 34.15 Remote IP video SERVERS shall be AXIS 241S Video Server A. Summary 1. The video server shall be manufactured in an all -metal casing and shall be based on a solid -state microprocessor, operating on an open source, non - Windows based platform, and including a built -in web server. It shall be available as a standalone video server, as well as in a blade version for 19" rack systems. 2. The video server shall provide one analogue video input, compatible with black and white (EIA and CCIR) and colour (PAL and NTSC) composite or Y/C (S -VHS) video signals. 3. The video server shall deliver high speed, high quality video at resolutions up to 768x576 (PAL) / 704x480 (NTSC) pixels over IP networks, by using Motion JPEG compression. 4. It shall be capable of delivering up to 30 frames per second in all resolution modes. 5. The video server shall also support MPEG -4 Advanced Simple Profile (ASP) and Simple Profile (SP), with simultaneous Motion JPEG support. 6. The video server shall support both IP address filtering and HTTPS to secure transmission of video and configuration data. The video server shall not require any additional software to operate, except for the tools available in a Microsoft W2K/XP operating environment. It shall be possible to manage and monitor the unit using SNMP. 7. The video server shall be equipped with at least four alarm inputs and four outputs. It shall be capable of receiving external triggers from third party devices, as well as triggers from the built -in Video Motion Detection. In response to these triggers, the video server will be able to initiate alarms and/or image transmission. Notification will be provided over TCP, email and HTTP, while image upload will be available via FTP, email and HTTP. 8. The video server shall provide support for a variety of third party PTZ and dome camera systems. Available functionality shall include manual PTZ - control and at least 20 definable presents. The units shall also be equipped with PTZ control queue functionality and shall contain built -in support for running so called Guard Tour, which will automatically move the camera between pre - selected presets until interrupted by an authorized operator. 9. The video server shall connect to a network using 10baseT Ethernet or 100baseTX Fast Ethernet, via a standard RJ -45 socket. 10. The video shall be installed and tied into the City of Dubuque's existing Lenel Video Management System. Any additional Lenel licenses need to be included in cost. B. Functionality 1. Video shall be available in a minimum of five different resolutions, each supporting a minimum of 11 different compression levels. Supported video resolutions shall include: • QCIF • CIF • 2CIF • 2CIF Expanded • 4CIF City of Dubuque Traffic Signal Specifications - Page 104 of 107 2. The video server shall allow the transmission of images at up to 25 fps when connected to PAL devices, and up to 30 fps when connected to NTSC devices, using standard Motion JPEG format and with no modification of images. 3. The video server shall also provide Advanced Simple Profile (ASP) MPEG -4, both Constant Bit Rate and Variable Bit Rate, and shall support unicast as well as multicast over RTP. Through the use of Simple Profile (SP) the unit shall provide ISMA - compliant MPEG -4. The unit shall also provide support for simultaneous Motion JPEG. 4. The video server shall be capable of providing video at bit rates of up to 12Mbit /sec per video stream. 5. The video server shall contain a built -in web server to make video and configuration available in a standard browser environment, with no need for additional software. 6. When accessed from a browser, the built -in web server shall provide users with online, context - sensitive help. 7. The video server shall support both fixed IP addresses and dynamically assigned IP addresses (provided by a DHCP server). It shall also allow automatic detection of the video server based on UPnP ❑, when using a PC with an operating system that supports this feature. 8. The video server shall provide the ability to control network traffic by limiting the maximum bandwidth to a selected value. Furthermore, it shall be possible to limit the frame rate per viewer to a selected value, as well as the duration of each viewing session. 9. The video server shall provide the ability to send operational and technical information using a standard SMTP mail server, and shall include support for SMTP authentication. 10. The video server shall support the use of SNMP -based management tools according to vl, 2c & 3 / MIB -2. 11. The video server shall provide embedded on- screen text in the video, with support for date & time, and a customer - specific text, video server name, of at least 32 ASCII characters. It shall also allow for the overlay of a graphical image, such as a logotype, into the image. 12. The video server shall provide local time & date, including support for daylight saving time. To ensure accuracy, the video server must accept external time synchronization from an NTP (Network Time Protocol) server. 13. The video server shall support simultaneous viewing by up to 20 clients. To avoid improper use and configuration, the video server must provide support for defining users and passwords, for a minimum of three different types of users. 14. The video server shall be able to connect to and control third party domes and Pan Tilt Zoom devices via RS -232 or RS -485. The drivers for these devices shall be possible to upload to the video server. The uploading of drivers, and the changing of the driver type shall be possible without having to replace the video server's firmware. Available functionality shall include manual PTZ- control and at least 20 definable presents. The units shall also be equipped with PTZ control queue functionality and shall contain built -in support for running so called Guard Tour, which will automatically move the camera between pre- selected presets until interrupted by authorized operator. 15. The video server shall support the use of HTTPS and the ability to upload signed certificates to provide an encrypted and secure communication of both administration and video streams. It shall also provide support for restricting access to pre - defined IP addresses only, so- called IP address filtering. 16. To improve functionality, the video server shall allow the user to write scripts, controlling events and other user functions. 17. LED's shall indicate the video server's operational status and provide information about power, City of Dubuque Traffic Signal Specifications - Page 105 of 107 communication with receiver, the network status and the video server status. 18. Customer - specific settings, including the IP address, the local time & date, event functionality and video configuration, shall be stored in a non-volatile memory and shall not be lost during power cuts or soft resets. C. Specifications 1.1.1 1. Hardware A. The video server shall be based on an ETRAX 100LX 32 -bit RISC processor and shall use an ARTPEC -2 compression chip. It shall be equipped with a minimum of 8MB Flash memory and 32MB RAM memory. Depending on the current settings, this memory will allow the buffering of up to 9 MB of pre & post alarm recordings. The video server shall have a data throughput of at least 20Mbit/s on the network port. B. The video server shall be equipped with one video input of BNC UG/U type. Termination of the input shall be done using a dip switch located on the front of the video server (standalone version) or on the Blade (blade version). The video server shall automatically detect the video format used (PAL or NTSC). The unit shall allow users to connect a standard Y/C (S -VHS) video signal to the unit by using the loop - through connector as Chroma input. C. The video server shall be equipped with two serial ports, one RS -232 and one RS- 422/485 serial port. D. The video server shall be equipped with a minimum of four control (alarm) inputs and four outputs, accessible via a removable terminal. A mating connector shall be supplied with the video server. The control input shall be configurable to respond to normally open (NO) or normally closed (NC) dry contacts, or to active low or active high TTL /CMOS compatible electronic outputs. The alarm mating connector shall provide alarm outputs to TTL /CMOS compatible alarm inputs on peripheral devices, such as a device for processing alarms. These functions shall be configurable via the web interface. The video server shall also, via the same connector, provide suitable control voltage for these inputs. E. The video server shall connect to a network using 10baseT Ethernet or 100baseTX Fast Ethernet via a standard RJ -45 socket, and shall support auto sensing of network speed. F. The video server shall be equipped with a minimum of three LED's, capable of providing visible status information in green, red and amber. G. The standalone video server shall be manufactured in a solid all -metal casing and be provided with mounting ears for wall mounting. The blade version shall be fitted with an aluminum front plate for use in suitable 19" Video Server Racks, supporting hot -swap of blades. H. The standalone video server shall support DC -based power supplies, providing 7 -20V DC, min 7W, while power to the blade versions shall be supplied by the rack, via the back plane connector. 2. Software i. The video server shall use an embedded non -PC -based solution, running on an open source, non- Windows based platform. It shall incorporate TCP/IP, HTTP, HTTPS, SSL /TSL, FTP, RTP, RTSP, SMTP, SNMP vl 2c 3/1VIIB -II, NTP, ARP, DCHP, and UPnP protocol support. ii. The video server shall be monitored by a Watchdog, which shall automatically re- initiate processes or restart the video server if a malfunction is detected. City of Dubuque Traffic Signal Specifications - Page 106 of 107 iii. It shall be possible to update the software (firmware) over the network, using FTP or HTTP. iv. The video server shall include support for Shell scripting, allowing customer - specific functions to be created. v. The video server shall support full functionality when operating in the following environment: Operating Systems: Windows 2000, Windows XP Browsers: MS Explorer 6.x and higher vi. The video server shall be supported by a fully open and published API (Application Programmers Interface), providing all the necessary information required for integrating functionality into third party applications. 3. Environmental i. The video server shall operate in a temperature range of +5 ❑ to +50 ❑ C (41 ❑ to 122 ❑ F). ii. The video server shall operate in a humidity range of 20 -80% RH (non condensing). 4. Approvals and standards i. The video server shall carry the following approvals: ii. EMC: • CE Compliant according to: EN55022: 1998 Class B, EN50024: 1998 +A1, EN61000 -3- 2:2000, EN61000 -3- 3:1995 +A1 • FCC Part 15 Subpart B, Class B • VCCI: 2003 Class B ITE • C -Tick AS/NZS 3548 by compliance with EN55022:1998 Class B • ICES -003 Class B by compliance with EN55022:1998 Class B i. The video server shall be designed in accordance with the following functional standards: MPEG -4: • ISO/IEC 14496 -2 (Profiles ASP and SP). City of Dubuque Traffic Signal Specifications - Page 107 of 107 SPECIAL PROJECT REQUIREMENTS CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT - CIP 3501129 SPECIAL PROJECT REQUIREMENTS The latest version of the City of Dubuque, Standards and Specifications, hereinafter referred to as the CODSS, shall govern all applicable work except where otherwise indicated The Contractor shall obtain a copy of the CODSS from the City of Dubuque prior to bidding Following are Special Project Requirements (SPR) that apply specifically to this project The SPR's apply to Section 19 of the CODSS The Contractor will be required to have a Certified Competent Person in compliance with OSHA's Trenching and Excavation standards on site to make sure that all trenching and excavations are performed in a safe manner when working within the City right -of -way A copy of the City of Dubuque Administrative Policy for Iowa Occupational Safety and Health Act Excavation Safety Violations is included in this specification The Contractor needs to be aware that safe excavations and trenching may require proper shoring There will be no additional compensation for additional shoring or related work required to insure a safe excavation All additional costs are to be considered incidental to the overall contract SPR -1 North End Neighborhood Trail Lighting Project - CIP 3501129 CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING PROJECT - CIP 3501129 SECTION 19 - STREET LIGHTS AND TRAFFIC SIGNALS Application The requirements of Section 19 except where otherwise indicated in these Special Project Requirements and the plan set details and notes shall govern conduit installation, handhole installation, trail light installation, wiring, controller installation, and Portland Cement concrete foundations Disregard non - related specifications of this section pertaining to traffic signals, fiber optic cable, vehicle detection, etc Power Company The power company is Alliant Energy Contact Alliant Energy's representatives Jim Specht at 563- 587 -4536 or Donna Riniker 563- 587 -4540 for coordination of power supply service Power Supply The power supply to the trail lighting system is to be 240 volt, single phase The City of Dubuque Leisure Services Department will be responsible for the power supply connection fees The Contractor shall coordinate with Alliant to make the meter connection and power supply hook -up when the project work is completed Metering Metering shall be coordinated with Alliant Energy The lighting controllers will contain a meter socket, Alliant Energy will furnish and install meters for the lighting controllers Light Poles The City of Dubuque Leisure Services Department will furnish the light poles detailed on sheet C7 02 The Contractor shall be responsible for loading and hauling the light poles from the location at the City of Dubuque Leisure Services Department storage facility to the project site Work by Contractor The Contractor shall install the light poles furnished by the City or the light poles called out to be removed and salvaged The Contractor is responsible for furnishing and installing conduit, conductors, handholes, light pole bases, grounding and bonding equipment and lighting controllers as specified in the plans The Contractor will make all electrical connections in the trail light pole system The Contractor shall provide and install all conductors, conduit and appurtenances described in the plans and specifications all the way to the lighting controllers Alliant Energy will make the service connection to the lighting controller Bury conduit 24 inches deep under all surfaces in accordance with paragraph 7 6 of Section 19 of the City of Dubuque Standards and Specifications Code All work shall conform to NEC and local codes References to materials or systems herein by name, make or catalog number are intended to establish a standard of quality and not to limit competition, the words "or equal" are implied following each brand name Conduit All buried horizontal runs of conduit shall be SDR 13 5 HDPE or UL approved Schedule 80 PVC as specified in the plans All vertical conduit installation through the light pole bases or to service pedestals shall be Schedule 80 PVC with sweep bends and PVC fittings Sizes shall be as indicated on the plans Backfill of Open Trench Areas Small areas of open trench installations of conduit may be required near handholes, light pole base foundations, lighting controller foundations and at directional bore receiving pits, these areas shall be backfilled with trench excavation materials Compact backfill to 90% of maximum Standard Proctor density Wire All conductors and equipment grounds shall be stranded copper with XHHW insulation The tracer wire shall have orange insulation, and shall be #10 AWG stranded copper in accordance with paragraph 7 13 of Section 19 of the City of Dubuque Standards and Specifications SPR -2 North End Neighborhood Trail Lighting Project - CIP 3501129 Ground Rods Two 5/8 inch 10 foot long ground rods with separate conductors shall be installed at each lighting controller, ten feet apart Install exposed wire in PVC conduit Material and installation shall be incidental to Bid item Furnish & Install Lighting Controller (Complete) Trail Light Locations The Owner reserves the right to move the locations of the lights as desired Lighting Controller The Lighting Controllers shall be Millbank type CP3B "SL" Series "A" Style 16" Metered Commercial Pedestals The pedestals and PCC foundations are detailed on sheet 07 03 The following additional requirements are also provided for each lighting controller 1 The voltage rating shall be 120/240 Volt single phase - 3 wire 2 The service pedestal shall be rated for 10K ampere interrupting capacity (AIC) 3 The amperage rating of the pedestal shall be 100 amps 4 Coordinate with Alliant Energy prior to ordering to determine meter socket type and any other requirements they have for this service equipment 5 Provide NEMA 3R construction 6 Include optional pedestal mounting base for 16" pedestal to be embedded in concrete foundation for ease of installation (CP- 16PDMNT -CALT) 7 Photoelectric (PE) cells with receptacle, Lexan window and glare shield 8 Hand -Off -Auto (HOA) switch 9 Contactor controlling up to a 16- circuit load center for controlled loads 10 Pre - mounted DIN rail and Pre -wired connector to include optional "plug and play" time clock (TC) kit for PE on and TC off operation 11 The control circuit shall include a solid state time clock kit wth battery back -up system to allow the time clock the ability to function during 12 hours of continuous power failure The time clock shall be wired in series with the photoelectric cell so that the system can function in a manner that provides photoelectric cell on and time clock off operation 12 Main circuit breaker (100 amps) 13 Control power circuit breaker 14 Switched load center main breaker 15 Eleven switched load center breaker spaces 16 Double -pole, 20 Amp, 10k ampere rating interrupting capacity breakers (2 each) for both pedestals (2 trail lighting circuits per pedestal) 17 A circuit directory to document configuration 18 Provide surge protection and lightning arrestor SPR -3 North End Neighborhood Trail Lighting Project - CI P 3501129 CITY OF DUBUQUE, IOWA GENERAL REQUIREMENTS f` TABLE OF CONItNTS 1 -1 DEFINITION OF TERMS 1 - 1 2 -1 INFORMATION FOR BIDDERS 2 - 2 2 -1.00 EXAMINATION OF PROPOSED WORK 2 - 2 2.2.00 SUBMISSION OF BIDS 2 • 2 2 -3.00 CERTIFIED CHECK OR BID BOND 2 - 2 2 -4.00 BID PROPOSAL FORM 2 - 2 2-5.00 OUT OF STATE CONTRACTOR 2 - 2 2-6.00 WITHDRAWAL OF PROPOSALS 2 - 2 2-7.00 IRREGULAR PROPOSALS 2 - 2 2 -8.00 ESTIMATE OF QUANTITIES 2 - 2 2 -9.00 UNIT PRICES 2 - 2 2 -10.00 COMPETENCY OF BIDDER 2 - 2 2 -11.00 CONTRACT BOND 2 - 2 2-12.00 AWARD OF CONTRACT 2 • 2 2-13.00 IOWA PRODUCTS 2 - 2 2 -14.00 IOWA LABOR 2 - 2 2 -15.00 AFFIRMATIVE ACTION PROGRAM 2 - 2 2 -16.00 RELATIONS TO OTHER CONTRACTORS 2 • 2 3 -1 EXECUTION 3 - 3 3-1.00 CONTRACT 3 - 3 3-2.00 PERFORMANCE BOND 3 • 3 3 -3.00 MAINTENANCE BOND 3 - 3 4-1 SCOPE OF WORK . . . . - 4 - 4 4 -1.00 INTENT OF PLANS AND SPECIFICATIONS 4 - 4 4-2.00 SUBSURFACE INVESTIGATIONS 4 • 4 4 -3.00 ACCESS TO THE PROJECT 4 - 4 4 -4.00 INCREASED OR DECREASED QUANTITIES 4 - 4 4 -5.00 EXTRA WORK 4 • 4 4 -6.00 REMOVAL AND DISPOSAL OF STRUCTURES AND DEBRIS 4 - 4 4.7.00 USE OF MATERIALS 4 - 4 4-8.00 FINAL CLEANUP 4 4 -9.00 PUBLIC UTILITIES 4 - 5 -1 CONTROL OF WORK 5 - 5.1.00 AUTHORITY OF ENGINEER 5 - 5 -2.00 PLANS 5 - 5.3.00 SHOP DRAWINGS 5 . 5 -4.00 CHANGES IN PLANS 5 - 5.5.00 CONFORMITY WITH AND COORDINATION OF SPECIFICATIONS AND PLANS 5 - 5 -6.00 SUPERVISION BY CONTRACTOR 5 - 5 -7.00 CONSTRUCTION STAKING 5 - 5 -8.00 AUTHORITY AND DUTIES OF INSPECTOR 5 - 5 -9.00 INSPECTION OF WORK 5 - 5 -10.00 REMOVAL OF DEFECTIVE WORK 5 5 -11.00 UNAUTHORIZED WORK 5 - 5 -12.00 FINAL INSPECTION ..... . 5 - 5- 13.00 RESTRICTIONS ON MOVING AND USE OF HEAVY EQUIPMENT . 5 - 5 Page i GR -1 6-1 TERIALS . . . . . . . SOURCE OF SUPPLY AND QUALITY REQUIREMENTS STORAGE OF MATERIALS UNACCEPTABLE MATERIALS 7 -1 CONTROL OF MA 6 -1.00 6 -2.00 6 -3.00 LEGAL RELATI 7 -1.00 7 -2.00 7-3.00 7 -4.00 7 -5.00 7 -6.00 7-7.00 7-8.00 7 -9.00 7 -10.00 7 -11.00 8-1 PROSECUTION 8-1.00 ONS AND RESPONSIBILITY TO PUBLIC LAWS TO BE OBSERVED LIABILITY INSURANCE PERMITS, LICENSES AND TAXES PATENTS . ...... . . . . . . . . . SAFETY, HEALTH, POLLUTION AND SANITATION PUBLIC CONVENIENCE AND SAFETY BARRICADES AND WARNING SIGNS USE OF EXPLOSIVES PROTECTION AND RESTORATION OF PROPERTY INDEMNIFICATION CONTRACTOR'S RESPONSIBILITY FOR WORK AND PROGRESS SUBLETTING OF CONTRACT PROSECUTION OF WORK 8 -3.00 NOTICE TO PROCEED 8-4.00 METHODS AND EQUIPMENT 8 -5.00 CHARACTER OF WORKMEN 8 -6.00 TEMPORARY SUSPENSION OF WORK 8.7.00. FAILURE TO COMPLETE WORK WITHIN CONTRACT PERIOD 8-8.00 CONTRACTS IN DEFAULT 8 -9.00 COMPLETION OF CONTRACTS IN DEFAULT 8 -10.00 TERMINATION OF CONTRACTOR'S RESPONSIBILITY 9-1 MEASUREMENT 9 -1.00 9 -2.00 9 -3.00 9 -4.00 9 -5.00 9 -6.00 9-7.00 AND PAYMENT MEASUREMENT OF QUANTITIES SCOPE OF PAYMENT PAYMENT FOR WORK PERFORMED PARTIAL PAYMENTS SUPPLEMENTAL CONTRACT FOR INTERRUPTED WORK CERTIFIED STATEMENT OF SALES TAX AND USE TAX PAID . FINAL ACCEPTANCE AND PAYMENT • • • • • • • • 10 -1 AFFFIRMATIVE ACTION PROGRAM 10 - 1 Page ii GR -2 February 16. 1996 SECTION 1 DEFINITION OF TERMS AWARD. The City Council approval of the Bid Proposal of the lowest responsible bidder for the work and City Council authorization for the City Manager to enter into a contract for the performance of the work. BIDDER. An individual, firm, corporation, or joint venture submitting a bid for the advertised work. BID PROPOSAL. The offer of a Bidder, on the prescribed form, to perform the work and to furnish the labor and materials at the prices quoted. CALENDAR DAY. Every day shown on the calendar. CHANGE ORDER. A written agreement covering alterations, amendments or extension to the contract. CITY. The City of Dubuque, Iowa. a municipal corporation, its elected officers, and designated representatives. CITY COUNCIL. The elected legislative body of the City of Dubuque, Iowa. CONTRACT DOCUMENTS. The written agreement between the City and the Contractor setting forth the obligations of the parties thereunder, including but not limited to the Notice to Contractors. Information for Bidders, Bid Proposal, Contract and Performance Bond, Specifications, Supplemental Specifications, Special Provisions. Plans, Notice to Proceed and Change Orders. CONTRACTOR. The individual, firm, corporation, or joint venture contracting with the City for performance of the prescribed work. DEFAULT. Failure of the Contractor to perform the prescribed work in accordance with the terms of the Contract Documents. ENGINEER. The City Engineer of the City of Dubuque. Iowa, or his /her authorized representative. EXTRA WORK ORDER. A written order to the Contractor, signed by the City, ordering a change or extra work which has been found necessary from that originally shown by the plans and specifications. INSPECTOR. The authorized representative of the Engineer assigned to make a detailed inspection of any or all portions of the work or materials. 1 -1 GR -3 February 16, 1996 LOWEST RESPONSIBLE BIDDER. The qualified Bidder submitting the lowest bid for the work prescribed under the contract, subject to the execution of a contract and bond to secure the satisfactory performance thereof. SUBCONTRACTOR. Any individual, firm, or corporation to whom the Contractor, with the written consent of the City, sublets any part of the Contract. PLANS. The official project plans and standard plans, profiles, typical cross sections, and working drawings, or exact reproductions thereof approved the Engineer, which shows the location, character, dimensions and details of the work to be performed. 1 -2 GR -4 February 16. 1996 SECTION 2 INFORMATION FOR BIDDERS 2-1.00 Examination of Proposed Work. It is the responsibility of the Bidder to examine the plans, Contract Documents, and the site of the work, to assure that all requirements of the Contract and plans are fully understood. It is the Bidder's responsibility to satisfy himself as to the nature of the work and all reasonably ascertainable conditions which may affect his /her performance under the Contract. The attention of persons intending to make proposals is specifically called to that paragraph of the Contract which debars a Bidder from pleading misunderstanding or deception because of estimates of quantities, character of work, location or other conditions surrounding the same. The work embraced herein shall be done in accordance with the Standard Specification dated March 31.. 1995 and the Standard Details of the City of Dubuque, in so far as the same may apply and in accordance with the special provisions. 2-2.00 Submission of Bids. Bids must be submitted in a sealed envelope addressed to the City Clerk of the City of Dubuque. Iowa. at City Hall. and should be plainly marked on the outside as "Bid for (Project Name) ". The envelope should bear on the outside the name and address of the Bidder. Any Bid received after the time and date specified in the "Notice to Contractors for the Receipt of Bids" will not be accepted. • 2 -3.00 Certified Check or Bid Bond. Bids must be accompanied in a separate envelope by a cashier's or certified check payable to the City Treasurer. City of Dubuque. drawn on a bank in Iowa or a bank chartered'under the laws of the United States, in the amount of ten percent (10X) of the bid submitted; or a bid bond in the penal sum of ten percent (10X) of the bid submitted, executed by the Bidder and an acceptable surety. Bids not accompanied by such proposal guarantee will not be read. The cashier's or certified check of the unsuccessful Bidders will be returned to the Bidders promptly after the award of the Contract. Upon the execution of the Contract and Bond, the cashier's or certified check of the lowest Bidder will be returned. 2 -4.00 Bid Proposal Form. Bids must be made on the Bid Proposal form provided in the Contract Documents. The blank spaces for Bid prices must be filled in by the Bidder and no change shall be made by the Bidder in the phraseology of the Bid Proposal or in the items mentioned therein. The Bid Proposal must be fully completed. totaled, and fully signed when submitted. 2 -1 GR -5 February 16, 1996 2-5.00 Withdrawal of Proposals. A Bidder will be given permission to withdraw their proposal unopened if such request is made in writing and received by the City Clerk prior to the time specified for the receipt of proposals. No Bidder may withdraw a Bid after the time specified for the receipt of proposals or within thirty (30) days after the actual date of the Bid opening. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Bidder and the City. 2-6.00 Irregular Proposals. Proposals that contain any omission, erasure, alteration, addition, or items not called for in the Bid Proposal, or that contain irregularities of any kind, may be rejected as irregular. Bids which in the opinion of the City are unbalanced. may be deemed irregular. 2 -7.00 Estimate of Quantities. The estimated quantities shown on the Bid Proposal are approximate only and are given to form a basis of comparison of Bids and are not guaranteed to be accurate, and not to be considered as a binding feature of this Contract. 2 -8.00 Unit Prices. The total price per Bid items as shown on the Bid Proposal shall be the product of the unit prices and the Engineer's approximate quantity. Any inaccuracy in the extension of the totals shall be invalid and the price for the unit measurement shall be deemed the basis for which the work shall be performed. Any proposal may be deemed irregular which does not contain prices set opposite to each of the several items for which there'is a quantity exhibited, or which shall in any manner fail to conform to the conditions of the Contract Documents. 2 -9.00 Competency of Bidder. The City may make such investigations as it deems necessary to determine the ability of the apparent low Bidder to perform the work, and the Bidder must be prepared, if requested to do so by the, City, to present evidence of experience, ability, equipment, personnel and financial ability to perform the work required under the contract. 2 -10.00 Contract Bond. The person or persons whose proposal is accepted will be required to execute the Contract and furnish a performance bond and certificate of insurance within seven (7) days from the award. In case of the failure or refusal on the part of the proposer to enter into contract within this set period, the amount of deposit made will be forfeited and paid to the City Treasurer. 2-11.00 Award of Contract. Award of Contract, if awarded, will be made to the lowest responsible Bidder whose proposal shall comply with all the provisions required. A responsible bidder is a bidder who, in the opinion of the City has a history or evidence of experience, and qualifications and ability 2 -2 GR -6 February 16, 1996 to perform the work in an acceptable manner, possesses the equipment. personnel and financial ability to perform the work required under the contract in conformance to the plans and specifications, and the ability to execute a satisfactory contract and bond to secure the performance thereof, all in the best interest of the City. The City reserves the right to reject any and all bids, and re- advertise the work if in its judgment it is for the best interest of the City to do so. The City also reserves the right to waive any informalities or irregularities of a Bid Proposal. The low bid will be established on the basis of the Base Bid, or a combination of Base Bid and Alternates, whichever is in the City's best interest. For contracts not involving Federal -Aid participation, a State of Iowa resident Bidder shall be allowed a preference against a non-resident Bidder from a state or foreign country which gives or requires a preference to Bidders from that state or foreign country. The preference is equal to the preference given or required by the state or foreign country in which the non - resident Bidder is a resident. A. Non -Iowa Corporation If the lowest responsible bidder is an non -Iowa corporation, the bidder shall submit proof to the City, prior to the execution of the contract, of authorization by the Secretary of State to do business in Iowa, pursuant t� Iowa Code Section 91C. B. Out -of -State Contractor. An out -of -State contractor, before commencing a contract in excess of •55,000.00, shall, pursuant to Iowa Code 91C.7(2), file a bond with the Division, of Labor Services of the Department of Employment Services. The Surety Bond shall be executed by a Surety Company authorized to do business in the State of Iowa, and the bond shall be continuous in nature until canceled by the Surety with not less than 30 days written notice to the contractor and to the Division of Labor Services of the Department of Employment Services indicating the Surety's desire to cancel the bond. The bond shall be in the sum of the greater of the following amounts: a. $1,000.00 b. 5X of the contract price An out -of -State contractor may file a blanket bond according to the provisions of Iowa Code Section 91C.7(2)(b). 2 -3 GR -7 February 16, 1996 Release of the bond shall be conditioned upon the payment of all taxes, including contributions due under the unemployment compensation insurance system, penalties, interest, and related fees. which may accrue to the State of Iowa. If any time during the term of the bond the Department of Revenue and Finance or the Department of Employment Services determines that the amount of the bond is not sufficient to cover the tax liabilities accruing to the State of Iowa, the Labor Commissioner shall require the bond to be increased by an amount the Labor Commissioner deems sufficient to cover the tax liabilities accrued and accruing, as provided under Iowa Code 91C.7(2). • If it is determined that this section may cause denial of Federal Funds which would otherwise be available, or would otherwise be inconsistent with requirements of Federal law, this section shall be suspended. but only the extent necessary to prevent denial of the funds or to eliminate the inconsistency with Federal requirements. 2-12.00 Iowa Products. By virtue of statutory authority, a preference will be given to products and provisions grown and coal produced within the State of Iowa, but only to the extent necessary to prevent denial of such funds or services to eliminate the inconsistency with federal requirements. 2-13.00 Iowa Labor. By virtue of statutory authority, a preference will be given to Iowa domestic labor in construction of public improvements, except on projects were Federal funds are involved, but only to the extent necessary to prevent denial of such funds or services or to eliminate the inconsistency with federal requirements. 2 -14.00 Affirmative Action Program. The Bidder's attention is directed to the summary of the City of Dubuque's Affirmative Action Program, which is included in the Contract Documents. 2 -15.00 Relations to Other Contractors. The attention of the Bidder is directed to the fact that contracts for work other than the work covered in this proposal may have been awarded, are being advertised for letting, or may be awarded in the future. The Bidder is expected to familiarize himself with work already in progress or previously let on the project, the Contract periods, the progress being made, and any other conditions regarding the work which may affect their Bid or their performance under the Contract. The Bidder acknowledges these facts and agrees that it is in the public interest to have the work of certain contracts and agencies performed concurrently rather than consecutively. The Bidder further agrees to cooperate and coordinate their work with that of other 2 -4 GR -8 February 16. 1996 contractors or agencies to the mutual interest of all parties doing work on the project, whether by contract with the City or by a utility. By the submission of a Bid the Bidder acknowledges and agrees that he has made an investigation and inquiry regarding the contracts for work with which this work must be coordinated. 2 -5 GR -9 SECTION 3 EXECUTION 3.1.00 Contract. The.Contractor will be required to execute a contract, in triplicate, within seven (7) days of the award of the Contract by the City Council. The form of the Contract shall be as included in the Contract Documents. 3 -2.00 Performance Bond. The Contractor shall, at the time of execution of the Contract, execute and deliver a Performance Bond with a surety Company authorized to do business in the State of Iowa as surety, conditioned for the faithful performance of the Contract and for the fulfillment of such other requirements as may be required by law. Said Bond shall be not less than one hundred percent (100%) of the Contract sum. The form of the Performance Bond shall be as included in the Contract Documents. The Bond shall be held to cover all work included in the Contract, whether performed by the Contract or under a subcontract or assignment. The Contractor shall not begin work on the project before the execution and approval of the Contract and Performance Bond, 3-3.00 Maintenance Bond. As a provision included in the Performance Bond, the Contractor will be required to maintain the project in good repair for the period stated in the Contract and Notice to Contractors. The Contractor shall warrant and guarantee for the specified period that the complete project is free from all defects due to faulty materials or workmanship and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the project resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be necessary by such defects within reasonable promptness, the City may do so and charge the Contractor the cost thereby incurred. The Bond shall remain in full force and effect through the specified maintenance period. 3 -1 GR -10 SECTION 4 SCOPE OF WORK 4 -1.00 Intent of Plans and Specifications. The intent of the plans and specifications is to provide for the construction and completion of every detail of the work described therein. It shall be understood by the Contractor that he will furnish all labor, materials, tools, transportation, and supplies required for all or any part of the work to make each item complete in accordance with the spirit of the Contract. It is understood that the apparent silence of the specifications as to any detail or apparent omission of a detailed description concerning any point shall be regarded as meaning that only the best general practice is to prevail, and that only materials and workmanship of the first quality are to be used. All improvements shall -be constructed in accordance with the plans and Contract Documents. All incidental materials or labor, whether shown on the plan or not or specified herein, and which are necessary for the satisfactory completion of the project. shall be provided by the contractor and merge into the overall contract price. 4-2.00 Subsurface Investigations. For the purpose of design and the preparation of the Engineer's estimate, the City may perform a reasonable amount of exploratory work to gain information relative to surface and subsurface conditions. This information, when shown on the plans, represents a summary of conditions as of the date the survey was made. It is only an estimation of the site conditions, made merely to be informative to the City of construction conditions and quantities and classes of work. The Bidder may use this information as he sees fit. The appearance of this information on the plans will not constitute a guarantee that conditions other than those indicated will not be encountered at the time of construction. 4-3.00 Access to the Proiect. It will be the responsibility of the Contractor to secure permission for any trespassing on private property beyond the limits of the project. Sanitary sewer, storm sewer, and watermain projects located on private property, unless otherwise stated, have a fifty foot (50') wide construction easement. The Contractor will be responsible for any property damaged in any manner if in the opinion of the City the Contractor's operations exceeded the normal limits of construction. 4 -4.00 Increased or Decreased Ouantities. The Ciy make such increase or decrease in the quantitieseofrthe work shown on the plans as may be considered necessary to complete fully and satisfactorily the construction included in the contract. If such action results in extra cost to the contractor, the City shall 4 -1 GR -11 estimate the same and provide fair and equitable compensation therefor to the Contractor. 4 -5.00 Extra Work. No claims for extra work shall be considered or allowed unless such extra work shall have been previously ordered by the City in writing. In case the Contractor is ordered to do work or furnish materials without an order in writing, and he considers the same to be extra work so as to entitle him to extra compensation. he must notify the City in writing of their intention to claim such extra compensation and state the amount before he begins the work. Failure to do so will invalidate any claim. The giving of such notice will not operate as an establishment of the validity of the claim. Extra work shall be paid for at unit prices or lump sums to be agreed upon in writing prior to starting such work, or if such prices or sums cannot be agreed upon, it shall be paid for on a force account basis, as provided in these specifications. 4-6.00 Removal and Disposal of Structures and Debris. The Contractor shall remove and dispose of to the satisfaction of the City any materials, structures, and debris which are not to remain in place or which have not been designated for use in the new construction, except for castings from inlets and manholes. The casting shall be come the property of the City of Dubuque. The Contractor shall deposit the castings within the project right -of -way for removal by the City. It shall be the Contractor responsibility to provide disposal sites or waste areas for excess material. No payment for overhaul will be allowed for material hauled to these sites. If the Contract does not contain an item for such work, it shall be merged into the unit prices for other items. 4-7.00 Use of Materials. Unless stated to the contrary, all materials such as stone, gravel, sand, timber, structure and parts of structures, found on the right -of -way, are the property of the City. If such materials are to be removed from the site but use or salvage of the materials by the City is not designated on the plans, they shall become the property of the Contractor, and he shall dispose of the materials at no cost to the City. 4 -8.00 Final Cleanup. Before final acceptance of the project, the Contractor shall remove all unused material and debris from the site, and leave the right -of -way in a neat and presentable condition. All areas occupied by the Contractor in connection with the work shall be restored. Restoration shall include appropriate smoothing to its original condition, and where vegetation has been disturbed, seeding or sodding of the area will be required. Final cleanup shall be subject to the approval of the City. 4-9.00 Public Utilities. It is the Contractor's responsibility to notify and protect all utility companies and pipeline owners affected by 4 -2 GR -12 this Contract. Utilities which are in conflict with the proposed contract shall be relocated by the utility company under the terms of the Utility Franchise Agreement with the City. It is understood and agreed that the Contractor has merged into the overall bid (considered in their bid) all of the permanent and temporary utility appurtenances in their present or relocated positions as shown in the plans, and that no additional compensation will be allowed for any delays, inconvenience, or damage sustained by him due to interference from the utility, their operation or relocation. The location of the existing utilities are shown only to be suggestive to the City as to site conditions. The appearance of this information on the plans will not constitute a guarantee that it is accurate or correct. The Contractor shall be totally responsible for the exact location of utilities prior to excavation. The right is reserved to owners of,public utilities and franchise holders to enter upon the project for the purpose of making repairs or alterations that may become necessary by the project. The City shall also have the privilege of entering upon the project for the purpose of repairing or installing sewers or water mains, making house connections, or repairing culverts or storm drains. If the Contractor is delayed in the execution of their work because of such improvements he shall not be entitled to damages, however, the Contractor will be entitled to an extension of time for completion of the contract in proportion to their delay. 4 -3 GR -13 SECTION 5 CONTROL OF WORK 5 -1.00 Authority of Engineer, The Engineer will decide all questions which may arise as to the quality and acceptability of materials furnished and work performed and as to the rate of progress of the work; all plans and specifications: and all questions as to the acceptable fulfillment of the Contract on the part of the Contractor. 5 -2.00 Plans. The construction plans show the location, typical con- struction details, and dimensions of the work contemplated. The work shall be performed in conformity therewith, except in case of error or unforeseen contingency. The plans are made from careful surveys and represent the foreseen construction requirements. Any deviation from the plans will be determined by the City. If necessary, revised plans will be provided. 5 -3.00 Shop Drawings. The plans will be supplemented by such shop drawings as are necessary to adequately control the work. Shop drawings may include drawings of fabricated materials, erection plans, false work plans, or other supplemental plans or data. Shop drawings for steel structures shall show fully detailed dimensions and sizes of all component parts of the structure. Prior to review of working drawings, any work done or material ordered shall be at the Contractor's risk. The Contractor shall expressly understand that the City's review of the drawings shall extend only to determining the conformity of such equipment and materials with the same general features of the Contract specifications. The City assumes no responsibility for errors in dimensions and assumes the Contractor will use material complying with requirements of the Contract Documents, or where not specified, those of sound and responsible quality, and will erect the subjects of the shop drawings in accordance with standards of the Contract Documents. If unanticipated and either unusual or complex construction procedures or site conditions occur, the City may require the Contractor to submit such working drawings as. in the judgment of the City, are necessary to satisfactorily complete the proposed construction. 5 -4.00 Changes in Plans. The City shall have the right to make alterations in the plans or character of work as may be considered necessary or desirable during the progress of the work to complete satisfactorily the proposed construction. Such alterations shall neither waive any conditions of the contract nor invalidate any provisions thereof. If the contract quantities are increased. the Contractor shall be allowed compensation based upon the contract price. If they are decreased, their contract price shall be correspondingly decreased, GR -14 and he shall not be allowed any damages on the grounds of anticipated profits on the work or materials so dispensed with. If such action results in extra cost to the Contractor, the City shall estimate the same and make a fair and equitable allowance to the Contractor. 5 -5.00 Conformity with and Coordination of Specifications and Plans. In case of any discrepancy between the drawings and the figures written thereon, the figures, unless obviously incorrect. are to govern. In case of any discrepancy between the project plans and standard detail plans. the project plans are to govern. In case of any discrepancy between the drawings and specifications, the drawings are to govern. In case of a discrepancy between the general specifications and the special provisions, or between the drawings and the special provi- sions. the special provisions shall govern. All work performed and all materials furnished shall be in conformity with the lines, grades, cross - sections, dimensions, and material requirements, including tolerances. shown on the plans or indicated in the specifications. In the event the City finds the materials or the finished product in which the material is used is not within reasonably close conformity with the plans and specifications, but that reasonably acceptable work has been produced, the City shall then make a determination if the work shall be accepted and remain in place. In the event the City finds the material or the finished product in which the material is used or the work performed is not in reasonably close conformity with the plans and specifications and has resulted in inferior or unsatisfactory product, the work or material shall be considered unacceptable work and shall be removed or replaced or otherwise corrected by and at the expense of the Contractor. 5-6.00 Supervision by Contractor. The Contractor, in their absence, shall have on the project at all times. as their agent, a competent superintendent, capable of reading and thoroughly understanding the plans, specifications, and other Contract Documents and thoroughly experienced in the type of work being performed; he shall supervise, direct, and control the Contractor's operation, his /her personnel, and their work. The superintendent shall have full authority to execute orders or directions of the City without delay and to promptly supply such materials. equipment, tools, labor, and incidentals as may be required. A copy of the plans and specifications shall be available on the project at all times. 5-7.00 Construction Staking. Construction staking will be provided by the Engineer on a one time basis. The Contractor will be required to notify the Engineer forty -eight (48) hours prior to requests for staking. 5 -2 GR -15 The Contractor shall exercise caution in preserving all stakes in their proper places. Any replacing of stakes needed as a result of the contractor's failure to exercise due care to preserve staking will be paid by the contractor. 5.8.00 Authority and Duties of Inspector. The City may appoint represent the City in the inspection of all materpials usedpintand all work done under the Contract. Such inspections may extend to any part of the work and to preparation or manufacture of materials to be used. The inspector will not be permitted to modify in any way the provisions of the Contract Documents or to delay the work by failing to inspect materials and work with reasonable promptness. An inspector is placed on the project to keep the City informed as to its progress and the manner in which it is being performed. The inspector will not act as foreman or perform other duties for the Contractor, nor improperly interfere with management of the work. He will not be authorized to approve or accept any portion of the work. 5.9.00 Inspection of Work. Work done without the inspector having been afforded ample opportunity to provide suitable inspection, or unauthorized work, may be ordered removed and replaced, or exposed, at the Contractor's expense, or may be excluded from the quantities measured for payment. 5 -10.00 Removal of Defective Work. Any defective work shall be removed and replaced at the Contractor's expense. Should the Contractor fail or refuse to remove defective work when so ordered by the City, the City shall have the authority to order the Contractor to suspend further operations, and may withhold payment on estimates until such defective work has been removed and replaced in accordance with the plans and specifications. 5 -11.00 Unauthorized Work. Unauthorized work and work done in excess of that provided by the lines and grades shown on the plans or as given by the City will not be paid for. 5 -12.00 Final Inspection. Upon notification by the Contractor that the work is completed, the City shall make reasonably prompt final inspection of each item of work included in the Contract. If the work is found not to be in accordance with the Contract Documents, the Contractor will be advised as to the particular defects to be remedied. 5 -13.00 Restrictions on Moving and Use of Heav Equipment. Movement of equipment to and from the project shall be in compliance with the laws governing the operation of vehicles on the highways of Iowa and the Ordinances of the City. 5 -3 GR -16 SECTION 6 CONTROL OF MATERIALS 6 -1.00 Source of Su.ol and ualit Requirements. Materials used in the work shall meet all quality requirements of the Contract. All materials shall be produced with a reasonably uniform quality and within requirements specified. All materials for use in the project are subject to inspection and tests at any time prior to being incorporated into the work. 6-2.00 Storaoe of Materials. The Contractor shall be responsible for care and storage of materials delivered to the project or purchased for use thereon. Material that has been delivered to the project and has become damaged before actual incorporation in the work may be rejected by the City. 6 -3.00 Unacceptable Materials. All materials not conforming to requirements of the specifications at the time they are to be used shall be considered unacceptable, and all such materials will be rejected. No rejected material, the defects of which have been corrected, shall be used until approval has been given. 6 -1 GR -17 February 16, 1996 SECTION 7 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 7 -1.00 Laws to be Obersved. The Contractor is presumed to be familiar with all laws, ordinances, codes and regulations that may in any manner affect those engaged or employed upon their project, or materials or equipment used in or upon their project, or that may in any way affect the conduct of their work. The Contractor shall so conduct their work that conflict with any such laws, ordinances, codes or regulations will be avoided, and he shall hold harmless the City against any claim arising from violation thereof. 7-2.00 Liability Insurance. 7 -2.01 General. The Contractor shall purchase and maintain such insurance as will protect him from claims set forth below which may arise out of or result from.the Contractor's execution of the work. whether such execution be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: 1. Claims under workmen's compensation, disability benefit and other similar employee benefit acts: 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of their employees: 3. Claims for damages because of bodily injury, sickness or disease. or death of any person other than their employees: 4. Claims for damages insured by usual personal injury liability coverage which are sustained by any person as a result of an offense directly or indirectly related to the employment of such persons by the Contractor or any other person: 5. Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. 7 -2.02 Certificate of Insurance. The Contractor, at the time of execution of the Contract, shall provide the City with a certificate of insurance, in companies, amounts, and form of policy satisfactory to the City, insuring the Contractor's obligation under this indemnity and hold harmless agreement. If requested by the City, copies of such policies of insurance shall be submitted. Said certificate or policy shall not be cancelled. permitted to be materially changed without thirty (30) days prior written notice and consent of the City, and the certificate or policy shall so provide. Such certificate or policy shall also name the City of Dubuque as an additional insured party along with the Contractor. 7 -1 GR -18 February 16, 1996 7 -2.03 INSURANCE SCHEDULE 1. Any policy of insurance or certificate of insurance required hereunder shall be with a carrier authorized to do business in Iowa and a carrier that has received a rating of A or better in the current Best's Rating Guide. 2. Any policy of insurance required thirty -day notice to the City cancellation of the policy prior hereunder shall provide for a of any material change or to its expiration date. 3. The contractor shall have its insurance agent or company certify in writing that any policy of insurance required herein with an aggregate limit of liability has not been reduced by paid or reserved claims at the time of issuance of policy or certificate. 4. The contractor shall furnish copies of the following policies to the City, with limits not less than the following, or greater if required by law, and shall also furnish certificates of insurance from all independent contractors or subcontractors hired by contractor or any independent contractor or subcontractor hired by the independent contractor or subcontractor, which certificates shall provide evidence of coverage for the following limits not less than the following, or greater if required by law: . WORKERS COMPENSATION: Coverage A: Statutory State of Iowa Coverage B: Employers' Liability $100,000 each accident $100,000 each employee by disease $500,000 policy limit by disease AUTOMOBILE LIABILITY: Bodily Injury and Property Damage limit of liability of $1.000,000 combined single limit or equivalent. COMMERCIAL GENERAL LIABILITY: General Aggregate Limit $2,000,000 Products - Completed Operation Aggregate Limit $1.000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence Limit $1.000.000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 OR 7 -2 GR -19 Combined Single Limit Medical Payments February 16. 1996 52,000,000 $ 5,000 Coverage is to include: occurrence form, premises /operations/ products/ completed operations coverage, independent contractors' coverage, contractual liability, broad form property damage, personal injury, City of Dubuque named as an additional insured with 30 days written notice of change or cancellation. BONDS: See Project Specifications 7 -2.04 Fire and Extended Coverage Insurance. The Contractor shall acquire and maintain, if applicable, Fire and Extended Coverage Insurance upon the project to the full insurable value thereof for the benefit of the City, the Contractor, and subcontractors as their interest may appear. This provision shall in no way release the Contractor or Contractor's Surety from obligations under the Contract Documents to fully complete the project. 7 -2.05 Workmen's Compensation Insurance. The Contractor shall procure and maintain, at their own expense, during the Contract time, in accordance with the provisions of the laws of the State of Iowa. Workmen's Compensation Insurance, including occupational disease provisions, for all of their employees at the site of the project and in case any work is subcontracted. the Contractor shall require such subcontractor similarly to provide Workmen's Compensation Insurance. including occupational disease provisions for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Contract at the site of the project is not protected under Workmen's Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate and suitable insurance for the protection of their employees not otherwise protected. 7 -2.06 Builder's Risk Insurance. The Contractor shall secure, on all contracts which include building structures, "ALL RISK" type Builder's Risk Insurance for work to be performed. Unless specifically designated by the City, the amount of such insurance shall not be less than the Contract price. The policy shall cover not less than the losses due to fire, explosion, hail, lightening, vandalism, malicious, mischief, wind, collapse, riot, aircraft, and smoke during the Contract time, and until the work is accepted by the owner. The policy shall also name the City of Dubuque as an additional insured party along with the Contractor. 7 -3 GR -20 February 16. 1996 7-3.00 Permits, Licenses and Taxes. The Contractor shall procure all necessary permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 7-4.00 Patents. The Contractor shall pay all applicable royalties and license fees. He shall defend all suits or claims for infringement of any patent rights and hold the City harmless from loss on account thereof, except that the City shall be responsible for any such loss when a particular process, design, or the product of a particular manufacturer is specified; however, if the Contractor has reason to believe that the design, process, or product specified is an infringement of a patent, he shall be responsible for such loss unless he promptly gives such information to the City. 7-5.00 Safety, Health, Pollution and Sanitation. In the performance of their Contract, the Contractor shall - comply with all applicable laws, rules, regulations, and ordinances governing public safety, health, pollution, sanitation, noise control. and disposal of waste materials, and he shall make available such additional safeguards, safety devices, and protective equipment and take such actions as are reasonably necessary to protect the life and health of their employees and the public. If it is necessary in the prosection of the work to interrupt or obstruct the natural drainage of the surface, or the flow in artificial drains, the Contractor shall provide for the same during the progress of the work in such a way that no damage shall result to either public or private interests. For neglect to provide for either natural or artificial drainage which he may have interrupted, the Contractor shall be held liable for all damages which may result therefrom. 7 -6.00 Public Convenience and Safety. The Contractor shall so conduct their work as to assure the least possible obstruction to access by the residents along the project. He should schedule and conduct their work in such a way as to provide for their safety and convenience. Temporary approaches and crossings of intersecting streets and sidewalks must be provided and kept in good condition whenever practicable. Except when the Contract Documents indicate the road is to be closed, or by the prior consent of the City, traffic will be permitted to use the streets involved in the project at all times. The work shall be so planned and conducted as to cause a minimum delay to or interference with traffic. GR -21 February 16, 1996 If a street is to be completely closed, the Contractor shall, prior to the closure, notify the Police and Fire Dispatchers stating the name of the street and the approximate length of time that the street will be out of use for emergency vehicles. The Contractor shall notify the Police and Fire Dispatchers as soon as the street is reopened in either limited or full use. 7 -7.00 Barricades and Warning Signs. The Contractor is responsible for placing and maintaining proper barricades and warning signs on the project. and he shall take every reasonable precaution to prevent traffic from interfering with the work and to prevent the work from interfering with traffic and shall take every reasonable precaution for providing for safety of the general public traveling to, through, within, along and across the project. The Contractor shall erect and maintain all signs, and furnish, erect, and maintain all other traffic - control devices and other safeguards. and provide all flaggers necessary to protect the traveling public, and he shall comply with the requirements of the Iowa Manual on Uniform Traffic Control Devices. Temporary "NO PARKING" signs will be made available to the Contractor upon request. These signs must be erected by the Contractor twenty -four (24) hours in advance of the scheduled work. Unless otherwise specified in the Contract Documents, the cost of providing and maintaining all traffic - control devices shall be merged into the unit prices submitted in the overall bid. 7-8.00 Use of Explosives. The use of explosives is prohibited without the prior issuance of a blasting permit by the City of Dubuque. The Contractor shall exercise the utmost care not to endanger life or property, and shall be responsible for all damage resulting from the use of explosives. A separate liability insurance policy covering blasting operations will be required prior to the City's issuance of said permit. 7-9.00 Protection and Restoration of Property. The Contractor shall replace or renew fences, sidewalks, or other property damaged by reason of their work or the negligence of their employees. He shall take suitable precautions to prevent damage to telephone, telegraph. and electric transmission lines and to pipes. conduits, and other underground structures. 7-10.00 Indemnification. The Contractor will indemnify and hold harmless the City of Dubuque, Iowa, its agents and employees, from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting from performance of the work, provided 7 -5 GR -22 February 16, 1996 that any such claims, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property including the loss of use resulting therefrom; and is caused in whole or in part by any negligent or willful act or omission of the Contractor, and subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 7 -11.00 CONTRACTOR'S RESPONSIBILITY FOR WORK. The Contractor shall be responsible to care and maintain of the partially completed work until the project has been accepted by the City Council of the City of Dubuque. It will be the Contractor's responsibility to so adjust their operation or method of operation as to prevent any damage of any nature to any portion of partially completed or completed work. Repair work shall be done promptly upon being so ordered by the City. 7 -6 OR -23 SECTION 8 PROSECUTION AND PROGRESS February 16, 1996 8 -1.00 Subletting of Contract. Except for the furnishing and transportation of materials, no portion of the Contract shall be sublet, assigned. or otherwise disposed of except with the consent of the City. Consent of the City to sublet, assign, or otherwise dispose of any portion of the Contract shall not be construed to relieve the Contractor of any of their responsibilities under the Contract. 8-2.00 Prosecution of Work. The date of beginning and the time for completion of the work are essential conditions of the Contract Documents, and the work embraced shall be commenced on the date specified in the Notice to Proceed. The Contractor will proceed with the work at such a rate of progress to insure full completion within the Contract time. It is expressly understood and agreed, by and between the Contractor and the City, that the Contract time for completion of the work described is a reasonable time, taking into consideration the average climatic and economic conditions and other factors prevailing in the locality of the work. Sunday work shall be prohibited without the prior written consent of the City. The Contractor shall notify the City in writing at least seventy -two (72) hours if Sunday work is being required. If the Contractor shall fail to complete the work within the Contract time, or extension of time granted by the City, then the Contractor will pay to the City the amount specified in the Contract Documents, not as a penalty, but as predetermined and agreed liquidated damages, for each calendar day that the Contractor shall be in default after the time stipulated in the Contract Documents. 8 -3.00 Notice to Proceed. A Notice to Proceed will be issued when in the opinion of the City the failure of the Contractor to commence work places the timely completion of the project in jeopardy. The starting date in the Notice to Proceed will not be less than ten (10) calendar days after the date of issuance of the notice. 8-4.00 Methods and Equipment. The methods, equipment and appliances used shall produce a satisfactory quality of work and shall be adequate to maintain the schedule of progress specified. Equipment used on any portion of the project shall be such and its use so regulated to minimize damage to the roadway, adjacent property, or other roadways. If in the opinion of the City due care was not exercised, the Contractor will be responsible for damages. When the methods and equipment to be used by the Contractor in accomplishing the construction are not prescribed in the Contract, the Contractor is free to use any methods or equipment that he demonstrates to the satisfaction of the City will accomplish the Contract work in conformity with the requirements of the Contract. 8- GR -24 February 16, 1996 8 -5.00 Character of Workmen. Any employee of the Contractor who is careless, incompetent, or disorderly, or who refuses or neglects to perform their work in accordance with the specifications, shall be discharged from the project upon the written request of the City, and shall not be re- employed on the project unless written permission is given by the City. 8 -6.00 Temporary Suspension of Work. Work shall be suspended wholly or in part when, in the opinion of the City, weather or other conditions are unfavorable to its satisfactory prosecution. Work shall also be suspended at the direction of the City pending settlement of disputes arising out of failure of the Contractor to comply with provisions of the Contract. The start of work may be delayed or work may be suspended upon request of the Contractor and with approval of the City. The City may require the request to be in writing and also may require the Contractor to include with the request a schedule for satisfactory completion of the work. 8 -7.00 Failure to Comolete Work Within Contract Period. If the Contractor fails to complete their work within the Contract period, or any extension thereof, upon written notice to the Contractor and surety. said Contract shall be in default. The City may, at its option, permit the Contractor or their surety to complete the, work included in the Contract. or may proceed to complete the work. In either event, the Contractor or their surety shall be responsible for all costs incidental to the completion of the work, and also for the liquidated damages stipulated. The City may waive such portion of the liquidated damages as may accrue after the work is in condition for the safe and convenient use of the traveling public. 8 -8.00 Contracts in Default. The City may declare a Contract in default for any one of the following reasons: A. Failure to complete the work within the Contract period or any extension thereof; B. Failure or refusal to comply with an order of the City within a reasonable time; C. Failure or refusal to remove rejected materials; D. Failure or refusal to correct any defective or unacceptable work; E. Bankruptcy or insolvency, or the making of an assignment for the benefit of creditors; F. Failure to carry on the work in an acceptable manner. 8 -2 GR -25 8.9.00 Completion of Contracts in Default. If for any reason a contract is declared in default, the City shall have the right. without process or action at law, to take over all or any portion of the work and complete it, at its option. either by its own forces or by reletting the work. Written notices shall be given the Contractor by the City that their Contract has been declared in default, and upon receiving such notice, the Contractor shall peaceably relinquish possession of the said work or the parts thereof specified in this notice. The City shall not in any way be liable or accountable to the Contractor or their surety for the method by which the completion of said work. or any portion thereof, may be accomplished, or for the price paid therefor. Should the cost of completing work be in excess of the original Contract price, the Contractor and their surety shall be held responsible for such excess cost. Should the cost of such completion, including all proper charges, be less than the original Contract price, the amount so saved shall be paid to the Contractor. Neither by taking over the work nor by declaring the Contract in de- fault shall the City forfeit the right to recover damages from the Contractor or their surety for failure to complete their entire Contract. 8.10.00 Termination of Contractor's Resoonsibilit . The Contract shall be considered completed when the work has been accepted by the City Council of the City of Dubuque and final payment has been made to the Contractor. Such acceptance shall release the Contractor from all further obligations with respect thereto, and payment except as to conditions and requirements set forth in their Maintenance Bond. 2 -3 GR -26 SECTION 9 MEASUREMENT AND PAYMENT 9 -1.00 Measurement of Ouantities. Payment for work completed under the Contract will be based on the actual quantity of work performed under various classifications of work unless otherwise provided below. By written agreement between the Contractor and the City, final settlement may be made on the basis of Contract quantities without field measurements. Such an agreement may be made before the work is started or after work has been completed, if no material deviation from the original plans is involved. 9-2.00 Scope of payment. The Contractor shall accept the compensation herein provided as full payment for furnishing all material, labor, tools, and equipment and for performing all work under the Contract. also for all costs arising from the action of the elements or other natural causes, agreements, and performances, nonperformance, or delays involving other Contractors and third parties, or injunctions or lawsuits resulting therefrom, or from any unforeseen difficulties not otherwise provided for in the specifications and which may be encountered during prosecution of the work and up to the time of acceptance thereof. 9-3.00 Payment for work Performed. The Contractor will receive and accept payment for work performed under their Contract as follows: A. Items of work performed which are covered by definite prices stipulated in the Contract. For all items of acceptable work performed which are covered by definite unit prices or lump sum amounts specified in the Contract, the Contractor shall receive and accept compensation at the rate specified in the Contract. B. Extra work ordered by the City, of a quality or class not covered by the Contractor, will be paid for either at an agreed price !or on a force account basis. 1. Agreed Price Basis. For extra work ordered by the City and performed on an agreed price basis, the City and the Contractor shall enter into a written agreement before such work is undertaken. 2. Time and Material. Extra work performed on an hourly basis will be paid for in the following manner: For laborers, operators, foremen and superintendents, the Contractor shall receive the normal rate of t a including fringe benefits and profit, for the time they. . are actually engaged in the extra work. For tools and equipment, the Contractor shall receive the normal rental rate for the time it is actually engaged in the work. 9 -1 GR -27 For materials used, the Contractor shall receive the actual cost of materials delivered on the work. including freight and handling charges, to which costs shall be added in an amount not to exceed fifteen percent (15X). C. Deficient Work. Payment for work judged by the City to be deficient work shall be made at a modification of the Contract price, as determined by the City to be just compensation based upon the quality of the work performed. 9 -4.00 Partial Payments. If the project extends over a period of more than one (1) month, the Contractor will receive monthly pay estimates based upon the amount of work completed in an acceptable manner. Five percent (5k) of each monthly pay estimate. including materials of acceptable quality stored on the job site in a manner satisfactory to the City. shall be deducted and held as a suspended payment. Payments may be made on the remainder of the progress estimate except under circumstances which would prejudice the rights of those who have filed claims pursuant to Chapter 573 of the Code of Iowa. The retained percentage will not be due and payable prior to thirty (30) days after the date of final acceptance of the Contract by the City Council or following the release or adjudication of claims that may have been filed. Should a reasonable doubt arise as to the integrity of any part of the completed work. the estimate for that portion shall not be allowed until the cause for such doubt has been removed. The progress estimates and payments are approximate only, and shall be subject to corrections in the final estimate and payment. For special assessment projects anticipatory warrants will be issued in lieu of checks, in the same manner and frequency as stipulated above. Supplier and subcontractor lien waivers may be required by the City prior to the issuance of monthly pay estimates. covering the period up to and including the previous monthly payment. Prior to final payment, the Contractor shall be required to submit complete supplier and subcontractor lien waivers indicating full payment for their respective portions of the Contract. 9 -5.00 Supplemental Contract for Interrupted Work. After ninety -five percent (95%) of the work has been performed and it is apparent that conditions beyond the control of the Contractor will delay the completion of the Contract for more than sixty (60) days, the Contractor may request a supplemental Contract for the uncompleted portion of work on the same terms as those of the original Contract. If the City agrees, and the surety for the Contractor consents to the extension of the bond for the time required to complete the supplemental Contract, the supplemental Contract will be issued. After the Contract has been entered into, full payment will be made for the work completed except under circumstances which would o - 2 GR -28 prejudice the rights of those who have filed claims pursuant to Chapter 573 of the Code of Iowa. The unpaid funds held by the City as a retainer of the original Contract price will be due and payable to the Contractor thirty (30) days after date of final acceptance of the Contract by the City Council. 9-6.00 Certified Statement of Sales Tax and Use Tax Paid. Before final payment can be made on a Contract, the Contractor and the subcontractors shall file a certified statement on appropriate forms approved by the City, showing the amount of Iowa sales tax and use tax paid by them on all materials which have become a component part of the finished. completed Contract and on such supplies for this construction as were actually consumed on this work. 9 -7.00 Final Acceptance and Payment. Final acceptance is stipulated to mean a written acceptance by the City Council of the City of Dubuque. The City shall make final acceptance upon the satisfactory completion of the work. Failure to make final payment within seventy (70) days after completion of the work, and if all requirements of the Contract are complete, will cause interest to accrue and additional payment therefor to be made in accordance with provisions of Chapter 573 of the Code of Iowa, subject to limitations included therein; however, this provision shall not apply when final payment includes a supplemental Contract for work interrupted. When interest is to be so paid, the date from which interest is to be calculated will be the thirty -first (31st) day after all required materials, certifications, and other documents required to be submitted by the Contractor are received by the City; however, the Contractor will be paid no interest if final payment is made within seventy (70) days from the date of approval and work acceptance. The City shall satisfy itself as to the faithful completion of each part of the work, and may reject any portion to be inconsistent with the terms of the Contract. All warranties start from the date of final written acceptance of the project by the City Council. 9 -3 GR -29 SECTION 10 AFFIRMATIVE ACTION PROGRAM February 16, 1996 10-1 00 Affirmative Action Program. All Contracts entered into by the City of Dubuque shall include the following provisions and/or those provisions which may be required by state or federal departments or agencies pertaining to state or federally assisted projects. "During the performance of this Contract, the Contractor agrees as follows:" A. The Contractor shall not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, age or disability. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, creed, sex, national origin, age or disabil- ity. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment advertising; lay -off or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places available to employees and applicants for employment notices to be provided by the City of Dubuque setting forth the provisions of this nondiscrimination clause. B. The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contract, state that all qualified applicants will receive consideration for employment without regard to race,. color, creed, sex, national origin, age or disability. C. The Contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract of understanding, a written notice advising the labor union or workers' representative of the Contractor's commitments under the Affirmative Action Program of the City of Dubuque, Copies of the said notice shall be posted in conspicuous places which will facilitate viewing by applicants for employment and employees. D. The Contractor shall comply with all of the provisions of the Affirmative Action Program of the City of Dubuque and with applicable local, state and federal laws and regulations. E. The Contractor shall furnish all information and reports required by the Affirmative Action Program of the City of Dubuque and pertinent sections of the contractual obligations, and will permit access to their books, records and accounts by the Equal Opportunity Officer for purpose of investigation to ascertain compliance with said Affirmative Action Program and pertinent contractual obligations. 10 - 1 GR -30 February 16, 1996 F. The Contractor shall include the provisions of Section 10.1 hereof in every subcontract or purchase order unless exempted by the Equal Employment Opportunity Officer so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontractor or purchase order as the Equal Opportunity Employment Officer may direct as a means of enforcing such provisions including sanctions for noncompliance: provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with the subcontractor or vendor as a result of such direction by the Equal Opportunity Employment Officer, the Contractor may request the City of Dubuque to enter into such litigation to protect the interest of the City of Dubuque. 10-2.00 Each Contractor having a Contract containing the provisions prescribed in Section 10.1 hereof shall file and shall cause — each of their subcontractors to file Compliance Reports with the City of Dubuque as the Equal Employment Opportunity Officer may direct. Compliance Reports shall be filed within such times and shall contain such information as to the employment practices, policies, employment statistics and programs including documentation of outreach efforts made to insure that minorities and women have equal opportunity for employment, training, promotion and in all conditions of employment of the Contractor and each subcontractor and shall be in such form as the Equal Employment Opportunity 'Officer may prescribe. The Equal Employment Opportunity Officer shall recommend appropriate corrective measures whenever deficiencies are found to exist. 10 - 2 GR -31 CITY OF DUBUQUE, IOWA NORTH END NEIGHBORHOOD TRAIL LIGHTING CIP 3501129 PROJECT IIW PROJECT NO.: 12049 -01 ADDENDUM NO. 1 June 22, 2012 TO ALL PLANHOLDERS AND INTERESTED PARTIES: This addendum provides clarification of and modification to the drawings, specifications and /or contract documents for the City of Dubuque, Iowa, North End Neighborhood Trail Lighting CIP 3501129 project. Bidders are required to acknowledge this addendum on the bid form. 1. CLARIFICATIONS TO NOTICE TO BIDDERS Following are clarifications to the Notice to Bidders published by the City of Dubuque in the Telegraph Herald on June 22, 2012. a. Project title shall be revised to: North End Neighborhood Trail Lighting CIP 3501129 project). b. General Nature of Public Improvement. North End Trial Lighting Project, CIP: 350 -1129 (The word Trial shall be revised to Trail). \\ \,` }„ I I �� s s r0,`,'' %,, �` o ti 1 `C c = MARC D. _ =w- RUDEN - 0 ; 19249 - '', ''' ,os \ /, +, 1 1 1 1 1 , // "1,, / 0 ., ' y.\\\\\ �'""i i I i n io o � SEAL ,, ," l- c Z= _ �' ..' �� I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. FOR IIW, P.C. June 22, 2012 Marc D. Ruden, P.E. Date License Number 19249 My license renewal date is December 31, 2012 Pages or sheets covered by this seal: Addendum 1 IIW, P.C. www.iiwengr.com ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING Dennis F. Waugh, PE /SE* Charles A. Cate, PE ** Gary D. Sejkora, PE Michael A. Jansen, PE /SE Ronald A. Balmer, PE /SE /AIA John M. Tranmer, PLS / RLS Timothy J. Tranel, PE* John F. Wandsnider, PE Julie P. Neebel, PE James P. Kaune, PE Thomas J. Oster, PLS ** Wray A. Childers, PLS Geoffry T. Blandin, PE Mark C. Jobgen, PE Lauren N. Ray, PE /SE* Bradley J. Mootz, PE /SE Cody T. Austin, PE* Marc D. Ruden, PE Mark R. Fassbinder, AIA* Michael A. Ruden, NCARB /AIA* Alice M. Ohrtmann, PE Craig J. Elskamp, AIA Robert W. Blok, PE Eric J. Helminiak, PE /SE* Steven J. Hunn, PE Jeffrey J. Brandt, PLS / RLS Craig L. Geiser, PLS / RLS Adam J. Moris, PE * LEED AP ** Retired 4155 Pennsylvania Avenue, Dubuque, IA 52002 -2628 ♦ [P] 563.556.2464/800.556.4491 • [F] 563.556.7811 ENGINEERS. ARCHITECTS. SURVEYORS. iiw Masterpiece on the Mississippi TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: North End Trail Lighting Project, CIP #350 -1129 DATE: June 14, 2012 Dubuque All- AmericaCity 2007 Leisure Services Manager Marie Ware recommends initiation of the bidding process for the North End Trail Lighting Project, and further recommends that a public hearing be set for July 2, 2012. I concur with the recommendation and respectfully request Mayor and City Council approval. AfiiiK4 PIN/ Michael C. Van Milligen MCVM:jh Attachment cc: Barry Lindahl, City Attorney Cindy Steinhauser, Assistant City Manager Marie L. Ware, Leisure Services Manager Coversheet THE CITY OF DUB Masterpiece piece on sippi TO: Michael C. Van Milligen, City Manager FROM: Marie L. Ware, Leisure Services Manager DATE: June 8, 2012 SUBJECT: North End Trail Lighting Project, CIP #350 -1129 INTRODUCTION Dubuque 2007 The purpose of this memorandum is to request that the City Council adopt the attached resolution initiating the bidding process for the North End Trail Lighting Project. DISCUSSION The FY 2012 C.I.P. budget contains $167,000 as a total project cost to light the North End Trail from 24th Street to 32nd Street. The schedule for the project is as follows: City Council initiate bidding process June 18, 2012 Advertisement for bids June 22, 2012 Notice of public hearing on plans & specs June 22, 2012 Receipt of bids July 5, 2012, 4:00 p.m. Public hearing to approve plans & specs July 2, 2012 Award contract July 16, 2012 Project completion date October 31, 2012 ACTION TO BE TAKEN Page 1 of 1 The action requested is that the City Council adopt the attached resolution initiating the bidding process, establishing a date of public hearing on the plans and specifications, and to authorize the City Clerk to advertise for bids. Prepared by: MLW:et http:// publicagenda. cityofdubuque.orgBluesheet.aspx ?ItemID= 1056 &MeetingID =66 6/18/2012 Preparer: Marie L. Ware Address: 2200 Bunker Hill Rd Phone: (563) 589 -4263 RESOLUTION NO. NORTH END TRAIL LIGHTING PROJECT PRELIMINARY APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; SETTING DATE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; AND ORDERING THE ADVERTISEMENT FOR BIDS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: The proposed plans, specifications, form of contract and estimated cost for the North End Trail Lighting Project, in the estimated amount $145,000, are hereby preliminarily approved and ordered filed in the office of the City Clerk for public inspection. A public hearing will be held on the 2nd day of July, 2012, at 6:30 p.m. in the Council Chambers, second floor of the Historic Federal Building, 350 West 6th Street, Dubuque, Iowa, at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and estimated cost of said Project, and the City Clerk be and is hereby directed to cause the attached notice of the time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four days nor more than twenty days prior to the date of such hearing. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, form of contract, or estimated cost of the Project. The North End Trail Lighting Project, is hereby ordered to be advertised for bids for construction. The amount of the security to accompany each bid shall be in an amount which shall conform to the provisions of the Notice to Bidders hereby approved. The City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided, by publishing the attached Notice to Bidders to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not Tess than four but not more than forty -five days before the date for filing bids before 4:00 p.m. on the 5th day of July, 2012. Bids shall be opened and read by the City Clerk at said time and will be submitted to the City Council for final action at 6:30 p.m. on the 16th day of July, 2012, in Council Chambers, second floor of the Historic Federal Building, 350 West 6th Street, Dubuque, Iowa. Passed, adopted and approved this day of , 2012. Roy D. Buol, Mayor Attest: Kevin S. Firnstahl, City Clerk PK NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE NORTH END TRAIL LIGHTING PROJECT NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the North End Trail Lighting Project, in accordance with the provisions of Chapter 26, Code of Iowa, at 6:30 p.m., on the 22nd day of June, 2012, in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the Project is as follows: Lighting of North End Trail: This project consists of providing pedestrian lighting for the North End Neighborhood off street portion of the Trail. The trail begins at 24th and extends to 32nd Street. Any visual or hearing- impaired persons needing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589 -4120 or TDD at (563) 690 -6678 at least 48 hours prior to the meeting. 2012. Published by order of the City Council given on the day of Kevin S. Firnstahl, City Clerk NOTICE TO BIDDERS CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT NORTH END TRAIL LIGHTING PROJECT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each improvement as stated below must be filed before 4:00 p.m. on July 5, 2012, in the Office of the City Clerk, City Hall - First Floor, 50 West 13th Street, Dubuque, Iowa. Time and Place Sealed Proposals Will be Opened and Considered. Sealed proposals will be opened and bids tabulated at 4:00 p.m. on July 5, 2012, at City Hall - Conference Room B, 50 West 13th Street, Dubuque, Iowa, for consideration by the City Council (Council) at its meeting on July 16, 2012. The City of Dubuque, Iowa, reserves the right to reject any and all bids. Time for Commencement and Completion of Work. Work on each improvement shall be commenced within 10 days after the Notice to Proceed has been issued and shall be fully completed by October 31, 2012. Bid Security. Each bidder shall accompany its bid with a bid security as security that the successful bidder will enter into a contract for the work bid upon and will furnish after the award of contract a corporate surety bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The bid security shall be in the amount of ten percent (10 %) of the amount of the contract and shall be in the form of a cashier's check or certified check drawn on a state - chartered or federally chartered bank, or a certified share draft drawn on a state - chartered or federally chartered credit union, or the governmental entity may provide for a bidder's bond with corporate surety satisfactory to the governmental entity. The bid bond shall contain no conditions excepted as provided in this section. Contract Documents. Construction documents may be obtained at IIW Engineers & Surveyors, PC, 4155 Pennsylvania Avenue, Dubuque, IA 52002, 563- 556 -2464. No plan deposit will be required. Preference for Iowa Products and Labor. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. Sales Tax. The bidder should not include sales tax in its bid. A sales tax exemption certificate will be available for all material purchased for incorporation in the project. General Nature of Public Improvement. North End Trial Lighting Project, CIP: 350 -1129 This project consists of providing pedestrian lighting for the North End Neighborhood off street portion of the Trail. The trail begins at 24th and extends to 32nd Street. Published in the Telegraph Herald, June 22, 2012.