Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
FY09 STAGE 1 CELL CONSTRUCTION/LANDFILL & RECYCLING CTR/2010
FY09 STAGE I CELL CONSTRUCTION/ LANDFILL & RECYCLING CTR/ 2010 r=yoq She- f Ce,�C Cons -Pr; �, I ( - i,.�- ���C�c i Yvn Ct-, r-4e r- 2- Of Q 0- oz Lx �zs�l�i rn b- 1a� Sf� rc� �,lcf Par ng o� i�la io, 2oro tri - p /ans S11Per,-�itc , c v off( contra <� <Ps-�irnnLi cd 1co-4 -Pr L/"Id-r;. // V' I�.CJ .54/0.8.•2. /� Ce ��/Ca r� r'juctt -!n_-• pr.•I�'•Sh r7C�y�C� Jet SCi�. 12��'l /it c� rec4 -•va _� 4, �haU',ndev /4o pfc_cce Sa"J ` (ans U� �; le �vr 0 I .. (2 j1lul i 1m-i /C�- a.%�/�SL� 11�C_PUJ rI1. C�. �C�Y1t'.S� -50.2 ILi X. 7y S�I�I 7 Y- Jo ctccom.f-cLIVi), eo -c'a. L- jd. -,- �r' C-i�• -+�t_ C/7 /ShI _Q�(�.S1 lCY'�r S•e!Yl i°T7 �rJ Y' _ ^b t �S£ �� �1_n_A. -. �r�*n iDah �_ -_ 1�- -Juti__l� _ �.•t5Q�u -i-i4n tb•- 3�v__utJcrc�•,,,c� �o.,�^�c'�` -� alu�tidJ.•�zrtnc� and - 4-IQ � —CJe r1C �u �?Fe- s��_Con ?�a�(- ?b✓o �r � fr c� 7 aq - m- is I'ogm of - _Conlcac el f�sall�-i,'v�, is -a&' a�c�p� -,.,y �lre �cIC •-� �l.e L.ar,d�'11 Faye l CeJI OPINION OF PROBABLE COST pp FY09 -STAGE 1 CELL CONSTRUCTION ' IOWA CITY LANDFILL AND RECYCLING CENTER 1010 APR 16 P►i 4: 09 Item No. Description of Work Unit Estimated Quantity unit Z i tic�eG1.. Total • Rfti Amount 1 Mobilization and General Project Administration LS 1 150,000.00 $ 150,000.00. 2 Site Safely Plan Implementation ITS 1 10.000.00 $ 10,000.00 3 Excavation CY 624,700 3.25 $ 2.030,275.00 4 Drainage Sand (Groundwater Collection Layer) CY 12,100 15.00 $ 181.500.00 5 Road Gravel Stripping and Stockpiling CY 1,100 3.00 $ 3,300.00 6 Compacted Clay Liner CY 94,900 2.75 $ 260,975.00 7 1IDPE 60 -mil Geomembrane (smooth) SF 493,700 0.52 $ 256,724.00 8 HDPE 60 -mil Geomembrane (textured) SF 207,500 0.56 $ 116,200.00 9 Geonet /Geotextile Composite SF 682,000 0.70 $ 477,400.00 10 Geotextile SY 6,400 100 $ 19,200.00 11 Coarse Drainage Slone (Leachate Collection) CY 8,000 32.00 $ 256,000.00 12 Tire Derived Aggregate (Leachate Collection) CY 61,800 12.00 $ 741,600.00 13 HDPE Pipe, :SDR -17, 4" Dia., Perforated LF 20 13.00 $ 260.00 14 HDPE Pipe, SDR -17, 4" Dia., Solid LF 298 12.00 $ 3,576.00 15 HDPE Pipe, SDR -17, 6" Dia., Perforated LF 2,416 15.00 $ 36,240.00 16 HDPE Pipe, SDR -17, 6" Dia., Solid LF 603 14.00 $ 8,442.00 17 HDPE Pipe, SDR -17, 8" Dia. Solid LF 36 20.00 $ 720.00 18 HDPE Pipe, SDR -17, 10" Dia, Perforated LF 1,390 24.00 $ 33,360.00 19 HDPE Pipe, SDR -17, 12" Dia., Solid LF 9 25.00 $ 225.00 20 HDPE Pipe, SDR -17, 16" Dia. (LP -1 /Secondary Sump Riser) LF 123 40.00 $ 4,920.00 21 HDPE Double Wall Pipe, SDR -17, 127x16" Dia. LF 1,013 55.00 $ 55,715.00 22 Leachate Line Cleanout, HDPE, Two -Way Double Wall (127x16" Dia.) EA 1 6,000.00 $ 6,000.00 23 Bootless Pipe Penetration, HDPE Fabrication EA 1 8,000.00 $ 8,000.00 24 Double Wall Manhole, HDPE Fabrication EA 1 15,000.00 $ 15,000.00 25 Valve Vault, HDPE Fabrication, incl.12" Plug Valve EA 1 12,000.00 $ 12,000.00 11 ,,rnasWWMPROJ1191130JISPEC -STAGE 1 Stag° I - Engineers Cost op.olonREV02 a1g Page 1 of 3 Item No. Description of Work Unit Estimated Quantity. Unit e<, Total Amount 26 Leachate /Groundwater Head Level Monitoring System LS 1 8,500.00 S 8,500.00 27 Cleanout and Riser Access Covers FA 2090 AP 16 Pf"vdo :ofi 1, 6,300.00 28 HDPE Leachate Manhole Cut -Off Adjustments EA 6 C `'2 OuLiE��p.00 $ 24,000.00 29 Concrete Leachate Manhole Removal EA 101N 1 CITi Y, FOV it 2000.00 S 2,000.00 30 Intake, RA -63 (IDOT) EA 3 3.000 -00 $ 9;000-00 31 Intake, Hickenboltom, 6" EA 1 50000 $ 500.00 32 PVC Pipe, SDR -35, 4" Dia,Perforated LF 2,454 12.00 $ 29,448.00 33 PVC Pipe, SDR -35, 6" Dia, Perforated LF 2,213 14.00 $ 30,982 -00 34 PVC Pipe, SDR -35, 6" Dia., Solid LF 4,067 1300 $ 52,87L00 35 Concrete Pipe, RCP, 12" Dia LF 71 22.00 $ 1,562.00 36 Concrete Pipe, RCP, 18" Dia. LF 285 30 -00 $ 8,550.00 37 Concrete Pipe -, RCP, 24" Dia. LF 45 40.00 $ 1,800.00 38 Concrete Pipe, RCP, 30" Dia. LF 540. 80,00 $ 43,200.00 39 Concrete Pipe, RCP, 36" Dia. LF 273 100.00 $ 27,300.00 40 Concrete Flared End Section; 12" EA 1 250.00 $ 250.00 41 Concrete Flared End Section; 18" EA 4 350.00 $ 1,400.00 42 Concrete Flared End Section; 24" EA 2 500.00 $ 1,000.00 43 Concrete Flared End Section; 30" EA 3. 1,200.00 $ 3,600.00 44 Concrete Flared End Section; 36" EA 2 1,400.00 $ 2,800.00 45 Detention Pond Control Structure EA 1 2,500.00 $ 2,500.00 46 Corrugated HDPE Pipe, 12" Dia LF 85 18.00 $ 1,530.00 47 Corrugated HDPE Pipe, 24" Dia. LF 547 35.00 $ 19,145.00 48 Rip Rap - Class E Revetment CY 1,200 40.00 $ 48,000.00 49 Geogrid Reinforcement SY 17,500 7 -00 $ 122,500.00 50 Access Road Base Course - Macadam Stone CY 2,900 25.00 $ 72,500.00 51 Access Road Top Course - Class A CY 2,900 23.00 $ 66,700.00 52 Reclaimed Road Rock, Installation Only CY 1,900 4.00 $ 7,600.00 53 Select Waste Placement for Landfill Cell Entrance and Operations Pad CY 5,000 .5.00 $ 25,000.00 oH,,r,astdwiioPROJtt91130ASPEC -STAGE ttcostopinInFiTroa -sago t - zripino�,s cost opinion REV02 ,is Page 2 of 3 Item No. Description of Work Unit Estimated Qua�.Wjt Unit G'° rfge Total Amount 54 Storm Water Permit and Compliance LS 1 15,000.00 $ 15.000.00 55 Hay Bales LF 201,0 #R 1 5 PH 1.90 S 3,750.00 56 Silt Fence LF f GI_Gfisl 1,75 $ 8,225.00 57 Cleanout of Silt Fence LF 3,000 1 0.75 $ 2.250.00 58 Sill Fence Removal LF 3,000 0.75 $ 2,250.00 59 Erosion Control Lining SY 37,800 5.00 $ 189,000.00. 60 Stabilization Seeding AC 10 400.00 $ 4,000.00 61 Stabilization Mulching AC 10 400.00 $ 4,000.00 62 Fopsoil / Grading CY 2,600 3:25 $ 8,450.00 63. Seeding / Fertilizing / Mulching (Rural Ivtix) AC 66 1,000.00 $ 66,000.00 64 Native Plant Seeding /MUlching (NSM #1) AC 6 3,000.00 $ 16,800.00 65 Native Plant Seeding /Mulching (NSM #2) AC 2.5 3,000.00 $ 7,500.00 66 Native Plant Seeding /Mulching (NSM #3) AC 1.1 3,000.00 $ 3,300.00 67 Native Plant Seeding /Mulching (NSM #4) AC 2.5 3,000.00 $ 7,500.00 68 Native Plant Seeding /Mulching (NSM #5) AC 12.1 2,500.00 $ 30,250.00 69 Native Plant Seeding /Mulching (NSM #6) AC 0.2 3,000.00 $ 600.00 70 Water Level Control Structure - Wetland Mitigation EA 2 2,000.00 $ 4,000.00 71 Well Abandonments LF 129 30.00 $ 3,870.00 72 Well Modifications (Extensions) LF 155 30.00 $ 41650.00 73 Vertical Leachate Piezometers (Existing Cells) EA 3 3,000.00 $ 9,000.00 TOTAL $ 5,698,565.00 k�N/ pGmas idatalPROJk15113OJ1SPEGSTAGE nc0scpm1omFr03,Stage 1 - eng.nems Ca4 opm.en_Rev02 Is Page 3. of 3 E_J J9cifi ip No. 2010 APR 16 PH h: 12 CITY CLERK 10 VIA CITY,10WA OWNERSHIP OF DOCUMENT This document, and the ideas and designs incorporated herein, as an instrument of professional service, is the property of Howard R. Green Company and is not to be used, in whole or in part, for any other project without the written authorization of Howard R. Green Company. PROJECT MANUAL FOR FY09 m STAGE 1 CELL CONSTRUCTION IOWA CITY LANDFILL AND RECYCLING CENTER IOWA CITY, IOWA 2010 \ \HRGCRNAS \DATA \PRO)\191130] \SPEC -STAGE I \00001_COVER.00C Howard R. Green Company Project No. 191130J 1 P "-- 1178Ei ot, 4-Y 4r 09, � N� �`�J�`O f, I p�p:�CSJP9ttC� }�•�9 / � ° �'yNd FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa CERTIFICATION 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.undgr the laws of the State of Iowa; Name! Jon E. Scharf, RE License Number: 117861`'1 My renewal date is: December 31, 2011 Pages or sheets covered by this seal: Entire Bound Document Date: *//4/1 Q N O rj o C1 Ol 1- N CERTIFICATION 00002 -1 Project Manual for FYO9 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center General Table of Contents DIVISION 0 — BIDDING AND CONTRACT REQUIREMENTS Section No. Page No. 00105 Advertisement For Bids .......................... ............... ..... ............................... 00105 -1 to 3 00106 Notice of Public Hearing ............................ ............................... ........................00106 -1 00200 Instructions to Bidders ............................ : .................................................. 00200 -1 to 6 00412 Form of Proposal ..................................... .............. ............... ..................... 00412 -1 to 7 00430 Bid Bond ............................................................................ ............................... 00430 -1 00490 Notice of Award ................................... ............................... ....................... 00490 -1 to 2 00500 Form of Agreement ................................................. .... ............................... 00500 -1 to 2 00610 Performance and Payment Bond ..................................... .........................006U -1 to 2 00670 Notice to Proceed .................................................. .............................E5 . ..� X670=1 00700 General Conditions — EJCDC No. C -700 (2002 Edition) ...................i�.DQ70971 W, �. to 4 00800 Supplementary Conditions ...... ............................................................ 2D680g 1 to 1� 00820 Additional Articles to the Supplementary Conditions ;� 01780 Contract Compliance Program -City of Iowa City ..... ...................i:,.rr; .;CG�to C�_ TABLE OF CONTENTS Restriction on Non - Resident Bidding on Non - Federal -Aid Prcjects ::.:....::.:......R 1t Noteto Bidders ............... .................................................................. -... NBA ......... DIVISION 1 — GENERAL REQUIREMENTS Section No. Paqe No. 01010 Summary of Work ....................................................... ............................... 01010 -1 to 5 01225 Measurement and Payment ............. ............................... ........................01225 -1 to 19 01295 Schedule of Values .................................................... ............................... 01295 -1 to 2 01315 Coordination and Meetings ................ ............................... ........................01315 -1 to 2 01330 Submittals ............................................................ ...................................... 01330 -1 to 5 01350 On -Site Health and Safety Requirements ......................... ........................01350 -1 to 4 01360 Project Record Documents ................ ............................... ........................ 01360 -1 to 3 01400 Quality Control ..................................... ............................... .......................01400 -1 to 3 01500 Temporary Facilities and Controls ............................. ............................... 01500 -1 to 3 01570 Environmental Protection and Special Controls ................ ........................01570 -1 to 7 01600 Material and Equipment ............................................. ............................... 01600 -1 to 4 01722 Surveying ......................... ............................................ ... ..... ...................... 01722 -1 to 3 01780 Contract Closeout ........................._..... ............................... ........................01780 -1 to 3 TABLE OF CONTENTS 00003 -1 Project Manual for FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center General Table of Contents DIVISION 2 — SITE CONSTRUCTION Section No. Riprap ................................................. ............................... 02058 Clay Liner ............................................ ............................... 02062 Granular Drainage Material ................ ............................... 02063 Tire Derived Aggregate ...................... ............................... 02072 High Density Polyethylene (HDPE) Geomembrane.......... 02075 Geotextile ............................................ ............................... 02078 Geonet/Geotextile Composite ............ ............................... 02079 Geogrid Reinforcement ...................... ............................... 02232 Site Preparation .................................. ............................... 02270 Soil Erosion and Sediment Control .... ............................... 02311 Mass Excavation, Backfill, and Compaction ..................... 02316 Trenching, Backfilling and Compaction ............................. n9449 VVnefn Pvnovnfinn nnel Plnpcmanf 02373 Riprap ................................................. ............................... 02610 Pipe Culverts ...................................... ............................... 02628 HDPE Manhole Structures ................. ............................... 02629 Plastic Piping and Appurtances ......... ............................... 02721 Aggregate Paving ............................... ............................... 02923 Landscape Grading and Topsoil ......... ............................... 02924 Seeding and Soil Supplements ........... ............................... 02930 Native Plant Seeding ........................... ............................... APPENDICES Appendix-A Monitoring Well and Soil Boring Information AppBndix-i Iowa DOT Standard Details U1 o c� N Page No. ........................02058 -1 to 5 .................... I... 02062 -1 to 4 ................... 02063-1 to 3 ......................02072 -1 to 15 ........................ 02075 -1 to 4 ........................02078 -1 to 6 ........................ 02079 -1 to 3 ....... ................. 02232 -1 to 3 ....................... 02270 -1 to 4 ........................ 02311 -1 to 7 ........... ............ 02316 -1 to 7 .......................02331 -1 to 3 ....................... 02373 -1 to 2 .. ..................... 02610 -1 to 3 .......................02628 -1 to 4 ....................... 02629 -1 to 7 .......................02721 -1 to 3 .......................02923 -1 to 2 .............. I... 02924 -1 to 4 ................ . ...... 02930 -1 to 8 TABLE OF CONTENTS 00003 -2 Division 00 BIDDING AND CONTRACT DOCUMENTS N O � O E71 _ Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa ADVERTISEMENT FOR BIDS FY09 — STAGE 1 CELL CONSTRUCTION PROJECT AT THE IOWA CITY LANDFILL AND RECYCLING CENTER Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10_30 A.M. on the 8th day of June, 2010. Sealed propos- als will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 15th day of June, 2010, or at a special meeting called for that purpose. The Project will involve the following: FY09 — Stage 1 Cell Construction at the Iowa City Landfill and Recycling Center. All work is to be done in strict compliance with the plans and specifications prepared by Howard R. Green Company, 8710 Earhart Lane S.W., P.O. Box 9009, Cedar Rapids, IA 52409 -9009, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and ADVERTISEMENT FOR BIDS 00105-1 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa tabulation of bids is completed and reported to the ADVERTISEMENT FOR BIDS 00105-2 City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100 %) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: — Completion Date: August 5. 2011. Liquidated Damages: 3 000 /da . The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at q t" the Office of Copies of said plans and specifications and form of proposal blanks may be ° ° secured at the Office of Howard R. Green Company, 8710 Earhart Lane S.W., P.O. Box 9009, Cedar Rapids, IA 52409 -9009, by bona fide bidders. A $100.00 non - refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Howard R. Green Company. A pre -bid conference will be held at 9:00 a.m. on May 26. 2010 at the landfill site. Attendance at the pre -bid conference is highly encouraged but not required. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242 -4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). ADVERTISEMENT FOR BIDS 00105-2 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ADVERTISEMENT FOR BIDS 00105-3 H 0 Jrd f-" w� n7 ADVERTISEMENT FOR BIDS 00105-3 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE FY09 — STAGEI CELL CONSTRUCTION PROJECT AT THE IOWA CITY LANDFILL AND RECYCLING CENTER TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the FY09 — Stage 1 Cell Construction Project in said city at 7:00 p.m. on the 18th day of May. 2010, N said meeting to be held in the Emma J. Harvat E5 ° Hall in the City Hall, 410 E. Washington Street in ?v e d said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as �C-) posted by the City Clerk. .<r- -• ro s Said plans, specifications, form of contract and rT1 �e estimated cost are now on file in the office of the _L! �.- City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. N Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NOTICE OF PUBLIC HEARING 00106-1 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa INSTRUCTIONS TO BIDDERS ARTICLE 1. DEFINED TERMS. Terms used in these Instructions to Bidders and the Advertisement for Bids which are defined in the General Conditions have the meanings assigned to them in the General Conditions. The term "Bidder' means one who submits a Bid directly to Owner, as distinct from a sub - bidder, who submits a bid to a Bidder. ARTICLE 2. INTERPRETATIONS AND ADDENDA. All questions about the meaning or intent of the contract Documents are to be directed to Engineer. Additions, deletions, or revisions to the Contract Documents considered necessary by Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Engineer or Owner as having received the Contract Documents. Questions received less than 10 days prior to the date of Bids may not be answered. Only answers to such questions issued by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. ti 0 2.1 Addenda may also be issued to make other additions, deletions, or revisior4RthContrr to Documents. D— y ARTICLE 3. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND SFt €z cr) err rTJ 3.1 It is the responsibility of each Bidder before submitting a Bid: n» r A. To examine thoroughly the Contract Documents and other related data identjf 9d in the Bidding Documents (including "technical" data referred to below); B.. To visit the site to become familiarwith local conditions that may affect cost, progress, or performance, of the Work; C. To consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; D. To study and carefully correlate the Bidders observations with the Contract Documents; and E. To notify Engineer of all conflicts, errors, ambiguities, or discrepancies in or between the Contract Documents and such other related data. 3.2 Reference is made to the Supplementary Conditions for identification of: A. Those reports of explorations and tests of subsurface conditions at the site which have been utilized by Engineer in the preparation of the Contract Documents. The Bidder may rely upon the accuracy of the technical data contained in such reports. However, the interpretation of such technical data, including any interpolation or extrapolation thereof, together with non - technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. INSTRUCTIONS TO BIDDERS 00200-1 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa B. Those drawings of physical condition in or relating to existing surface and subsurface conditions (except Underground Utilities) which are at or contiguous to the site have been utilized by Engineer in the preparation of the Contract Documents. The Bidder may rely upon the accuracy of the technical data contained in such drawings, however, the interpretation of such technical data, including any interpolation or extrapolation thereof, together with non technical data, interpretations, and opinions contained in such drawings or the completeness thereof is the responsibility of the Bidder. 3.3 Copies of reports and drawings referred to in the Supplementary Conditions will be made available by the Owner to any Bidder at cost of reproduction, if copies are desired. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which the Bidder is entitled to rely, as provided in the Supplementary Conditions, are incorporated herein by reference. 3,4. Information and data reflected in the Contract Documents with respect to Underground L .1 Utilities at�or contiguous to the site is based upon information and data furnished to the Nvn&6nd the Engineer by the owners of such Underground Utilities or others, and neither t(ig Owner nor the Engineer assume responsibility for the accuracy or completeness thereof. Provisions concerning responsibilities for the adequacy of data furnished to prospective -` Pigders on subsurface conditions, Underground Utilities, and other physical conditions, and pMsible changes in the Contract Documents due to differing or unanticipated conditions appear in the General Conditions. 3.6 Before submitting a Bid, each Bidder will, at Bidder's own expense, make or obtain any additional examinations, investigations, explorations, tests, and studies and obtain any additional information and data which pertain to the physical conditions (surface, subsurface, and Underground Utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other items and conditions of the Contract Documents. 3.7 Upon request and a minimum of 2 days notice, the Owner will provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of a Bid. Location of any excavation or boring shall be subject to prior approval of Owner and applicable agencies. Bidder shall fill all holes, restore all pavement to match existing structural section, and shall clean up and restore the site to its former condition upon completion of such explorations. 3.8 The lands upon which the Work is to be performed, rights -of -way, and easements for access thereto and other land designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easements for permanent structures or permanent changes in existing INSTRUCTIONS TO BIDDERS 00200-2 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa structures are to be obtained and paid for by the Owner unless otherwise provided in the Contract Documents. 3.9 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article and the following: A. That the Bid is premised upon performing and finishing the Work required by the Contract Documents without exception and applying such means, methods, techniques, sequences or procedures of construction (if any) as may be required by the Contract Documents; B. That Bidder has given the Engineer written notice of all conflicts, errors, ambiguities, and discrepancies in the Contract Documents and the written resolutions thereof by the Engineer is acceptable to the Bidder; and N O C. That the Contract Documents are sufficient in scope and deter --to indieate and convey understanding of all terms and conditions for performing aqC- fUPnishlpg ofttlq Work. 7' '° ARTICLE4. BID FORMS AND DELIVERY OF BID. Each prospective Bidder shalllxe'furrli hed one copy of the Contract Documents and one separate unbound copy of the Bid Form I -, Brtdd.Bond as stipulated in the Notice of Hearing and Letting. The unbound copy of the Bid- Form is to be completed in ink and submitted with the Bid Bond. All names must be printed below the signatures. ry Each Bid shall be submitted in a sealed envelope with "Bid Proposal' and the "Due" date clearly printed on the front. The Bid Bond shall be submitted in a separate sealed envelope with 'BID BOND" clearly printed on the front. When sent by mail, the sealed Bid shall be addressed as follows: City of Iowa City, Iowa Attn: City Clerk 410 East Washington Street Iowa City, Iowa 52240 -1826 Bids shall be filed prior to the time and at the place specified by the Advertisement for Bids. Bid proposals received after the time for opening of bids will be returned to the bidder unopened. ARTICLE 5. DISQUALIFICATION OF BIDDERS. Bids will be considered non - responsive and shall be rejected for any of the following reasons: More than one Bid from an individual, firm, partnership, corporation or association under the same or different names will not be considered. If the Owner believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the Owner believes that collusion exists among the Bidders, all Bids will be rejected. A party who has quoted prices to a Bidder is not hereby disqualified from quoting prices to other Bidders, or from submitting a Bid directly for the Work. INSTRUCTIONS TO BIDDERS 00200-3 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa If there are unauthorized additions, conditional or alternate bids, or irregularities of any kind which may tend to make the proposal incomplete, indefinite or ambiguous as to its meaning, the Bid may be rejected. If the Bidder submits an obviously unbalanced bid, the Bid may be rejected. An unbalanced bid shall be defined as a bid containing lump sum or unit bid prices which do not reflect reasonable actual costs plus a reasonable proportionate share of the Bidder's anticipated profit, overhead costs and other indirect costs to complete that bid. ARTICLE 6. QUANTITIES OF WORK. The quantities of work or material stated in additive items of the Bid are supplied only to give an indication of the general scope of the Work; the Owner does not expressly or by implication agree that the actual amount of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any item of the Work by an amount up to and including 25 percent of any Bid Item, without a change in the unit price, and shall include the right to delete any Bid Item in its entirety, or to add additional Bid Items up to and including an aggregate total amount not to exceed 25 percent of the Contract Price. (ARTICLE 7: SUBSTITUTE OR "OR EQUAL" ITEMS, Whenever materials or equipment are IAII'ecifi6d or described in the Contract Documents by using the name of a particular Supplier and the name is,followed by the words "or equal ", the procedure for the submittal of substitute or "Or equal" g:'-products is specified in Section 01600 — Product Requirements. ARTICLE 8. COMPETENCY OF BIDDERS. In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing but also to the general competency of the Bidder for the performance of the Work covered by the Bid. ARTICLE 9. SUBMISSION OF BIDS. The Bid shall be delivered by the time and to the place stipulated in the Advertisement for Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time and at the proper place. ARTICLE 10. BID SECURITY, BONDS AND INSURANCE. Each Bid shall be accompanied by a approved Bid Bond in the amount stated in the Advertisement for Bids. Said bond shall be made payable to the Owner, and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the Owner, and will furnish the necessary insurance certificates, and Performance and Payment Bond, each to be in the amount stated in the Supplementary Conditions. In case of refusal or failure to enter into said Agreement, the Bid Bond shall be forfeited to the Owner. The Bidder shall use a copy of the Bid Bond form of these documents, or one conforming substantially to it in form. Bonds shall be issued by a surety authorized to do business in the State of Iowa. ARTICLE 11. DISCREPANCIES IN BIDS. In the event there is more than one Bid Item in a Bid Schedule, the Bidder shall furnish a price for all Bid Items in the Schedule, and failure to do so will render the Bid non - responsive and may cause its rejection. In the event there are Unit Price Bid Items in a Bid Schedule and the amount indicated for a Unit Price Bid Item does not equal the product of the unit price and quantity, the unit price shall govern and the amount will be corrected INSTRUCTIONS TO BIDDERS 00200-4 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130) Iowa City Landfill and Recycling Center Iowa City, Iowa accordingly, and the Bidder shall be bound by said correction. In the event there is more than one Bid Item in a Bid Schedule and the total indicated for the Schedule does not agree with the sum of the prices Bid on the individual items, the prices Bid on the individual items shall govern and the total for the Schedule will be corrected accordingly, and the Bidder shall be bound by said correction. ARTICLE 12. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS. Unauthorized conditions, limitations, or provisos attached to the Bid shall render it informal and may cause its rejection as being non - responsive. The completed Bid forms shall be without interlineation, alterations, or erasures in the printed text. Alternative Bids will not be considered unless called for. Oral, telegraphic, or telephonic Bids or modifications will not be considered. ARTICLE 13. WITHDRAWAL OF BID. A Bidder may request, without prejudice, to withdraw it's Bid after it has been submitted to the Owner, provided such request is made in writing to tke Owner prior to the time set for receiving Bids. o 0 Modifications or corrections to Bids may be made on the withdrawn Bid provided sZ;_ rnoa ications or corrections are initiated by the Bidder and are received by the Owner prior tetTe tirge set for, receiving Bids. Modifications or corrections to a Bid will not be accepted if the�j�dific I ions or, corrections render the bid security inadequate or if not accompanied by suffici8riddiGbnal bid security. c'. • s _ T- If a Bidder has requested in writing to withdraw its Bid, said Bidder may submit a differenb Bid and bid security any time prior to the time set for receiving proposals. ARTICLE 14. AWARD OF CONTRACT. Award of the contract, if awarded, will be made to the lowest responsive, responsible Bidder whose Bid complies with the requirements of the Contract Documents. Unless otherwise specified, any such award will be made within the period stated in the Advertisement for Bids that the bids are to remain open. Unless otherwise indicated, a single award will be made for all the Bid Items in an individual Bid Schedule. The Owner reserves the right to reject any or all bids, to waive any informality in a bid and to select alternate additive or deductive Bid Items as desired by the Owner to determine the award of the Contract. ARTICLE 15. RETURN OF BID SECURITY. After the Bids are opened, verified, and duly considered, the bid security will be released pursuant to the provisions in Chapter 26 of the latest edition of the Iowa Code, including revisions. Should the successful Bidder fail to enter into contract, the Bid guaranty shall be forfeited to the Ownerto compensate for administrative expenses of making a re -award or issuing a new request. ARTICLE 16. EXECUTION OF AGREEMENT. The Bidder to whom award is made shall execute a written Agreement with the Owner on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 10 days after receipt of the Notice of Award from the Owner. Failure or refusal to enter into contract as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for annulment of the award and forfeiture of the Bid security. If the lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the Owner may award the Contractto INSTRUCTIONS TO BIDDERS 00200-5 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa the second lowest, responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the Owner may award the Contract to the third lowest, responsive, responsible Bidder. ARTICLE 17. ADDENDA. Each bid form shall include specific acknowledgment, in the space provided, of receipt of all addenda issued and mailed by the Owner during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive. ARTICLE 18. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION. The Contractor shall comply with all state and federal laws and county and local ordinances and regulations which in any manner affect those engaged or employed in the Work. ARTICLE 19. PREBID CONFERENCE. A prebid conference may be held at a time and place to be scheduled prior to the bid. Representatives of the Owner and Engineer will be present. A tour of the site will be conducted at the end of the conference. Meeting minutes and attendance list for the prebid conference will be made available to all those in attendance. Conduction of a Prebid Conference will be at the Owner's discretion. /ARTICLE 20. LIQUIDATED DAMAGES. Provisions for liquidated damages, if any, are set forth in Ub-tuplilementary Conditions. ARTICL €- 21;,F€bERAL TAX ID NUMBER. Each bidder shall state its Federal Tax Identification Numbe66n the 1166 provided on the bid form. The Owner is required to report to IRS on Form 1099 all pay ri pts inyglving labor or services provided by vendors, and lack of this number may delay contra48ayme`nts until the number is provided. ARTICLE 22. LOCAL PREFERENCE. By virtue of statutory authority, preference will be given to materials, products, and supplies found or produced within the State of Iowa. Bidders resident in Iowa shall be allowed a preference over the bid of any bidder from any other state enforcing or having a preference for resident bidders, equal to such preference. ARTICLE 23. BIDDER'S CERTIFICATION. Bidder shall certify that they he is, at the time of bidding, and shall be, throughout the period of the contract, licensed in the State of Iowa. The Bidder shall provide its Iowa Contractor license number on the Bid Form. Bidder shall further certify that he is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. Bidder also certifies that they are knowledgeable of the unusual and peculiar hazards associated with the general class and type of work required to construct the specified project within the terms given in the Contract Documents. Bidder shall be competent and skilled in the protective measures necessary for the safe performance of the construction Work with respect to such unusual and peculiar hazards. END OF INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 00200-6 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa FORM OF PROPOSAL FY09 — STAGE 1 CELL CONSTRUCTION IOWA CITY LANDFILL AND RECYCLING CENTER CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder 0 TO: City of Iowa City, Iowa o 0 Attn: City Clerk 410 East Washington Street Iowa City, IA 52240 -1826 m �m The undersigned bidder submits herewith bid security in the�=6mdtlnt :qh $ in accordance with the terms set forth in the Project Nlainual. The undersigned bidder, having examined and determined the scope of the CN ontract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. Bidder will complete the Work in accordance with the Contract Documents for the following prices: FORM OF PROPOSAL 00412-1 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa Item No. Description of Work Unit Estimated Quantity Unit Price Total Mobilization and General Project 1 Administration LS 1 $ $ 2 Site Safety Plan Implementation LS 1 $ $ 3 Excavation CY 624,700 $ $ Drainage Sand 4 (Groundwater Collection Layer) CY 12,100 $ $ 5 Roar! Gravel Stripping and Stockpiling 1,100 16 % Compacted Clay Liner CY 94,900 $ $ —7,h HOPE 601niCGeomembrane (smooth) SF 463,700 $ $ -S' HOPE 64'f Geomembrane (textured) n SF 207,500 $ $ o N 9 Geonet/Geotextile Composite SF 682,000 $ $ 10 Geotextile SY 6,400 $ $ Coarse Drainage Stone 11 (Leachate Collection) CY 8,000 $ $ Tire Derived Aggregate 12 (Leachate Collection) CY 61,800 $ $ HDPE Pipe, SDR -17, 4" Dia., 13 Perforated LF 20 $ $ 14 HDPE Pipe, SDR -17, 4" Dia., Solid LF 298 $ $ HDPE Pipe, SDR -17, 6" Dia., 15 Perforated LF 2,416 $ $ 16 HDPE Pipe, SDR -17, 6" Dia., Solid LF 603 $ $ FORM OF PROPOSAL 00412-2 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa Item No. Description of Work Unit Estimated Quantity Unit Price Total 17 HDPE Pipe, SDR -17, 8" Dia. Solid LF 36 $ $ HDPE Pipe, SDR -17, 10" Dia, 18 Perforated LF 1,390 $ $ 19 HDPE Pipe, SDR -17, 12" Dia., Solid LF 9 $ $ HDPE Pipe, SDR -17, 16" Dia. 20 (LP -1 / Secondary Sump Riser) LF 123 $ $ HDPE Double Wall Pipe, SDR -17, 21 12'x16" Dia. LF 1,013 $ $ Leachate Line Cleanout, HDPE 22 Two -Way Double Wall (12'x16' Dia.) EA 1 $ $ Bootless Pipe Penetration, ro 23 HDPE Fabrication EA 1 $a ° D--il i Double Wall Manhole, --< U 24 HDPE Fabrication EA 1 $ C7% Valve Vault, Vault, HDPE Fabrication, `ITI _-o 1 25 incl.12" Plug Valve EA 1 $ c ! Leachate /Groundwater Head 26 Level Monitoring System LS 1 $ $ 27 Cleanout and Riser Access Covers EA 9 $ $ HDPE Leachate Manhole 28 Cut -Off Adjustments EA 6 $ $ 29 Concrete Leachate Manhole Removal EA 1 $ $ 30 Intake, RA -63 (IDOT) EA 3 $ $ 31 Intake, Hickenboltom, 6" EA 1 $ $ 32 PVC Pipe, SDR -35, 4" Dia,Perforated LF 2,454 $ $ 33 PVC Pipe, SDR -35, 6" Dia, Perforated LF 2,213 $ $ 34 PVC Pipe, SDR -35, 6" Dia., Solid LF 4,067 $ $ FORM OF PROPOSAL 00412-3 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa Item No. Description of Work Unit Estimated Quantity Unit Price Total 35 Concrete Pipe, RCP, 12" Dia. LF 71 $ $ 36 Concrete Pipe, RCP, 18" Dia LF 285 $ $ 37 Concrete Pipe, RCP, 24" Dia. LF 45 $ $ 38 Concrete Pipe, RCP, 30" Dia. LF 540 $ $ _ 39 Concrete Pipe, RCP, 36" Dia. LF 273 $ $ 40 Concrete Flared End Section; 12" EA 1 41_ Concrete Flared End Section; 18" EA 4 $ $ r 1442 Concrete Flared End Section; 24" EA 2 $ $ 43 Cpjicrete Flared End Section; 30" EA 3 $ $ o CJ 44 C�bcrete Flared End Section; 36" EA 2 45 Detention Pond Control Structure EA 1 $ $ 46 Corrugated HDPE Pipe, 12" Dia. LF 85 $ $ 47 Corrugated HDPE Pipe, 24" Dia. LF 547 $ $ l 48 Rip Rap - Class E Revetment CY 1,200 $ $ 49 Geogrid Reinforcement SY 17,500 $ $ Access Road Base Course — 50 Macadam Stone CY 2,900 $ $ Access Road Top Course - 51 Class A Aggregate CY 2,900 $ $ 52 Reclaimed Road Rock, Installation Only CY 1,900 $ $ FORM OF PROPOSAL 00412-4 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa Item No. Description of Work Unit Estimated Quantity Unit Price Total Select Waste Placement for Landfill 53 Cell Entrance and Operations Pad CY 5,000 $ $ 54 Storm Water Permit and Compliance LS 1 $ $ 55 Hay Bales LF 1,500 $ $ 56 Silt Fence LF 4,700 $ $ 57 Cleanout of Silt Fence LF 3,000 $ $ 0 58 Silt Fence Removal LF 3,000 $ 0 59 Erosion Control Lining SY 37,800 $5'`�0__ Olt 60 Stabilization Seeding AC 10 $ .c- 1y — W 61 Stabilization Mulching AC 10 $ ' $ 62 Topsoil / Grading CY 2,600 $ $ Seeding / Fertilizing / Mulching 63 (Rural Mix) AC 66 $ $ Native Plant Seeding /Mulching 64 (NSM #1) AC 6 $ $ Native Plant Seeding /Mulching 65 (NSM #2) AC 2.5 $ $ Native Plant Seeding /Mulching 66 (NSM #3) AC 1.1 $ $ Native Plant Seeding /Mulching 67 (NSM #4) AC 2.5 $ $ Native Plant Seeding /Mulching 68 (NSM #5) AC 12.1 $ $ Native Plant Seeding /Mulching 69 (NSM #6) AC 0.2 $ $ Water Level Control Structure - 70 Wetland Mitigation EA 2 $ $ FORM OF PROPOSAL 00412-5 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa Item Estimated No. Description of Work Unit Quantity Unit Price Total 71 Well Abandonments LF 129 $ $ 72 Well Modifications (Extensions) LF 155 $ Vertical Leachate Piezometers 73 (Existing Cells) EA 3 e.. LJA i _ BASE BID PRICE (SUMMATION OF BID ITEMS) $ epm�s o O 0 N Supplemental Unit Prices: The following supplemental unit prices are not included in the Base Bid Price and will not be used to determine successful Bidder. Owner reserves the right to reject any supplemental unit prices if the prices are considered excessive or unreasonable. Items requiring supplemental unit prices are describe in Section 01225, Measurement and Payment. No. Description of Work 1 Off -Site Disposal of Excess Soil 2 Drainage Sand ( Leachate collection) 3 Foundation Soil Correction Estimated Unit Quantity CY 10,000 $ CY 23,700 $ CY 1000 $ Unit Price FORM OF PROPOSAL 00412-6 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. N The undersigned bidder certifies that this proposal is made in good faith, ar% without collusion or connection with any other person or persons bidding on the work. o c') ^may r ::u The undersigned bidder states that this proposal is made in conformity withtthe contract' Documents and agrees that, in the event of any discrepancies or differences between any: conditions of this proposal and the Contract Documents prepared by the City o ilowa City, the more specific shall prevail c = -- Firm: Signature: Printed Name Title: Address: Phone: Contact: FORM OF PROPOSAL 00412-7 Howard R. Green Company Project No. 191130J 1.117Ti7' I� FY09 —Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided.. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for Project. ES ° NOW, THEREFORE,'> a+ (a) If said Bid shall be rejected, or in the alternate, c , a 6 c -{cam (b) If said Bid shall be accepted and the Principal shall execute and deliver a- gontr4cf in the form specified, and the Principal shall then furnish a bond fpr -6' Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other Tgspects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 20_ Witness Witness day of (Seal) Principal By (Title) (Seal) Surety By (Attorney -in -fact) Attach Power -of- Attorney BID BOND 00430-1 Howard R. Green Company Project No. 191130J NOTICE OF AWARD TO: FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa PROJECT DESCRIPTION: FY09 — Stage 1 Cell Construction, Iowa City Landfill and Recycling Center. The City has considered the Bid submitted by you for the above - described Work. You are hereby notified that your Bid has been accepted for items in the amount of N O You are required by the Instructions to Bidders to execute the Form of Agreerggnt ancl�furnish the required Contractor's Performance and Payment Bond and Certificates of trvs an&P witf ll j ten (10) calendar days from the date of this Notice to you. >__q _ o� If you fail to execute said Agreement and to furnish said Bonds within the (10) <dgys fpm that ) date of this Notice, said City will be entitled to consider all your rights arising pgNf too City' -'s-, acceptance of your Bid as abandoned and as a forfeiture of your Bid Bond. The-City.-will be-) entitled to such other rights as may be granted by law. — ca You are required to return an acknowledged copy of this NOTICE OF AWARD to the City. Dated this day of , 200_ CITY OF IOWA CITY, IOWA LM NOTICE OF AWARD 00490-1 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged this the _ day of 0 Title fill_ NOTICE OF AWARD 00490-2 M O 7 l0 0- O i ) O N fill_ NOTICE OF AWARD 00490-2 Howard R. Green Company Project No. 191130J FORM OF AGREEMENT FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20_, for FY09 - Stage 1 Cell Construction, Iowa City Landfill and Recycling Center ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. N 2. This Agreement consists of the following component parts which 4 incoiWorated herein by reference: z;: C-) a. Addenda Numbers C? — b. Drawings; O1 C. Specifications as listed in the General Table of Contents Of. the Project l Manual; - d. Advertisement for Bids; e. Notice of Public Hearing; f. Note to Bidders; g. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects; h. Contract Compliance Program (Anti- Discrimination Requirements); i. Instructions to Bidders; j. Form of Proposal and Bid Documents; k. Performance and Payment Bond; I. General Conditions; M. Supplementary Conditions; and n. This Instrument (Form of Agreement). The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. FORM OF AGREEMENT 00500-1 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130) Iowa City Landfill and Recycling Center Iowa City, Iowa 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 0 DATED this CITY By Payments are to be made to the Contractor in accordance with the Supplementary Conditions. day of Mayor -1 ATTEST: - City Clerk LL °2 ! CONTRACTOR ATTEST: 20_ (Company Official) Approved By: City Attorney's Office FORM OF AGREEMENT 00500-2 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, admir) jgtrators, successors and assigns, jointly and severally. o 0 D� WHEREAS, Contractor has, as of entered int" wwittEo (date) - an cn Agreement with Owner for the FY09 - Stage 1 Cell Construction Project; and ;` � O,` _ WHEREAS, the Agreement requires execution of this Performance and Rayment'Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Howard R. Green Company, which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even PERFORMANCE & PAYMENT BOND 00610-1 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF IN THE PRESENCE OF: (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Ks: PERFORMANCE & PAYMENT BOND 00610-2 c, Witness a c; �+ Witness (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) Ks: PERFORMANCE & PAYMENT BOND 00610-2 Howard R. Green Company Project No. 728170 -J SECTION 00670 NOTICE TO PROCEED TO: DATE: FY06 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa FY09 - Stage 1 Cell Construction a Iowa City Landfill and Recycling Center Iowa City, Iowa 410 East Washington Street --q C-) m Iowa City, Iowa 52240 -1826 -< I v You are hereby notified to commence WORK in accordance with the Agreement dated , 200_, on or after . The date of completion of all N :2 ACCEPTANCE OF NOTICE 30,200. HOWARD R. GREEN COMPANY Receipt of the above NOTICE TO PROCEED is hereby acknowledged by: this the day of 200. NOTICE TO PROCEED 00670- 1 This document has important legal consequences; consultation with an attorney is encouraged with respect to its use or modification. This document should be adapted to the particular circumstances of the contemplated Project and the Controlling Law. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 0 Prepared by o �} e i ° d ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE. and cr �� Issued and Published Jointly By W National Society of L., AC E C Professional Engineers f American Society bns��� ^�.�_!- ^ =r. +��tt. = ^ <c ^»,��•�• Professional Engineers in Private Practice II Of Civil Engineers PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE apractice division ofthe NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS AMERICAN COUNCIL OF ENGINEERING COMPANIES AMERICAN SOCIETY OF CIVIL ENGINEERS This document has been approved and endorsed by u! The Associated General Contractors of America �] sao..+m�u�c,eazmn Lie EWII Fmtonmml Construction Specifications Institute EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-1 Copyright 02002 National Society of Professional Engineers 1420 King Street, Alexandria, VA 22314 American Council of Engineering Companies 1015 15th Street, N.W., Washington, DC 20005 American Society of Civil Engineers 1801 Alexander Bell Drive, Reston, VA 20191 -4400 cn �r o Ci o .e N These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor Nos. C -520 or C -525 (2002 Editions). Their provisions are interrelated and a change in one may necessitate a change in the other. Comments concerning their usage are contained in the EJCDC Construction Documents, General and Instructions (No. C -001) (2002 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (No. C -800) (2002 Edition). EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -2 TABLE OF CONTENTS Pace ARTICLE 1 - DEFINITIONS AND TERMINOLOGY ........................................................................... ..............................6 6.09 1.01 Defined Terms ..................................................................................................................... ..............................6 6.11 1.02 Terminol ogl. ........................................................................................................................ ..............................8 6.13 ARTICLE 2 - PRELIMINARY MATTERS ............................................................................................ ..............................9 6.15 2.01 Delivery of Boo ds and Evidence ofLnsurance ...................................................................... ............................_.9 2.02 Copies o_ fDocuments ........................................................................................................... ..............................9 2.03 Conmreocenrent of Contract Times; Notice to Proceed ......................................................... ..............................9 2.04 Stating the Work ................................................................................................................ ..............................9 2.05 Before Sim ling Construction ............................................................................................... ..............................9 2.06 Preco isOVClion Coo jerence ................................................................................................. ..............................9 2.07 Initial Acceptance of Schedules ............................................................................................ ..............................9 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ...................................... .............................10 3.01 Intent .................................................................................................................................. .............................10 3.02 Reference Sta» dards ....................................................................................... ............................... ............. 10 3.03 Repot liag and Resolving Discrepancies ....................................................... ....................`.......... ,............. 10 3.04 Amending and Supplemeoting Contract Documettts ............................ .............................._ D y..... _ �........:...,. 11 3.05 Reuse ofDocumenls ......................................................................... ............................... 1. ,..... yj.......... _.'. PI 3.06 Electronic Data ............................................................................................................... (77�...;;,..................t.. r.., „I,L AR'T'ICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; IIAT, F} QOY81 - ENVIRONMENTAL CONDITIONS; REFERENCE POINTS ......................... ................. ..................:�.4:.:....._ .........:..:, );l 4.01 Availability ofLaods ................................................................................ ........................:;:.n;. �. ''" .., 1.1 4.02 Subsznjace and Physical Conditions ................................................................................-r ...........,;r::.............12 4.03 Differing Subsmjace or Physical Condit ions ..................................... ............................... ................. ............... 12 4.04 UndetgroundFacilities .................................................................................................. ...............<»>............. 13 4.05 Reference point s ............................................................................................................... ............................... 13 4.06 Hazardous Environmental Condition at Site ...................................................................... ............................... 13 ARTICLE 5 - BONDS AND INSURANCE ........................................................................................... .............................14 5.01 Petf0171tance, PcDwieof, and Other Bonds .......................................................................... ............................... 14 5.02 Licensed Sureties and Lnsurers .......................................................................................... ............................... 15 5.03 Certificates of7n.sa ance ................................................................................................... ............................... 15 5.04 Contractor's Liability Insuraoce ....................................................................................... ............................... 15 5.05 Owner's Liabilip, Insurance ............................................................................................... .............................16 5.06 Property In suratnce ........................................................................................................... ............................... 16 5.07 117aiver of Rights ................................................................................................................. .............................17 5.08 Receipt andApplicatioa oflnsurarce Proceeds.. .............................................................................................. 17 5.09 Acceptance ofBoads rod Insurance; Option to Repl ace .................................................... ............................... 17 5.10 Pat 'tial Utilization, AcbmidedgmentofProperhy Gxsur er ................ 18 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES ........................................................................ .............................18 6.01 Supervision and Soperiat enndence ...................................................................................... ............................... 18 6.02 Labor; Morkiog Ifours ..................................................................................................... ............................... 18 6.03 Set-vices, Materials, and Equipmeal .................................................................................. ............................... 18 6.04 Progress Schedul e .............................................................................................................. .............................18 6.05 Substitutes and "Or -F. qual s............................................................................................................................. 19 6.06 Concerniag S'ubconnnctors, Suppliers, and Others ........................................................... ............................... 20 6.07 patent Fees ood Royal lies ................................................................................................. ............................... 21 6.08 Peimils .................................. ............................... 6.09 Laws and Regul adons ............ ............................... 6.10 Tazes ..................................... ............................... 6.11 Use of Site and Other Areas ... .................... ............ 6.12 Record Docnanents ................ ............................... 6.13 .Safety and Protection ............. ............................... 6.14 Safety Representative ............. ............................... 6.15 Hazard Conmmaicalion Programs ........................ EJCDC C -700 Standard General Conditions of the Construction Contract. Copy right O 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 6.16 Emengencies ............................... ............................... 6.17 Shop Drawings and Sampl es ....... ............................... 6.18 Continuing the l Park ................... ............................... 6.19 Contractor's General Iffmi nrty and Guarantee......... 6.20 Indemnification .......................... ............................... 621 D! 1' P' I S e ............................................ ............................... 23 ............................................ ............................... 23 .............................................. .............................24 ............................................ ............................... 24 8.02 e ega don of n gjessnoaa esrgn n rtes ............................ ARTICLE 7 - OTHER WORK AT THE SITE ............ ............................... 7.01 Related (Pork at Site ................................ ............................... 7.02 Coordination ........................................... ............................... 7.03 Legal Relationships ................................. ............................... ARTICLE 8 - OWNER'S RESPONSIBILITIES ......... ............................... 8.01 Communications to Confraclor ................ ............................... 8.02 Replacement of Engineer ........................................... ............................... 8.03 Furnish Data ............................................................. ............................... 8.04 Pay When Due .......................................................................................... 8.05 Lands and Easements; Repots and Tests ................... ............................... 8.06 Insurance .................................................................. ............................... 8.07 Change Orders .......................................................... ............................... 8.08 Inspections, Tests, a dApproval s .............................. ............................... 8.09 Limitations on Chtvrer's Responsibil ities .................... ............................... 8.10 Undisclosed Hazarlou.s Cu w onmenlal Condit ion ...... ............................... 8.11 Evidence ofFirrana'al Arr(ingemenls .......................... ............................... ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION .......................... 9.01 Odwrer's Represent alive ............................................. ............................... 9.02 Visits to Site .............................................................. ............................... .................... 24 .................... 25 .................... 25 ....................25 .................... 26 ....................26 ....................26 .................... 26 .................... 26 ....................26 ....................26 .................... 26 ....................26 .................... 26 ....................26 ....................27 ....................27 ..................... .............................27 ..................... .............................27 ................... ............................... 27 9.03 Project Represent alive ...................................................................................................... ............................... 27 9.04 Authorized Variations in Work .......................................................................................... ............................... 27 9.05 Rejecting Defective f Pork .................................................................................................. ............................... 27 9.06 - Shop Drawings, Change Orders and Payments ................................................................. ............................... 28 9.07 Oeterminationsfor Unit Price Mork ................................................................................. ............................... 28 9.08 Decisions on Requirements of Contract Documents and Acceptability of IVoik .................. ............................... 28 ;9.09 Limitations on Engineer's Authority and Responsibilities .................................................. ............................... 28 ARTICLE IO - CIIANGES IN THE WORK; CLAIMS ......................................................................... .............................28 10.91 Avlhgrizerl Changes in the Mork ......................................................................................... .............................28 ,H)k ''Uhamhorized Charges in the Mork ................................................................................... ............................... 29 10.03 tFxecfitioin ofC s lunge 01(I ............................................................................................. ............................... 29 p' 1.t0 ;04 fNotificalion to Surety .......................................................................................................... ............................. 29 10.05 Claims ................................................................................................................................ .............................29 ARTICLE d-1; COST OF TILE WORK; ALLOWANCES; UNIT PRICE WORK .................................. .............................30 11.01 `C°ost of the Mork ................................................................................................................. .............................30 1.1.02 All owances......................................................................................................................... .............................31 11.03 Unit Price Mork ................................................................................................................. .............................31 ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES ...................... .............................32 12.01 Change of Contract Price ................................................................................................... .............................32 12.02 Charge of Contract Times ................................................................................._............... .............................33 12.03 Delr,. s ................................................................................................................................ .............................33 ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE \FORK.......33 13.01 Notice of Defects ................................................................................................................ ............................. 33 13.02 Access to Work ................................................................................................................... .............................33 13.03 Tests anJhispeclions ........................................................................................................ ............................... 33 13.04 Uncovering If' oik ............................................................................................................... .............................34 13.05 Owner Ala), Slop the IVork .................................................................................................. .............................34 13.06 Correction or Removal of Defective Jy01* ........................................................................... .............................34 13.07 Correclion Period .............................................................................................................. ............................. 34 13.08 Acceptance ojDefective IVork ........................................................................................... ............................... 35 13.09 0imer Alay Comet! Defective IVork ................................................................................. ............................... 35 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION .............................................. .............................36 14.01 Schedule of Values .............................................................................................................. .............................36 14.02 Progress Payments ............................................................................................................. ............................. 36 14.03 Contractors Mari only of Title .......................................................................................... ............................... 37 14.04 Substantial Completion ..................................................................................................... ............................... 37 EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ©2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-4 14.05 Partial Utilizat ion .............................................................................................................. .............................38 14.06 Final Inspection ................................................................................................................. .............................38 14.07 Final Payment .................................................................................................................... .............................38 14.08 Final Completion Delayed .................................................................................................. .............................39 14.09 Waiver of Claims ................................................................................................................ .............................39 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION ........................................................ .............................39 15.01 Owner May Suspend Work .................................................................................................. .............................39 15.02 Oknrer May Terminate far Cause ........................................................................................ .............................39 15.03 OiEne' May Teiminat eForConvenience ............................................................................. .............................40 15.04 Conf raclorMay Stop Work orTenninate ............................................................................ .............................40 ARTICLE16 -DISPUTE RESOLUTION ............................................................................................. .............................41 16.01 Methods and Procedures .................................................................................................... .............................41 ARTICLE17 - MISCELLANEOUS ...................................................................................................... .............................41 17.01 Giving Notice ..................................................................................................................... .............................41 17.02 Computation of Times ......................................................................................................... .............................41 17.03 Cumulative Remedies ......................................................................................................... .............................41 17.04 Survival of Obligations ......................................................................................................... .............................41 17.05 Controlling Law ................................................................................................................. .............................41 17.06 Headings ......................................................:..................................................................... .............................41 EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC, All rights reserved. 00700-5 N O O O 'A y� Y �.1 ii-i w.ws —� Cn .<r -a M Co EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC, All rights reserved. 00700-5 GENERAL CONDITIONS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terns with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda -- Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement- -The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for Pgment- -The form acceptable to Engineer which is to be used by Contractor during the course of the' Work in requesting progress or final payments and ivhich is to be accompanied by such supptiiling docmhentation -as is required by the Contract Doe mcuts. '4. Asbestos - -Any material that contains more lhary,ong perccut asbesto3 and is friable or is releasing asbestos fibe4..iirto'die dir above current action levels established by'the United Slates Occupational Safety and Health AdniAliation. 0 N 5. Bid- -The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder- -The individual or entity who submits a Bid directly to Owner. 7. Bidding Docmnents- -The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements- -The Advertisement or Invitation to Bid, Instructions to Bidders, bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order - -A document recommended by Engineer which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Clain - -A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. 11. Contract- -The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents -- Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor's submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price- -The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 14. Contract Times - -The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any, (ii) achieve Substantial Completion; and (iii) com- plete the Work so that it is ready for final payment as evidenced by Engineer's written recommendation of final payment. 15. Contractor= -The individual or entity with whom Owner has entered into the Agreement. 16. Cast of the Work- -See Paragraph 11.01.A for definition. 17. Drenvings- -That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Effective Date of tine. Agreement- -The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Engineer - -The individual or entity named as such in the Agreement. ETCDC C -70O Standard General Conditions of the Construction Contract, Copyright ®2002 National Society of Professional Engineers for EdCDC. All rights reserved. 20. Field Order - -A written order issued by Engineer which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General Requirements -- Sections of Division 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. 22. Hazardous Environmental Condition- -The presence at the Site of Asbestos, PCBs, Petroleum, . Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto in connection with the Work. 23. Hazardous Waste- -The tern Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 24. Lauw and Regulations; Lans or Regulations - -Any and all applicable laws, rules, regulations, ordinanc- es, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 25. Liens -- Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 26. Milestone - -A principal event specified in the Contract Documents relating to an intermediate cmnple- tion date or time prior to Substantial Completion of all the Work. 27. Notice of Aawrd- -The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successfid Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed - -A written notice given by Owner to Contractor fixing the date on which the Con- tract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner- -The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs -- Polychlorinated biphenyls. 31. Petroleum- Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non - Hazardous Waste and crude oils. 32. Progress Schedule - -A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 33. Project- -The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual- -The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 35. Radioactive Material -- Source, special nucle- ar, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 36. Related Entity -- An officer, director, partner, employee, agent, consultant, or subcontractor. 37. Resident Project Representative- -The autho- rized representative of Engineer who may ligssigned to the Site or any part thereof o r � n 38. Samples -- Physical e wes DE matetiijJs; equipment, or workmanship thatCA'crepresentati�[rr-ef some portion of the Work and- 44TIch Wlablis}lr the standards by which such porlion�l}e Wark will !'b'} judged. 39. Schedule ofSuhmittals4, schedule, prepared and maintained by Contractor, of required sdbr'rrittals and the time requirements to support scheduled performance of related construction activities. 40. Schedule of Yalues - -A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 41. Shop Drawings - -All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 42. Site- -Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights -of -way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 43. Specifications -Thal part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-7 adtninistralive requirements and procedural matters applicable thereto. 44. Subcontractor - -An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 45. Substantial Completion- -The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms "substantially complete" and "substantially completed" as applied to all or part of the Work refer to Substantial Completion thereof. 46. Successful Bidder - -The Bidder submitting a responsive Bid to whom Owner makes an award. 47. ipplemenlary Conditions- -That part of the Contract Docuuents Nyhich amends or supplements these Cc r Brat Conditions. - p L 48. Supplier- -A manufacturer, fabricator, suppli- er, distributorr=-inatcrialnian, or vendor having a direct contract, with Contractor'. or with any Subcontractor to furdish materials or, equipment to be incorporated in the Work by Contractor or any Subcontractor. 49. O)Yderground Facilities- -All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 50. Unit Price Work- -Work to be paid for on the basis of unit prices. 51. Mork- -The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction., all as required by the Contract Documents. 52. Work Change Directive - -A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Engineer ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. 1.02 Terminology A. The following words or terms are not defined but, when used in the Bidding Requirements or Contract Documents, have the following meaning. B. Intent of Certain Terms or Adjectives 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered ", "as directed" or terns of like effect or import to authorize an exercise of professional judgment by Engineer. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of Engineer as to the Work. It is intended that such exercise of professional judgment, action or determination will be solely to evaluate, in general, the Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such tern or adjective is not intended to and sball not be effective to assign to Engineer any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day 1. The word "day" means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it a. does not conform to the Contract Documents, or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents, or c. has been damaged prior to Engineer's - recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph 14.04 or 14.05). EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright 0 2002 National Society of Professional Engineers for EJCDC. All rights reserved. E. Fun dsh, Install, Peifann, Provide 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment . to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 2. The word "install," when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words "perform" or "provide," when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. When "furnish," "install," "perform," or "pro- vide" is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, "provide" is implied. F. Unless stated otherwise in the Contract Docu- ments, words or phrases which have a well -known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence oflnsuronce A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. B. Evidence of Insurance: Before any Work at the Site is started, Contractor and Owner shall each deliver to the other, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance which either of them or any additional insured may reasonably request) which Contractor and Owner respectively are required to purchase and maintain in accordance with Article 5. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.03 Commencement of Contract Times; Notice to Proceed A. The Contract Times will commence to run on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is given, on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times com- mence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement, whichever date is earlier. 2.04 Starling the Work A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to urn. 2.05 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Engineer for timely review: 1. a preliminary Progress Schedule; indicating the times (numbers of days or dales) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documer0? O° 2. a preliminary Schedule o9&Mnitta@; and °' -- D:i :�a _ 3. a preliminary Schedule qMl' es fpr all ofi0- Work which includes quantities andprlet$ oft ems wl rich when added together equal the Contr'"I7 Vrice-tmd suM vides the Work into component partCigsGYlicielit detaihtot serve as the basis for progress: payme i'a during performance of the Work. Such prides wilWcclude an appropriate amount of overhead and profit dpl)licable to each item of Work. 2.06 Preconstruction Conference A. Before any Work at the Site is started, a conference attended by Owner, Contractor, Engineer, and others as appropriate will be held to establish a working understanding . among the parties as to the Work and to discuss the schedules referred to in Paragraph 2.05.A, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 2.07 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Engineer, and others as appropriate will be held to review for acceptability to Engineer as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of Professional Engineers for EJCDC. All rights reserved. 1. The Progress Schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Engineer responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work nor interfere with or relieve Contractor from Contractor's full responsibility therefor. 2. Contractor's Schedule of Submittals will be acceptable to Engineer if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor's Schedule of Values will be acceptable to Engineer as to fornl and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 -CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is requite by one is as binding as if required by all. B. It is . the intent of the Contract Documents to des dbe a fug0tionally complete Project (or part thereof) to constructed in accordance with the Contract Docu- ments. Any 105i1r, doctm>.,entation, services, materials, or equipment that may .reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as i" beinquired[alproduce the intended result will be provided vghgthcr or not specifically called for at no additional cosftli Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regula- tions in effect at (lie time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual or code, or any instruction of a Supplier shall be effective to change the duties or responsibilities of Owner, Contractor, or Engineer, or any of their subcontractors, consultants, agents, or employees from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, or Engineer, or any of, their Related Entities, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake respon- sibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies 1. Contractors Review of Contract Documents Before Starting [Pork: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error, ambiguity, or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents or between the Contract. Documents and any provision of any Law or Regulation applicable to the performance of the Work or of any standard, specification, manual or code, or of any instruction of any Supplier, Contractor shall promptly report it to Engineer in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, ambigu- ity, or discrepancy in the Contract Documents unless Contractor knew or reasonably should have known thereof. B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work EJCDC C -700 Standard General Conditions of the Construction Contract. Copyrlght ®2002 National Society of Professional Engineers. for EJCDC. All rights reserved. 00700-10 (unless such an interpretation of the provisions of the Contract Documents would result in viola- tion of such Law or Regulation). 3.04 Amending and Supplementing Cann-act Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in tite Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: 1. A Field Order; 2. Engineer's approval of a Shop Drawing or Sample; (Subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier or other individual or entity performing or furnishing all of the Work under a direct or indirect contract with Contractor, shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or Engineer's consultants, including electronic media editions; or 2. reuse any of such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaplion by Engineer. B. The prohibition of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor front retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Copies of data furnished by Owner or Engineer to Contractor or Contractor to Owner or Engineer that may be relied upon are limited to the printed copies (also known as bard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60- day acceptance period will be corrected by the transferring party.. C. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. N ARTICLE 4 - AVAILABILITY OP_ LANDS; SUBSURFACE AND PHYSI &L C(5 DITIONS; HAZARDOUS ENVIRONMEN.+� {_) CONDITIONS; REFERENCE POINTS " —t ^i • •- n 1 _< . 2q li 4.01 Availability of Lands '=1r1 v IM ...- ' §i A. Owner shall famish ttie Site. shall notify Contractor of any encumbrances or re fictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent strictures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner's furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. B. Upon reasonable written request, Owner shall famish Contractor with a current statement of record legal title and legal description of the lands upon which tire Work is to be performed and Owner's interest therein as necessary for giving notice of or filing a mechanic's or construction lien against such lands in accordance with applicable laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. EXEC C -700 Standard General Conditions of the Construction Contract. Copyright 02002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -I1 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1, those reports of explorations and tests of subsurface conditions at or contiguous to the Site that Engineer has used in preparing the Contract Documents; and 2. those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) that Engineer has used in preparing the Contract Documents. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their Related Entities with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or ' 2. other data -interpretations, opinions, and information cartai6r%an such reports or shown or indicated in such drnt'vfjs; or c� ( A•° 3. art y Contractor interpretation of or conclusion drawn from aim "technical data" or any such other data, interpretations; opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsur- face or physical condition at or contiguous to the Site that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before fbather disturbing the subsurface or physical conditions or performing any Work in connec- tion therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Engineer in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. Engineer's Reviem After receipt of written notice as required by Paragraph 4.03.A, Engineer will promptly review the pertinent condition, determine the necessity of Owner's obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Engineer's findings and conclusions. C. Possible Price and Times Adjustments 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor's cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03.A; and It. with respect to Work that is paid for on a Unit Price Basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and 11.03. 2. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, explo- ration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor's making such final commitment; or F.JCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society or Professional Engineers for EJCDC. All rights reserved. 00700-12 c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. However, Owner and Engineer, and any of their Related Entities shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 4.04 Underground Facilities A. Shouvi orindicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on infomration and data furnished to Owner or Engineer by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise . expressly provided in the Sup- plementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and 2, the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data, b. locating all Underground Facilities shown or indicated in the Contract Documents, c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction, and d. the safety and protection of all such Under- ground Facilities and repairing any damage thereto resulting from the Work. B. Not Shomi or Indicated 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that Omer and to Owner and Engineer. Engineer will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Under- ground Facility. During such time, Contractor shall be responsible for the safely and protection of such Underground Facility. 2. If Engineer concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent,agany, of any such adjustment in Contract Prime or Co Ract Times, Owner or Contractor may nraktp;aC�3ai9Gtherefir, !a provided in Paragraph 10.05. D= j C7 ° : 4.05 Reference Points C7 O� 9 �F A. Owner shall provide E3 �ineerriig survgys -$o establish reference points for sonstructioh which -in Engineer's judgment are necessat33°to enabiL Contractor to proceed with the Work. Contractor shall belresponsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Engineer whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.06 hazardous Environmental Condition at Site A. Reports and Drawings: Reference is made to the Supplementary Conditions for the identification of those reports and drawings relating to a Hazardous Environmental Condition identified at the Site, if any, that have been utilized by the Engineer in the preparation of the Contract Documents. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the general accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Except for such reliance on such "technical data," Contractor may not rely upon or make any claim against Owner or Engineer, or any of their Related Entities with respect to: EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright 62002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-13 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or re- vealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors; Suppliers, or anyone., else for whmn Contractor is resp C insible. f, ^ i D. If- Contractor encounters a Hazardous Envuorpenlal.,�Condilioa or if Contractor or anyone for whorl- Contractor is responsible creates a Hazardous EnMorfmenial Condition, Contractor shall immediately: (i) Je6ge or otherwise isolate such condition; (ii) stop all Work in connection wilW..such condition and in any area affected therck (except in an emergency as required by Paragraph 6.16.A); and (iii) notify Owner and Engineer (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered to Contractor written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work;. or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stop- page or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph 10.05. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers; architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents'to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06. G shall obligate Owner to indemnify any individual or entity from and against the conse- quences of that individual's or entity's own negligence. H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and bold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.11 shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. I. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 Performance, Payment, and Other Bonds A. Contractor shall furnish performance and payment bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified ESCDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of professional Engineers for ESCDC. AR rights reserved. 00700-14 in Paragraph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. B. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Compa- nies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent must be accompanied by a certified copy of the agent's authority to act. C. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01.13, Contractor shall promptly notify Owner and Engineer and shall, within 20 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01.13 and 5.02. 5.02 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as maybe provided in the Supplementary Conditions. 5.03 Cerlificates oflnsurance A. Contractor shall deliver to Owner, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to purchase and maintain. B. Owner shall deliver to Contractor, with copies to each additional insured identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner is required to purchase and maintain. 5.04 Contractor's Liabilio, Insurance A. Contractor shall purchase and maintahr such liability and other insurance as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under tile Contract Documents, whether it is to be perfomied by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; 3. claims for damages because of bodily iujury, sickness or disease, or death of any person other than Contractor's employees; 4. claims for damages insured by reasonably available personal injury liability coverage * ch are sus- tained: O ° a. by any person as a resu ®r of3?¢tise diregfly or indirectly related to t cWIoyT1Rm of•snnh person by Contractor, or n • — b. by any other person foraiiy-other5Rason;6 � i 5. claims for damages, oilier than-to the Work itself, because of injury to or destmctionr-of tangible property wherever located, including loss of%ic resulting therefrom; and 6. claims for damages because ofbodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. B. The policies of insurance required by this Paragraph 5.04 shall: 1. with respect to insurance required by Paragraphs 5.04.A.3 through 5.04.A.6 inclusive, include as additional insured (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supple- mentary Conditions, all of whom shall be listed as addi- tional insureds, and include coverage for the respective officers, directors, partners, employees, agents, consultants and subcontractors of each and anyof all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability provided in the Supplementary Conditions or required by Laws or Regulations, whichever is greater; EJCDC C -700 Standard General Conditions of the Construction Contract, Copyright 0 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -15 3. include completed operations insurance; 4. include contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.11 and 6.20; 5. contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured identified in the Supplementary Conditions to whom a certificate of insurance has been issued (and the certificates of insurance furnished by the Contractor pursuant to Paragraph 5.03 will so provide); 6. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; and 7. with respect to completed operations insur- ance, and any insurance coverage written on a claims - made basis, remain in effect for at least two years after final payment. a. Contractor shall furnish Owner and each other additional insuted identified in the Supple- mentary Conditions, to whom a certificate of insurance has'bLit issued, evidence satisfactory to Owner' ,aid ',my such additional insured of contigyation -of such insurance at final payment ^ and one )'ear thereafter. 5.0$ Ow er's Liabild Insurance A. I "ddition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at Owner's expense Owner's own liability insurance as will protect Owner against claims which may arise from operations under the Contract Documents. 5.06 Property Insurance A. Unless otherwise provided in the Supple- mentary Conditions, Owner shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: 1. include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured; 2. be written on a Builder's Risk "all- risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, (other than caused by flood) and such other perils or causes of loss as may be specifi- cally required by the Supplementary Conditions; 3. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers and architects); 4. cover materials and equipment stored at the Site or at another location that was agreed to in writing by Owner prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recmmnended by Engineer; Owner; 5. allow for partial utilization of the Work by 6. include testing and startup; and 7. be maintained in effect until final payment is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days written notice to each other additional insured to whom a certificate of insurance has been issued. B. Owner shall purchase and maintain such boiler and machinery insurance or additional property insurance as may be required by the Supplementary Conditions or Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, and Engineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. C. All the policies of insurance (and the certifi- cates or other evidence thereof) required to be purchased and maintained in accordance with Paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accor- dance with Paragraph 5.07. D. Owner shall not be responsible for purchasing and maintaining any property insurance specified in this Paragraph 5.06 to protect the interests of Contractor, Subcontractors, or others in the Work to the extent of any EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -16 deductible amounts that are identified in the Supple- mentary Conditions. The risk of loss within such identified deductible amount will be borne by Contractor, Subcontractors, or others suffering any such loss, and if any of them wishes property insurance coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. E. If Contractor requests in writing that other special insurance be included in the property insurance policies provided under Paragraph 5.06, Owner shall, if possible, include such insurance, and the cost thereof will be charged to Contractor by appropriate Change Order. Prior to commencement of the Work at the Site, Owner shall in writing advise Contractor whether or not such other insurance has been procured by Owner. 5.07 Maiver of Rights A. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors, and Engineer, and all other individuals or entities identified in the Supple- mentary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, and Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insured or additional insured (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them for: 1. loss due to business interruption, loss of use, or other consequential loss extending beyond direct physical loss or damage to Owner's property or the Work caused by, arising out of, or resulting from fire or other perils whether or not insured by Owner; and 2. loss or damage to the completed Project or part thereof caused by, arising out of, or resulting from fire or other insured peril or cause of loss covered by any property insurance maintained on the completed Project or part thereof by Owner during partial utilization pursuant to Paragraph 14.05, after Substantial Completion pursuant to Paragraph 14.04, or after final payment pursuant to Paragraph 14.07. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.13 shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Engineer, and the officers, directors, partners employ=, agents, consultants and subcontractors of eaohmand any of them. CD c fir' -a " 07d 5.08 Receip! and Application olph trl'anAPProceed� C-) A. Any insured loss uvd�?the policie ,_ I insurance required by Paragraph ;5:0(r; will —_lie adjusted with Owner and made payable to ©tyriet as Wuciaryfn; the insureds, as their interests mayappeay sbDject to the requirements of any applicable nrorfgage clause and of Paragraph 5.08.B. Owner shall deposit i&''l separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof, and the Work and the cost thereof covered by an appropriate Change Order. B. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. I£ such objection be made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached; Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties. 5.09 Acceptance of Bonds and Instaance; Option to Replace A. If either Owner or Contractor has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the other party in accordance with Article 5 on the basis of non - conformance with the Contract EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-17 Documents, the objecting party shall so notify the other party in writing within 10 days after receipt of the certificates (or other evidence requested) required by Paragraph 2.01.13. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent bonds or insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.10 Partial Utilization, Acknowledgment ojProperly Insurer A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall continence before the insurers providing the properly insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse our account of any such partial use or occupancy. c? ARTICLE &'CONT9rACTOR'S RESPONSIBILITIES 6.kL�, Su�eivisioa niid Superintendence sI) A. Contractor shall supervise, inspect, and direct th—Work cc.rupetently and efficiently, devoting such attention therein and applying such skills and expertise as may be necessa{�r.y, to perform the Work in accordance with the ContractZbecuments. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or .Engineer in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superin- tendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to or received from the superintendent shall be binding on Contractor. 6.02 Labor; Morking Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Docu- ments. Contractor shall at all times maintain good disci- pline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. Contractor will not permit the performance of Work on a. Saturday, Sunday, or any legal holiday without Owner's written consent (which will not be unreasonably withheld) given after prior written notice to Engineer. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, . power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start -up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Engineer, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.04 Progress Schedule A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society or Professional Engineers for EJCDC. All rights reserved, 00700 -18 1. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjust- ments will comply with any provisions of the General Re- quirements applicable thereto. 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. 6.05 Substitutes and "Or Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or- equal" item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Engineer for review under the circumstances described below. 1. "Or- Equal' Rena: If in Engineer's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or-equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named i£ a. in the exercise of reasonable judgment Engineer determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole, 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times, and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items a. If in Engineer's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or- equal" item under Paragraph 6.05.A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. c. The requirements for review by Epgjneer will be as set forth in Paragraph 6.Q'eA.2.d, as supplemented in the Genefal Requi 5hents and as Engineer may decide is riatwunder thca circumstances. d. Contractor shall make a plicatio .t �� PP P�-,o, Engineer for review of a prp�dsaid sliwitule item; of material or equipment th3FGohtractor seeks to furnish or use. The applicaftsii: •. 1) shall certify that the proposed substi- tute item will: a) perform adequately the functions and achieve the results called for by the general design, b) be similar in substance to that specified, and c) be suited to the same use as that specified; 2) will state: a) the extent, if any, to which the use of the proposed substitute item will preju- dice Contractor's achievement of Substantial Completion on time•, b) whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Docu- ments (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item; and ESCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700-19 c) whether or not incorporation or use of the proposed substitute item in con- nection with the Work is subject to payment of any license fee or royalty; 3) will identify: a) all variations of the proposed substitute item from that specified , and b) available engineering, sales, maintenance, . repair, and replacement services; 4) and shall contain an itemized esti- mate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, B. Substitute Consowelion Methods or Proce- dures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Engineer. Contractor shall submit sufficient information to allow Engineer, in,Ejlgineer's sole discretion, to determine that the substitute. proposed is equivalent to that expressly called )for by the Contract Documents. The requirements fog yeyiew Icy Engineer will be similar to those provided in' y graph 6.05,A:2.= : - _ •••- C. EngincF 6kd Evaluation: Engineer will be aflowcd a reasonable'time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B;. Engineer may require Contractor to furnish additional `ddta about the proposed substitate item. Engineer will be the sole judge of acceptability. No "or equal" or substitute will be ordered, installed or utilized until Engineer's review is complete, which will be evidenced by either a Change Order for a substitute or an approved Shop Drawing for an "or equal." Engineer will advise Contractor in writing of any negative determination. D. Special Guarantee: Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. E. Engineer's Cost Reimbursement: Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13 Whether or not Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the charges of Engineer for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcon- tractor, Supplier, or other individual or entity (including those acceptable to Owner as indicated in Paragraph 6.06.13), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Supplementary Conditions require the identity of certain Subcontractors, Suppliers, or other individuals or entities to be submitted to Owner in advance for acceptance by Owner by a specified date prior to the Effective Date of the Agreement, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditions, Owner's acceptance (either in writing or by failing to make written objection thereto by the date indicated for acceptance or objection in the Bidding Documents or the Contract Documents) of any such Subcontractor, Supplier, or other individual or entity so identified may be revoked on the basis of reason- able objection after due investigation. Contractor shall submit an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity, and the Contract Price will be adjusted by the difference in the cost occasioned by such replacement, and an appropriate Change Order will be issued . No acceptance by Owner of any such Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, shall consti- tute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Engineer and any such Subcontractor, Supplier or other individual or entity, nor 2. shall anything in the Contract Documents create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -20 or entity except as may otherwise be required by Laws and Regulations. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities per- forming or furnishing any of the Work to communicate with Engineer through Contractor. F. The divisions and sections of the Specifica- tions and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcon- tractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor. by a Subcontractor or Supplier will be pursuant to an appro- priate agreement betvveen Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer. Whenever any such agreement is with a Subcontractor or Supplier who is listed as an additional insured on the property insurance provided in Paragraph 5.06, the agreement between the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, Contractor, and Engineer„ and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds (and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them) for all losses and damages caused by, arising out of, relating to, or resulting from any of the perils or causes of loss covered by such policies and any other property insurance applicable to the Work. If the insurers on any such policies require separate waiver forms to be signed by any Subcontractor or Supplier, Contractor will obtain the same. 6.07 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, . process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify, and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, altorneys, . and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.08 Permits A. Unless otherwise provided in the Supple- mentary Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charms of utility owners for connections for provides penmmlit service to the Work. 6.09 Laaw and Regulations "tn 2 A. Contractor shall give a7�'jtolicerRBquirc lQ and shall comply with all Laws anal plat o�s appjlcs-0 ble to the performance of the Wb&. Except where otherwise expressly required by applicable --Laws and Regulations, neither Owner nor EngineW shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including bill not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.03. C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph 10.05. EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of Professional Engineers for EJCDC. All rights reserved. 6.10 Taxes A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas - 1. Contractor shall confine construction equip- ment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. e':: t - ° -, 3. To the fullest extent permitted by Laws and Regulations, _ - Contractor shall indenmify and hold h ,jn$]gss Owner aild!argineer, and the officers, directors, partners, employees,- agents, consultants and subcontractors of each and any of them from and against all- claims, costs, losses; and damages (including but not li''led to A] .fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration c"ther dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Engineer, or any other party indemnified hereunder to the extent caused by or based upon Contractor's performance of the Work. B. Removal of Debris DuringPeiformmuce ofthe Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the coin - pletion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Struchires: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Engineer for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Engi- neer for Owner. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precau- tions and programs in connection with the Work. Contractor shall lake all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss lo: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Draw- EJ CDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -22 ings or Specifications or to the acts or omissions of Owner or Engineer or , or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). D. Contractor's duties and responsibilities for safely and for protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.07.13 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. 6.15 Hazard Commnanicatiorr Programs A. Contractor shall be responsible for coordi- nating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safely or protec- tion of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued. 6.17 Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Engineer for review and approval in accor- dance with the acceptable Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. I. Shop Drawings a. Submit number of copies specified in the General Requirements. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Engineer the services, materials, and equipment Contractor proposes to provide and to enable Engineer to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples: Contractor shall also submit Samples to Engineer for review and approval in accor- dance with the acceptable schedule of Shop Drawings and Sample submittals. a. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Engineer may require to enable Engineer to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or SamR3 is required by the Contract Documents or the;�Shedule_Z Submittals any related Work performed prio-JQ-FngU111er's r6vicT' and approval of the pertinent subrijitRCivillbe at the,-sole expense and responsibility of Conttai;l"4 — i n cr q- t C. Submittal Procedures --C f�. -a ' ' p 1. Before submitting each -Shop - 17rawing 7ir Sample, Contractor shall have deteimmed and-verified: w a. all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; b. the suitability of all materials with respect to intended use, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; c. all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto; and d. shall also have reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright . ®2002 National Society of Professional Engineers for EJCDC. Ali rights reserved. 00700 -23 with respect to Contractor's review and approval of that submittal. 3. With cacti submittal, Contractor shall give Engineer specific written notice of any variations, that the Shop Drawing or Sample mayhave from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawing's or Sample Submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submit- ted to Engineer for review and approval of each such variation. D. Engineer's Review 1. Engineer will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Engineer. Engineer's review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Docu- ments. 2. Engineer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of con- struction isr8pocifically and expressly called for by the Contract Documen is) .or to safety precautions or programs incident thereto. The review and approval of a separate inim, as such will not indicate approval of the assembly in w nahllhe item ftildtions. 3. ingineer;sireview and approval shall not relieve Contractor front responsibility for any variation fr4in the regtiirmnents of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6_.P.C.3 and Engineer has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Engineer's review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. E. Resubmittal Procedures 1. Contractor shall make corrections required by Engineer and shall return the required number of cor- rected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous submittals. 6.18 Continuing the Mork A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. 6.19 Contractor's General lVarranty and Cnmrantee A. Contractor warrants and guarantees to Owner that all Work will be in accordance with the Contract Documents and will not be defective. Engineer and its Related Entities shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Sub- contractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by Engineer; 2. recommendation by Engineer or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptabil- ity by Engineer; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by Owner. 6.20 Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, partners, employees, agents, consultants and subcontractors of each and any of them front and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or EJCDC C -700 Standard General Conditions of the Constracfioa Contract. Copyright ®2002 National Society of Professional Engineers for F.JCDC. All rights reserved. 00700 -24 arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable. B. In any and all claims against Owner or Engineer or any of their respective consultants, agents, officers, directors, partners, or employees by any employ- ee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable; the indemnification obligation under Paragraph 6.20.A shall not be limited in anyway by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers' compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Engineer and Engineer's officers, directors, partners, employees, agents, consultants and subcontractors arising out of 1. the preparation or approval of, or the failure to prepare or approve, maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. 6.21 Delegation ofProfessional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Engineer will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to Engineer. C. Owner and Engineer shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Owner and Engineer have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.21, Engineer's review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Engineer's review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.D.1. E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. o O° ARTICLE 7 - OTHER WORK AT TI$rSITE =U t" 3`1 7.01 Related Work at Site � M 'Tr % Y o 7r �.. A. Owner may perform oth®raZik related to the Project at the Site with Owner's employees, orvia other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Con- tract Documents, then: 1. written notice thereof will be given to Contractor prior to starting any such other work; and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph 10.05. B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner and Owner, if Owner is performing other work with Owner's employees, proper and safe access to the Site, a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and shall properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of Professional Engineers for EJCDC. Ali rights reserved. 00700 -25 properly integrate with such other work Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Engineer in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects and deficiencies in such other work- 7.02 Coordination 0� A. if bwncr intends to contract with others for Nper(ormaf& of ollpr work on the Project at the Site, the'fotffowingtwill set forth in Supplementary Condi- tioMA r) >° cA h I. the iddididtral or entity who will have aulsth'Q{�rity ar@= resJZirfitbility for coordination of the actfTies ameng th6-J T�oits contractors will be identified; a _ 2. -t5E specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibili- ties will be provided. B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships A. Paragraphs 7.0 LA and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under .Paragraph 7.0LA shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor's actions or inactions. C. Contractor shall be liable to Owner and any other contractor for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's action or inactions. ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in these General Conditions, Owner shall issue all communications to Contractor through Engineer. 8.02 Replacement of Engineer A. In case of termination of the employment of Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. 8.03 Furwish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay Mien Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements; Reports and Tests A. Owner's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to Owner's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by Engineer in preparing the Contract Documents. 8.06 Insurance A. Owner's responsibilities, if any, in respect to purchasing and maintaining liability and property insur- ance are set forth in Article 5. 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility in respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. E7CDC C -700 Standard General Conditions of the Construction Contract. Copyright O 2002 National Society of Professional Engineers for EdCDC. All rights reserved. 00700 -26 8.09 Limitations on Oumer's Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of constrtction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 8.10 Undisclosed Hazardous Environmental Condition A. Owner's responsibility in respect to an undis- closed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Amangements A. If and to the extent Owner has agreed to famish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents, O%vaer's responsibility in respect thereof will be as set forth in the Supplementary Conditions. ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 Oumer's Representative A. Engineer will be Owner's representative during the construction period. The duties and responsi- bilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and will not be changed without written consent of Owner and Engineer. 9.02 Visits to Site A. Engineer will make visits to the Site at inter- vals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, Engineer, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the limitations on Engineer's authority and responsibility set forth in Paragraph 9.09. Particularly, but without limitation, during or as a result of Engineer's visits or observations of Contractor's Work Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of lire Work. 9.03 Project Representative A. If Owner and Engineer agree, Engineer will furnish a Resident Project Representative to assist Engineer in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the Supplementary Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph 9.09. If Owner desigg tes another representative or agent to represent Owner aMe Site who is not Engineer's consultant, ag& or efrNr loyeey the responsibilities and authority and :rind imic-g2thereon -of such other individual or entity wilkl at pr6Wrded in the Supplementary Conditions. C1- 9.04 Authorized Variations in JY04il 5 1 A. Engineer may authorize- itfidor variations in the Work from the requirements of the- Contract Documents which do not involve an adjustlfrent in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Docu- ments. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment , a Claim may be made therefor as provided in Paragraph 10.05. 9.05 Rejecting Defective {York A. Engineer will have authority to reject Work which Engineer believes to be defective, or that Engineer believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Engineer will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. ESCDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of Professional Engineers for EdCDC. All rights reserved. 00700 -27 9.06 Strop Drawings, Change Orders and Payinents A. Lt connection with Engineer's authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph 6.17. B. In connection with Engineer's authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph 6.21. C. In connection with Engineer's authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Engineer's authority as to Applications for Payment, see Article 14. 9.07 Detenninatimnsfor Unit Price Work A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Wineer's written decision thereon will be final and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data) up6m0wner„alid Contractor, subject to the provisions of Pa77artiph 1TQ5. -v U.J I ?— 9.0 _A Dec&pns,t ib- Requirements of Contract Dmunrents gttd Ac�ep/nbility of Work GL A. %gineer will be the initial interpreter of the requirementsraf the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Engineer in writing within 30 days of the event giving rise to the question B. Engineer will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believe that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph 10.05. The date of Engineer's decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph 10.05.B. C. Engineer's written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph 10.05. D. When functioning as interpreter and judge under this Paragraph 9.08, Engineer will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.09 Limitations on Engineer's 4uthori1j, and Responsibilities A. Neither Engineer's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be respon- sible for Contractor's failure to perform the Work in accordance with the Contract Documents. C. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Engineer's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.07.A will only be to determine generally that their content complies with the require- ments of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with tine Contract Documents. E. The limitations upon authority and responsi- bility set forth in this Paragraph 9.09 shall also apply to, the Resident Project Representative, if any, and assistants, if any. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the EVork A. Without invalidating the Contract and without notice to any surely, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -28 promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph 10.05. 10.02 Unauthorized Changes in the Work A.Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph 13.04.B. 10.03 Execution of Change Orders A. Owner and Contractor shall execute appropri- ate Change Orders recommended by Engineer covering: 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.0l.A, (ii) required because of acceptance of defective Work under Paragraph 13.08.A or Owner's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed son or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 10.05; provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. 10.04 Notification to Surety A. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contact Times) is required by the provisions of any bond to be given to a surety, the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted to reflect the effect of any such change. 10.05 Claims A. Engineer's Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Engineer for decision. A decision by Engineer shall be required as a condition precedent to any exercise by Owner or Contractor ofanyrights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice staling the general nature of each Claim, shall be delivered by the claimant to Engineer and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Engineer and the other party to the Contract within 60 days after the start of such event (unless Engineer allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01.13. A Claim for an adjustment in Contact Time shall be prepared in accordance with the provisions of Paragraph 12.02.B. Each Claim shall bo-accompanied by claimant's written statement Y(hat thg_;adjushnent claimed is the entire adjustment Q.Sich:Ae claimant believes it is entitled as a res''����yy,���of= saiT+vent. 'the opposing party shall submit any reirp,c to $nginee.r and the claimant within 30 days after reeei 'of t laiment's last submittal (unless Engineer allcwws 1a ili I tinro).�'� C. Engineer's Action: Engineer will.;view each Claim and, within 30 days after: receipt "df the last submittal of the claimant or the last submit)al of the opposing party, if any, lake one of the following actions in writing: 1. deny the Claim in whole or in part, 2. approve the Claim, or 3. notify the parties that the Engineer is unable to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate for the Engineer to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Engineer does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Engineer's written action under Paragraph 10.05.0 or denial pursuant to Paragraphs 10.05.C.3 or 10.05.1) will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. PJCDC C -700 Standard General Conditions of the Construction Contract. Copyright 0 2002 National Society of Professional Engineers for FJCDC. All rights reserved. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph 10.05. ARTICLE it - COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Inchided: The term Cost of the Work means the sour of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the follRing items, and shall not include any of the costs iteurrzed.ln Paragraph I1.01.B. �r Payroll',- posts for employees in the direct e ptoy of Contracttic5in the performance of the Work under gschedules df'A classifications agreed upon by Ot -ner, and "ContrklP Such employees shall include, without ]irption;- sparintendents, foremen, and other personnel cnV�loy&- -time at the Site. Payroll costs for employees nef = employed full time on the Work shall be apportioned mm the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make pay- ments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Engineer, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 4. Costs of special consultants (including but not limited to Engineers,- architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and mainte- nance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the perfor- mance of the Work, and cost, . less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equip- ment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, imposed bylaws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with Paragraph 5.06.D), provided such losses and damages have EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -30 resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose .acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. Ir. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expresses, and similar petty cash items in connection with the Work. i. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Exchided: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attor- neys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule ofjob classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs I LOLA and 11.01.13. C. Contractors Fee: When all the Work is performed on the basis of cost -plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change. Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.0 LA and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a fonn acceptable to Engineer an itemized cost breakdown together with supporting data. 11.02 Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. B. Cash Allowances N 1. Contractor agrees that 11 a. the cash allowances,�Vludo�he cost' ?o Contractor (less any apRligatt a trade disc uuis) of materials and equipment, re¢atred the allowances to be deliver�odiat lhe_Aite, aj1Wfl applicable taxes; and -- b. Contractor's costs for imloading and handling on the Site, labor, installation , omahead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. ESCDC C -700 Standard General Conditions of the Construction Contract. Copyright 62002 National Society of Professional Engineers for ESCDC. All rights reserved. 00700-31 B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer subject to the provisions of Paragraph 9.07. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragraph 10.05 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and signifi- cantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect any other item of Work; and 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled tom decrease in Contract Price and the parties are unable to %ree as to_:the amount of any such increase or decrease. ARTICf,E 1 CL%ME OF CONTRACT PRICE; CHANGE OFEONT -FACT TIMES c (a_ 4 _ n 12.01 Char of Contract Price N A. The Contract Price may only be changed by a Change Order. Any Claim for an adjustment in the Contract Price shall be based on written notice submitted by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by applica- tion of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0I.C.2); or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractors Fee: The Contractor's fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee, or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1 and 11.OI.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph I1.O1.A.3, the Contractor's fee shall be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraph 12.01.C.2.a is that the Subcontractor who actually performs the Work, . at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs I LOLA.1 and I1.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.4, 11.01.A.5, and 11.01.13; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with Paragraphs 12.01.C.2.a through 12.01.C.2.e,inclusive. 12.02 Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written notice submitted EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society ofProfessional Engineers for F.JCDC. All rights reserved. 00700 -32 by the party making the Claim to the Engineer and the other party to the Contract in accordance with the provisions of Paragraph 10.05. B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. 12.03 Delays A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor,. the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplat- ed by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Engineer, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times or both. Contractor's entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor's ability to complete the Work within the Contract Times. C If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor's ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner, Engineer and the Related Entities of each of them shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of Engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. ARTICLE 13 - TESTS AND INSPECTIONS;. CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Work of which Owner or Engineer has actual knowledge will be given to Contractor. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to lYork A. Owner, Engineer, their consultants and other representatives and personnel of Owner, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspecting, and testing. Contractor shall provide them proper and safe conditions for such acces;ijnd advise them of Contractor's Site safety procedures AR:4 programs so that they may comply therewith 41applica'b% rn -o Y 13.03 Tests andInspeclions �>--: --•� C-) A. Contractor shall give Hrt t ci. er timely n Y of readiness of the Work for all Ze(juired J?spectm-b ds,' tests, or approvals and shall cooperat- h inTectionj�nil) testing personnel to facilitate requiredifispections or tests. B. Owner shall employ and pay for We services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 13.03.0 and 13.03.1) below; 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B shall be paid as provided in said Paragraph 13.04.C; and 3. as otherwise specifically provided in the Con- tract Documents. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection or approval. P, t-omracror swan not ne enunea to an adjustment in Contract Price or Contract Times for delays D. Contractor shall be responsible for arranging within the control of Contractor. Delays attributable to and obtaining and shall pay all costs in connection with and within the control of a Subcontractor or Supplier shall any inspections, tests, or approvals required for Owner's be deemed to be delays within the control of Contractor. and Engineer's acceptance of materials or equipment to EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright@2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -33 be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Engineer. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense unless Contractor has given Engineer tiniely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. 13.04 Uncovering Work A. If any Work is covered contrary to the written request of Engineer, it must, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested byrplhers, Contractor, at Engineer's request, shall uncovw,,;exposc, or otherwise make available for observation, inspection; or testing as Engineer may require, that- portion of:the Work in question, furnishing all;necessaryriaabortniaterial, and equipment. C. Eit is�u)td that the uncovered Work is defective, CWraetocAall pay all claims, costs, losses, and'dgmageplincFuft but not limited to all fees and charges of ctigineersparchitects, attorneys, and other professionalixind all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph 10.05. D. If, the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph 10.05. 13.05 Owner May Stop the Mork A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duly on the part of Owner to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Mork A. Promptly after receipt of notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Engineer, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys., and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall lake no action that would void or otherwise impair Owner's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within one year after the date of Substantial Completion (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by Owner or permitted by laws and Regulations as contemplated in Paragraph 6.1 LA is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright 0 2002 National Society of Professional Engineers for ESCDC. All rights reserved. 00700 -34 B. If Contractor does not promptly comply with the terns of Owner's written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work re- moved and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitation or repose. 13.08 Acceptance ojDefective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Engineer's recommendation of final payment, Engineer) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness) and the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof,. Owner may make a Claim therefor as provided in Paragraph 10.05. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.09 Ouster May Con-ect Defective Work A. If Contractor fails within a reasonable time after written notice from Engineer to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days written notice to Contractor, . correct or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, take posses- sion of Contractor's tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Ow er, Owner's representatives, agents and emoray (yuer's -other contractors, and Engineer and kiueer:Cconsultarl'ts access to the Site to enable Own r toyer "e the iigitts sort remedies under this Paragrapl► o_ ct tl3� C. All clai Gr ins, costs, `9s6 &, aW damages (including but not limited to ad fees and—charges .Jf engineers, architects, attorneys, and other professionals and all court or arbitration or other dispug resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner's rights and remedies under this Paragraph 13.09. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values A. The Schedule of Values established as provid- ed in Paragraph 2.07.A will serve as the basis for Droeress EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for FJCDC. All rights reserved. 00700 -35 payments and will be incorporated into a form of Applica- tion for Payment acceptable to .Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments L At least 20 days before the date established in the Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest therein, all of which must be satisfactory to Owner. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor 3tgting that all previous progress payments received on �pcount of:the Work have been applied on account to dii;Ehaige ,Contractor's legitimate obligations assdci"dgted wit& price Applications for Payinent. 3. Tine amoliia of retainage with respect to pr is payrnts will lie as stipulated in the Agreement. rt: . PP n. B. 1?vQewo[,4pp1ica1ions 1. Engineer will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's observations on the Site of the executed Work as an experienced and qualified design professional and on Engineer's review of the Application for Payment and the accompanying data and schedules, that to the best of Engineer's knowledge, information and belief a. the Work has progressed to the point indicat- ed; b. the quality of the Work is generally in accor- dance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract. Documents, to a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and to any other qualifications stated in the reconnnendation); and b. the conditions precedent to Contractor's being entitled to such payment appear to have been fulfilled in so far as it is Engineer's responsibility to observe the Work. 3, By recommending any such payment Engineer will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsi- bilities specifically assigned to Engineer in the Contract Documents; or b. that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work for the purposes of recommending payments nor Engineer's recommendation of any payment, including final payment, will impose responsibility on Engineer: a. to supervise, direct, or control the Work, or b. for the means, methods, techniques, . sequences, or procedures of construction, or the safetyprecautions and programs incident thereto, or c. for Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make the representations to Owner stated in Paragraph 14.02.13,2. Engineer may also refuse to recommend any such payment or, because of subse- quently discovered evidence or the results of subsequent E7CDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of Professional Engineers for ESCDC. All rights reserved. 00700 -36 inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replace- merit; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or d. Engineer has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Payinent Becomes Due 1. Ten days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount recommended will (subject to the provisions of Paragraph 14.02.11) become due, and when due . will be paid by Owner to Contractor. D. Reduction in Payment 1. Owner may refuse to make payment of the full amount recommended by Engineer because: a. claims have been made against Owner on account of Contractor's performance or furnish- ing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c, there are other items entitling Owner to a set -off against the amount recommended; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.5.a through 14.02.B.5.c or Paragraph 15.02.A. 2. If Owner refuses to make payment of the full amount recommended by Engineer, Owner will give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action andpromptly pay Contractor any amount remaining after deduction of the amount so withheld Owner shall promptly pay Contractor the amount so withheld, or any adjusnnent thereto agreed to by Owner and Contractor, when Contractor corrects to Owner's satisfaction the reasons for such action. 3. If it is subsequently determined that Owner's refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph 14.02.C.1. 14.03 Contractor's R'arranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 Substantial Completion A. When Contractor considers the entire Work ready for its intended use Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contractor's n0-fication,. , Owner,. Contractor, and Enginccr shall—` -make an inspection of the Work to detekTnine the°„status,_.of., completion. If Engineer does not�-j&fiiliider qlne NVA, substantially complete, Engineer witt noo-1 y 'J substantially writing giving the reasons therefor. a f` C. If Engineer considers thir*611 su9stantiaA complete, Engineer will deliver t(O.wber itentativg.i certificate of Substantial Completioi_r4@ch shall fix the date of Substantial Completion. There shall beached to the certificate a tentative list of items to be completed or corrected before final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to anyprovisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will within 14 days after submission of the tentative certificate to Owner notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will within said 14 days execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or correct- ed) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommen- dation as to division of responsibilities pending final payment bebveen Owner and Contractor with respect to security, operation, safety, and protection of the Work, maintenance, heat, utilities, insurance, and warranties and guarantees. Unless Owner and Contractor agree otherwise in writing and so inform Engineer in writing prior to Engineer's issuing the definitive certificate of Substantial EdCDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 national Society of Professional Engineers for EdCDC. All rights reserved. 00700 -37 Completion, Engineer's aforesaid recolmnendation will be binding on Owner and Contractor until final payment. E. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to complete or correct items on the tentative list. 14.05 Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor's performance of the remainder of the Work, subject to the following condi- tions. 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor will certify to Owner and Engineef that such part of the Work is substantially complete ant- yequest Engineer to issue a certificate of Substantial Completion for that part of the Work. r 2. CrOptractaf ai any time may notify Owner and Eineer in rwiting,lfiat Contractor considers any such pall y or its intended use and substan- tially- eomplute and request Engineer to issue a certificate ofStubstantid Completicht for that part of the Work. 3. Mthin a icasonable time after either such request, Owr5e1, Contractor, and Engineer shall make . an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.04 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 4. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Paragraph 5.10 regarding property insurance. 14.06 Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Engineer will promptly make a final inspection with Owner and Contactor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.07 Final Payment A. Application for Payment 1. Alter Contractor has, in the opinion of Engineer, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance certificates of inspection, marked -up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract. Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.7; b. consent of the surety, if any, to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph 14.07.A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner or Owner's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. B. Engineer's Review of Application and Acceptance 1. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ® 2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -38 under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the final Application for Payment, indicate in writing Engineer's recommendation of payment and present the Application for Payment to Owner for payment. At Ole same time Engineer will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph 14.09. Otherwise, Engineer will return the Application for Payment to Contractor, indicat- ing in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. C. Payment Becomes Due 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying docu- mentation, the amount recommended by Engineer, less any sum Owner is entitled to set off against Engineer's recommendation, including but not limited to liquidated damages, will become due and, will be paid by Owner to Contractor. 14.08 Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment (for Work fully completed and accepted) and recommendation of Engineer, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims. 14.09 ll'aiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Owner against Contractor, except Claims arising from unsettled Liens, from defective Work appearing after final inspection pursuant to Paragraph 14.06, from failure to comply with the Contract Documents or the terns of any special guarantees specified therein, or from Contractor's continuing obligations under the Contract Documents; and 2. a waiver of all Claims by Contractor against Owner other than those . previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 Oivncr May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor and Engineer which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjust- ment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph 10.05. 15.02 Ouller May Terminate for Cause A. The occurrence of any one or more of lire following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contracts Vocuments (including, but not limited to, thilun to supg')y" sufficient skilled workers or suitable mater rgr pment oil failure to adhere to the Progress1gloul tablished under Paragraph 2.07 as adjuste&)RWInr time to diute pursuant to Paragraph 6.04); �r-,J v G 2. Contractor's disregard Qf�ws oiMcgrd I ag of any public body having jurisdiction} r- 3. Contractor's disregard of the cauthority of Engineer; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety ) seven days written notice of its intent to terminate the services of Contractor: 1. exclude Contractor from the Site, and take possession of the Work and of all Contractor's tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere, and EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -39 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.023, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, . attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and, when so approved by Engineer, incorporated in a Change Order. When exercising any rights or remedies under this Paragraph Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs 15.02.13 and 15.02.0, Contractor's services will not he terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or wlriclr may thereafter accrue. Any retention or payment of*oneys due Contractor by Owner will not release Contractor from liability. gg � F.i If and to the extent that Contractor has p1JWed a performance bond under the provisions of Para aph 5:gLA' the tenninalion procedures of that bond skappI supersfide tlip.provisions of Paragraphs 15.02.13, and 0 C� 15.03 OvpM- May Terminate For Convenience N A. Upon seven days written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): 1, completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and famishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable suns for overhead and profit on such expenses; 3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4, reasonable expenses directly attributable to termination. B. Contractor shall not be paid on account of loss of anticipated profits or reverme or other economic loss arising out of or resulting from such termination. 15.04 Contractor May Stop Mork or Terminate A. If, through no act or fault of Contractor, (i) the Work is suspended for more than 90 consecutive days by Owner or under an order of court or other public authority, or (ii) Engineer fails to act on any Application for Payment within 30 days after it is submitted, or (iii) Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon seven days written notice to Owner and Engineer, and provided Owner or Engineer do not remedy such suspension or failure within . that time, terminate the Contract and recover from Owner payment on the same terms as provided in Paragraph 15.03. B. In lieu of terminating the Contract and without prejudice to any other right or remedy, if Engineer has failed to act on an Application for Payment within 30 days after it is submitted, or Owner has failed for 30 days to pay Contractor any sum finally determined to be due, Contractor may, seven days after written notice to Owner and Engineer, stop the Work until payment is made of all such amounts due Contractor, including interest thereon. The provisions of this Paragraph 15.04 are not intended to preclude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to Contractor's stopping the Work as permitted by this Paragraph. ARTICLE 16 - DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Owner or Contractor may request mediation of any Claim submitted to Engineer for a decision under Paragraph 10.05 before such decision becomes final and binding. The mediation will be EJCDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of Professional Engineers for EJCDC. All rights reserved. 00700 -40 governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.05.E. B. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. C. If the Claim is not resolved by mediation, Engineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05.C.3 or 10.05.D shall become final and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor: 1. elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions, or 2. agrees with the other party to submit the Claim to another dispute resolution process, or 3. gives written notice to the other party of their intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17 - MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 Computation of Times A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. 17.03 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition lo, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regula- tions, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in cormection with each particular duty, obligation, Ft ht, arifPremedy to which they apply. C7 =— j E 17.04 Survival of Obligations ng G1 A. All representations, ind8lificat., -. watran ties, and guarantees made in, reQlsed by,-& give d 7r# accordance with the Contract Docttm{erits, aFNvell as all continuing obligations indicated iii-the Coatfoct Docu- ments, will survive final payment, combfdtion, and acceptance of the Work or termination or completion of the Contract or termination of the services. of Contractor. 17.05 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 17.06 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. E7CDC C -700 Standard General Conditions of the Construction Contract. Copyright ®2002 National Society of Professional Engineers for F.JCDC. All rights reserved. 00700 -41 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SUPPLEMENTARY CONDITIONS TABLE OF CONTENTS S -1 Definitions S -2 Limitations of Operations S -3 Insurance S -4 Supervision and Superintendence S -5 Concerning Subcontractors, Suppliers and Others S -6 Compliance with OSHA Regulations S -7 Employment Practices S -8 Contract Compliance Program (Anti - Discrimination Requirements) S -9 Measurement and Payment S -10 Taxes a S -11 Construction Stakes co S -12 Restriction on Non - Resident Bidding on Non - Federal -Aid Projects n„ S -13 Copies of Documents S -14 Reports of Physical Conditions ' {rn rl °j S -15 Bonds �,_�•. r. -. S -16 Permits — S -17 Liquidated Damages S -18 Amount of Retainage S -19 Final Payment S -20 Dispute Resolution with Performance Evaluation S -21 ENGINEER'S Consultant's (Consultant's) Authority S -22 Traffic Control Caption and Introductory Statements These Supplementary Conditions amend or supplement the General Conditions and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. SUPPLEMENTARY CONDITIONS 00800-1 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa S -1 DEFINITIONS. Add or change the following definitions to 1.01 of the General Conditions. " "CONFLICT" A case where an item of work is shown or specified differently in two or more places in the Contract Documents. An item of work shown in one portion of the Contract Documents but not in another is not a conflict. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative, hereinafter called ENGINEER, and who is to act as OWNER'S representative, assume all duties and responsibilities, and have the right and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. "ENGINEER'S CONSULTANT" ( "CONSULTANT ") shall mean the consulting engineering firm with which the OWNER has contracted to design the project and, to prepare plans and specifications. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and tjy ly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" F • shalLmeah the CITY. -- 3- lD&Y-- STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation fl... "Sta(dard Specifications for Highway and Bridge Construction," Series of 2001, as 'ameffded. ; "FU"ISH" To deliver to the job site or other specified location any item, equipment or material or labor. "HOLIDAYS" Legal holidays designated by the state or specifically identified in CITY HOLIDAYS in this Section. "INSPECT" The act of observing, checking, or verifying that materials provided or Work furnished under this Contract comply with the general intent of the project Contract Documents. "INSTALL" Placing, erecting, or constructing complete in place any item, equipment, or material. "PROVIDE" Furnish and install, complete in place. "PUNCH LIST" List of incomplete items of work and of items of work which are not in conformance with the Contract. SUPPLEMENTARY CONDITIONS 00800-2 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa "SHALL" Refers to actions by either the Contractor or the OWNER and means the Contractor or OWNER has entered into a covenant with the other party to do or perform the action. "SUBMITTALS" The information which is specified for submission to the ENGINEER. "SUBSTANTIAL COMPLETION" Sufficient completion of the project or the portion thereof to permit utilization of the project, or portion thereof for its intended purpose. Substantial completion requires not only that the work be sufficiently completed to permit utilization, but that the OWNER can effectively utilize the substantially completed work. Determination of substantial completion is solely at the discretion of the OWNER. Substantial completion does not mean complete in accordance with the Contract nor shall substantial completion of all or any part of the project entitle the Contractor to acceptance under the Contract. "CITY HOLIDAYS" For general scheduling information, in the City of Iowa City, legal holidays occur on the first day of January, commonly known as New Year's Day; the third Monday in January, known as Martin Luther King Day; the third Monday in February, known as President's Day; the last Monday in May, known as Memorial Day; tjsg Fourth day of July, known as Independence Day; the first Monday in SeptemberEnowrt -as Labor Day; the eleventh day of November, known as Veteran's Day; the foaL1h)Th1#sdati`jr November, known as Thanksgiving Day; and the twenty -fifth day in Dec r, mown -as Christmas Day. c) a, h __4 C-> When an official holiday falls on Sunday, the following Monday shall be-daign2&d as .a, substitute holiday, and observed as an official holiday. When an official k- lkGy -falls on a Saturday, the preceding Friday shall be designated as a substitute holiday, and -observed as an official holiday." `D S -2 LIMITATIONS OF OPERATIONS. Except for such work as may be required to properly maintain lights and barricades, or other work related to safety, no work will be permitted on Sundays or legal holidays without specific permission of the Engineer. S -3 INSURANCE. Add the following to 5.04 of the General Conditions. "A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required SUPPLEMENTARY CONDITIONS 00800-3 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and /or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his /her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Each Occurrence Bodily Injury & Property Damage' $1,000,000 r Automobile Liability 1 Bodily Injury & Property Damage Excess Liability $1,000,000 A° Worker's Compensation Insurance as required by Chapter 85, `Pfterty pamage liability insurance must provide explosion, coverage. Aggregate $2,000,000 Combined Sinole Limit $1,000,000 $1,000,000 Code of Iowa. collapse and underground The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractors insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self- insured retention. SUPPLEMENTARY CONDITIONS 00800-4 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims- made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a mWum of two years after City Council acceptance of the work, or (2) purq_�ase "for acts" insurance coverage from its new carrier, covering prior acts durtpTlhe` period 9P this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coueragq with the, same limits, as the insurance specified in this Contract, and shalknbt be subject. '" any further limitations or exclusions, or have a higher deductible or self- insured retention than the insurance which it replaces. — �o 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either SUPPLEMENTARY CONDITIONS 00800-5 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa." S-4 SUPERVISION AND SUPERINTENDENCE. Add the following to Paragraph 6.01 of the General Conditions: "C.(., Contractor shall maintain a qualified and responsible person available 24 hours per day, ,seven days per week to respond to emergencies which may occur after hours. COritrgctor shall provide to Engineer the phone number and /or paging service of this indiv[dUal." $-5jCONCERNIU0 SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add.the fliiowfn V'g Paragraph 6.06 of the General Conditions: "H. bidders shall list those persons, firms, companies or other parties to whom it proposes /intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all efforts to recruit MBE's. Contractor shall perform not less than 50 percent of the Work with its own forces (i.e., without subcontracting). The 50 percent requirement shall be understood to refer to the Work, the value of which totals not less than 50 percent of the Contract Price." S -6 COMPLIANCE WITH OSHA REGULATIONS. The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. SUPPLEMENTARY CONDITIONS 00800-6 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Engineer prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. S -7 EMPLOYMENT PRACTICES. Neither the Contractor nor his /her subcontractors, shall employ any person whose physical or mental condition is such that his /her employment will endanger the health and safety of themselves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gende�gdentity, marital status, age or disability unless such disability is related to job pe"mancW�of such person or employee. i To discharge from employment or refuse to hire any individual because of3eA, rye, co(pr, ' religion, national origin, sexual orientation, gender identity, marital status,Aie; or -gsabipty unless such disability is related to job performance of such person or empia S -8 CONTRACT COMPLIANCE PROGRAM (ANTI- DISCRIMINATION REQUIF &IVIENTS). U� For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S -9 MEASUREMENT AND PAYMENT. Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. S -10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S -11 CONSTRUCTION STAKES. The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re- staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. SUPPLEMENTARY CONDITIONS 00800-7 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa S -12 RESTRICTION ON NON - RESIDENT BIDDING ON NON - FEDERAL -AID PROJECTS. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. S -13 COPIES OF DOCUMENTS. Delete paragraph 2.02A of the General Conditions and replace with the following paragraph. "The Owner shall furnish to the Contractor six (6) copies of the Contract Documents with six (6) sets of Drawings. Additional quantities of the Contract Documents will be furnished at reproduction cost." S -14 REPORTS OF PHYSICAL CONDITIONS. Add the following to Paragraph 4.02 of the General Conditions: "In the preparation of the Contract Documents, the Engineer has relied upon: A. The following drawings of physical conditions in or relating to existing surface and swbsurface structures (except Underground Utilities) which are at or contiguous to the site of MPWork; _Drawings, Specifications, and Contract Documents of the previous construction projects,.�f e site. Mi°sce11, 'Tous engineering and landfill regulatory documents on file at Howard R. Green G Coflpany.5 m C._ j3, ThjEfolf6i lg reports of explorations and tests of subsurface conditions at the site of the Wadc: 0 N Miscellaneous engineering and landfill regulatory documents on file at Howard R. Green Company. C. Copies of these documents may be examined at the office of the Owner during regular business hours. As provided in Paragraph 4.02 of the General Conditions and identified and established above, the Contractor should place limited reliance on the documents. The Contractor shall not rely on the accuracy of the documents or make claims against the Owner, Engineer or Engineers Consultants as a result of using the documents. These reports and drawings are not part of the Contract Document." S -15 BONDS. Add the following to Paragraph 5.01 of the General Conditions: "D. The Contractor shall furnish a satisfactory Performance Bond in the amount of 100 percent of the Contract Price and a satisfactory Payment Bond in the amount of 100 SUPPLEMENTARY CONDITIONS 00800-8 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa percent of the Contract Price as security for the faithful performance and payment of all the Contractor obligations under the Contract Documents." S -16 PERMITS. Add the following to paragraph 6.08 of the General Conditions: "B. The Contractor shall obtain all necessary federal, state, and local permits required for any dewatering and storm water discharges necessary during construction. The Contractor shall also provide all monitoring and test reporting relating to the discharges." 5 -17 LIQUIDATED DAMAGES. Add the following to paragraph 12.03 of the General Conditions: "F. Owner and Contractor recognize that the Owner will suffer financial loss if the work is not completed within the Contract Times, plus any extensions authorized in accordance with the General Conditions. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the Owner if the work is not completed on time. Accordingly, instead of requiring any such proof, the Owner and the Contractor agree that as liquidated damages for delay (buf�Aot as a penalty) the Contractor shall pay the Owner $3,000.00 for each cale(Bar da*fter the Contract Times expire, until the Work is complete." ,C) S -18 AMOUNT OF RETAINAGE. , l m r z, M Add the following to paragraph 14.02.A.3 of the General Conditions: a xi =� X- "3. The Owner shall retain from each monthly payment 5% of the Wmounta�vhich is determined to be due according to the recommendation of Engineer. The retainage shall constitute a fund for the payment of claims for materials furnished and labor performed on the project and will be held and disposed of by the Owner as provided in Chapters 26 and 573 of the latest edition of the Iowa Code, including revisions." S -19 FINAL PAYMENT. Add the following to paragraph 14.07.0 of the General Conditions: "2. Final payment due the Contractor will be made, subject to the conditions and in accordance with the provisions of Chapters 26 and 573 of the latest edition of the Iowa Code, including revisions." S -20 DISPUTE RESOLUTION. Add the following to 16.01 of the General Conditions: SUPPLEMENTARY CONDITIONS 00800-9 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa "D. It is not the intent of these documents to exclude other means of dispute resolution other than Arbitration. Arbitration may be a means of dispute resolution by the Owner. The Owner shall not be restricted to Arbitration. Article 16 of the General Conditions shall not apply when Arbitration is the selected means of dispute resolution." S -21 ENGINEER'S CONSULTANT'S AUTHORITY. The Engineer's Consultant shall have no authority or responsibility other than that defined in the Consultant Agreement, between Engineer's Consultant and the City of Iowa City, in association with this Project. S -22 TRAFFIC CONTROL. The Owner will maintain routing landfilling operations at the site during the project. Contractor shall provide all labor, equipment and materials necessary to control his /her mobile construction equipment and routine landfill traffic (City and public vehicles) in the immediate vicinity of the Project. END OF SUPPLEMENTARY CONDITIONS SUPPLEMENTARY CONDITIONS 00800-10 �0 Cl) r- YU d O tV SUPPLEMENTARY CONDITIONS 00800-10 Howard R. Green Company Project No. 191130J FY09 —Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa ADDITIONAL ARTICLES TO THE SUPPLEMENTARY CONDITIONS TABLE OF CONTENTS Articles Page No. Contract Compliance Program (City of Iowa City) ........ ............................... Restriction on Non - Resident Bidding on Non - Federal -Aid Projects ............ Note To Bidders (Similar Project References) .............. ............................... .......... CC -1 to CC -8 d n� �C-) R -1 ®► 'a N O O is -n lD 6� ®s M . E. ADDITIONAL ARTICLES TO THE SUPPLEMENTARY CONDITIONS 00820 C o ill `l'm ' l CITY OF IOWA CITY N O � O ko CITY OF IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. N 3. Contracting departments are responsible for assuring that City contractors, vendors, a2a consultants are made aware of the City's Contract Compliance Program reporting responses aD receiv the appropriate reporting forms. A notification of requirements will be included in ar:gtepugfor prd'p�osal and notice of bids. C-) --<* — :: t C, 61 F- 4. Prior to execution of the contract, the completed and signed Assurance of CDrhFplianee (locM on pages CC -2 and CC -3) or other required material must be received and approtCe n tti City. - p 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2- 3-1. mgr\asst\contractwmplianmdoc CC -1 SECTION 11- ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. c� 3. Provide.a c2py�of your written Equal Employment Opportunity policy statement. LV/hera7s thlS- statement posted? a b 4. What iMe name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. mgrlassflcontractcompliance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date mg Aassftontractcomplianmdoc CC -3 N _O Q O .<r 'o v k�D mg Aassftontractcomplianmdoc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions r,4ould be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (P) ' Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer ". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment (.,r will only perpetuate the current composition of your workforce. Send recruitment sources a letter arfnbally which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for ?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non - biased promotion, transfer and training policies to increase and /or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12101 mgAassAcontractcompliance.doc CC-4 i r r x� A ®1� 4 City of 1 ce Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions. 0 of the local ordinance in conjunction with your performance urider a o contract with the City. C-) _ =lc� cn d �M � W101 mg6assftonlracicompliance.doc CC -5 2 -3 -1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2 -3 -1: Employment; Exceptions 2 -3 -2: Public Accommodation; Exceptions 2 -3 -3: Credit Transactions; Exceptions 2 -3 -4: Education 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation c� 2 -;#'1: Y 'MPLOYMENT, EXCEPTIONS: e A. a - - -It shall, be unlawful for any employer to refuse to hire, accept, register, orolassify,I upgrade or refer for employ - 2-grient, or to otherwise discriminate in `-bmployment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2 -3 -1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof to directly or indirectly adver- tise or in any other manner Indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all Job - related purposes, temporary disabilities and shall be treated as such under any health or temporary disability Insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. it shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- 897 Ionia city 2 -3 -1 2 -3 -1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Ord. 94 -3647, 11 -8 -1994) 897 Iowa City 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95- 3697,11 -7 -1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family._. G; U � 5. To employ on!) %, ba'sts of, sex in those certain instirhees where sex1s a bona fide occupattonaP'qual(fication reasonably necesshFy togthe :normal operation of a pgrticular- business or enterprise. The bona fid(�:occupatlonal qualification shall be interpreted nar- rowly. `r' 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 94 -3647, 11 -8 -1994) SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, gender identity, marital status, race, religion, sex, or sexual orientation. The anti - discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Ire „� NOTE 12/01 r`.i M Name: Address: Telephone Number: to C34a Th s is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. mg6assAcontractcomplianmdoc CC -8 RESTRICTION ON NON - RESIDENT BIDDING ON NON.•FEDFRAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non - resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non- resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his /her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. ° o COMPANY NAME: _ rn t�n CORPORATE OFFICER: - tc TITLE: DATE: 4/10 data on alynV gWasterSpe ffWand do \L NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Bid Bond Form of Proposal NB -1 N O O A -\ M 1 GENERAL REQUIREMENTS N O =��. cn Howard R Green Company Project No. 191130J SECTION 01010 SUMMARY OF WORK PART1 GENERAL 1.01 PROJECT DESCRIPTION FY09 —Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. The Work of this project consists of Stage 1 of the FY09 Cell Construction at the Iowa City Landfill and Recycling Center, Iowa City, Iowa. Work generally includes: 1. Excavation. 2. Stockpiling of excess soils. 3. Construction of landfill berms, access roads, and storm water detention. 4. Installation of composite (clay and geomembrane) liner system. 5. Installation of groundwater drainage and leachate collection systems 6. Storm water controls 7. Restoration or stabilization of disturbed areas, including stockpiles, outside of landfill cell. 8. Wetland mitigation construction. N CJ 1.02 DEFINITIONS o 0 A. Owner: City of Iowa City, 410 East Washington, Iowa City, Iowa 5 Aj Te�)ephorte'- (319) 356 -5140. Fax: (319) 356 -5009. �� o B. Engineer: Director of Public Works for the City of Iowa City, Iowa or,,fiis authorized representative. Telephone: (319) 356 -5144. Fax: (319) 356 -5009. C. Engineer's Consultant: Howard R. Green Company, 8710 Earhart Lane SW, Cedar Rapids, Iowa 52404. Telephone: (319) 841 -4000. Fax: (319) 841 -4012. 1.03 CONSTRUCTION CONTRACTS A. The Owner will award a single construction contract for the total Work of the Project. B. Contractor may subcontract a portion or portions of Work within the limitations described in the Supplementary Conditions, to fulfill the terms of the Contract. Under no circumstances does the subcontracted Work relieve the Contractor from fulfilling the terms of the Contract. 1.04 GENERAL A. Work to be performed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential SUMMARY OF WORK 01010-1 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa communications, and for the performance of all labor, work, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The Work shall be complete, and all work, materials, and services not expressly shown or called for in the Contract Documents which may be necessary for the complete and proper construction of the Work in good faith shall be performed, furnished, and installed by the Contractor as though originally so specified or shown, at no increase in cost to the Owner. B. Wherever the Contract Documents address a third party, i.e., subcontractor, manufacturer, etc., it is to be considered as the Contractor through third party. 1.05 COMMENCEMENT OF WORK A. The Contractor shall not commence Work nor allow subcontractors or sub - subcontractors of commence Work until; 1. The Contract has been fully executed. 2. The Owner has approved the Contractors Performance and Payment Bonds. 3. The Owner has approved evidence of the Contractor's Liability Insurance and other Insurance required to be purchased by the Contractor. ,4. The Owner has issued a Notice to Proceed. cl , 1 O6 WORK BY OTHERS P A.wner's activities within the project area will be concurrent with the Work under this ontract, Contractor shall conduct his operations so as to cause minimal interference �Vjth the work of such other contractors and landfill personnel, and shall cooperate fully T with `such individuals to provide continued safe access to their respective portions of V'e site a's required to perform their respective contracts. CJ B. Owner will continue to operate the facilities including the active landfill working area which may involve occasional contact with the public. Contractor shall cooperate with the Owner to minimize interference with the Contractor's operations and to perform operations as professionally as possible to minimize conflicts with the public and adjacent property owners. 1.07 CONTRACTOR USE OF THE PROJECT SITE A. Contractor's use of the project site shall be limited to his construction operations, including on -site storage of materials, on -site fabrication facilities, and field offices. B. Owner facilities outside of the limits of construction are for City personnel, authorized agents, and landfill customers only. Contractor's personnel shall not be allowed in these areas unless specifically authorized by the Owner. SUMMARY OF WORK 01010-2 Howard R Green Company Project No. 191130J 1.08 SEQUENCE OF CONSTRUCTION FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Work under this Contract shall be scheduled and performed in such a manner as to result in the least possible disruption to the operation of the Owner's existing facilities and to the public's use of roadways. Prior to commencing Work, Contractor shall have obtained all required permits, permissions and shall have submitted and received approval on items specifically called out in these Contract Documents. B. Contractor shall complete his work in accordance with the approved construction schedule and within the contract duration. Owner may require Contractor to finish certain portions of work which is in progress before work is started on any additional portion. Owner may also require Contractor to wait for completion of work being performed by other subcontractors. C. Contractor shall submit a 'Proposed Sequence of Construction Plan'. This plan shall consist of drawings and a narrative description describing the Contractor's proposed sequence of construction. This plan shall correspond with Contractor's construction schedule. 1.09 COMPLETION DATE o A. As indicated in the Advertisement for Bids, and as modified by; ddenil9m or.- -6 amendment. cr) rs" 1.10 WORKING HOURS �r- ri o A. The Contractor's hours of operations are to be Monday 8:00 A.M. throcigh Saturday 1 6:00 P.M. (less legal holidays). B. The Contractor must request the Owner, in writing, 24 hours in advance of any deviation to these hours, such as overtime or Sunday work. The Contractor is responsible for all additional expenses due to additional work hours. This includes, but is not limited to: Engineer's expenses, Owner's Representative, Testing Laboratory personnel, etc. Such additional engineering charges shall be a subsidiary obligation of Contractor and no extra payment shall be made by Owner on account of such overtime work. C. Contractor shall secure the site when working after standard landfill working hours. 1.11 STORAGE AND CONSTRUCTION AREAS A. Responsibility for protection and safekeeping of equipment and materials at or near the sites will be solely that of the Contractor and no claim shall be made against the Owner by reasons of any act of an employee or trespasser. Should an occasion arise SUMMARY OF WORK 01010-3 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa necessitating access to an area occupied by stored equipment and /or materials, the Contractor shall immediately move them. B. Upon completion of the Contract, the Contractor shall remove from the storage areas all of their equipment, temporary fencing, surplus materials, rubbish, etc., and restore the areas to their original condition. 1.12 SITE CONDITIONS A. The project site is an active municipal solid waste landfill and as such, conditions are subject to change with time. Vertical control should be expected (and anticipated) to vary from those shown on the Contract Drawings due to either ongoing subsidence, or additional disposal of waste. Relative elevation differences in existing and proposed elevations shown on the drawings shall be adjusted accordingly. Location of structures shall be placed in accordance with horizontal controls. Vertical placement of structures shall be in accordance with construction documents, or as approved by the Engineer. B. The Contractor acknowledges that he has investigated prior to bidding and satisfied Ni?nself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electrical power, roads, uncertainties of weather, the conformity and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. ,C. The Contractor further acknowledges that he has satisfied himself as to the character, gp�lity and quantity of surface and subsurface materials or obstacles to be efidountered insofar as the information is reasonably ascertainable from an inspection of the sites, as well as, from information presented by the contract Documents, or any other information made available to him prior to receipt of Bids. Any failure by the Contractor to acquaint himself with the available information will not relieve him from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The Owner assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available by the Owner. 1.13 DIFFERING SITE CONDITIONS A. Contractor shall promptly and before such conditions are disturbed, notify the Engineer in writing of: (1) subsurface or latent physical conditions at the site differing materially from those indicated in this contract, or (2) unknown physical conditions at the site, of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for this Contract. The Engineer will investigate the conditions and evaluate if the change warrants an adjustment to the Contract. SUMMARY OF WORK 01010-4 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa B. No claim by the Contractor shall be allowed if prompt notice is not given or if the claim is made after final payment under this contract. 1.14 OWNER REPRESENTATIVE A. Owner shall employ and pay for the services of various inspectors to inspect and certify various portions of the work, unless otherwise specified in these specifications. Contractor shall fully cooperate with these representatives and Engineer in their performance of their various observation and testing duties. 1.15 PERMITS, FEES AND NOTICES A. Contractor shall secure and pay for all permits and governmental fees, licenses and inspections for the proper execution and compliance of the Work which are customarily secured after execution of the Contract and which we legally required at the time bids were received. These include but are not limited to: 1. All necessary Federal, State, and Local permits required for any dewatering. 2. Procurement and compliance with NPDES General Permit No. 2 for "Storm Water Discharge Associated With Industrial Activity For Construction Activities ". 1.16 GROUNDWATER MONITORING AND LANDFILL GAS EXTRACTION WELLS N A. The locations of ground water monitoring wells are indicated on the- Drawigs. The Contractor shall take all precautions required to prevent damage i'4hese—r--wells. If conflicts arise, resolve these conflicts with the Engineer. A� v C-) — cn B. Costs associated with damages to the ground water monitoring well Fd landfill 'gas extraction wells as a result of Contractor negligence shall be ded#t,ed_ from the Contractor's final pay request. 1. 1.17 BARRIERS .o A. Provide as required to prevent public entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION SUMMARY OF WORK 01010-5 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City landfill and Recycling Center Iowa City, Iowa SECTION 01225 MEASUREMENT AND PAYMENT PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Application for Payment. 2. Retainage. 3. Partial Payments. 4. Final Payment. 5. Change Orders. o 6. Measurement and Payment — Unit Prices. o 0 n -�v 1.02 SCOPE D—r :�o I c 07 A. Payments to the Contractor shall be made on the basis of the Bid SriheduLQyitems as full and complete payment for furnishing all materials, labor, toojs -arid equipment, and for performing all operations necessary to complete the Work included in the Contract Documents. Such compensation shall also include payment for any loss or damages arising directly or indirectly from Work, or from any discrepancie§' between the actual quantities of work and those shown in the Contract Documents, or from any unforeseen difficulties which may be encountered during the prosecution of the work until the final acceptance by the Owner. B. The amounts stated in the Bid Schedule shall include all costs and expenses for taxes, labor, equipment, materials, commissions, transportation and hauling, bonds, permit fees, insurance, overhead and profit together with any and all other costs associated with the performance of the work required under this Contract. The Basis of Payment for an item at the price shown in the Bid Schedule shall be in accordance with its description as related to the work specified and shown on the Drawings. Unit prices where used will be applied to the actual quantities furnished and installed in conformance with the Contract Documents. C. The quotations on the Bid Schedule shall establish a total price for completing the Work in its entirety. Unless specifically noted as a bid item in the Bid Schedule, all other work which must be performed to complete the project shall be considered as "Incidental Work ". Should the Contractor feel that the cost for any item of work has not been established by the Bid Schedule or Basis of Payment, he shall include the cost for that work in some other applicable bid item, so that his Proposal for the project does reflect his total price for completing the Work in its entirety. MEASUREMENT AND PAYMENT 01225-1 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa D. Defect Assessment: The Work, or portions of the Work, not conforming to specified requirements, shall be replaced. If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the Engineer will direct an appropriate remedy or adjust payment. 1.03 APPLICATION FOR PAYMENT A. Contractor shall submit his Application for Payment to the Owner once each month. The dates to be determined at the Pre - Construction Meeting, B. The Application for Payment shall be made based on the Pay Request Form provided by the Owner. C. The Application for Payment shall be based on the valuation of the Work done, as well as, the materials and equipment not incorporated in the Work, but delivered and suitably stored at the site as of the last day of the preceding month. D. No payment will be made on account of materials and equipment stored at off -site locations without Owner's prior written approval to such payment. Such approval shalfcontain procedures to establish Owner's title to and protect the Owner's interest in the materials and equipment including insurance, designate a location for storage, and provide for protection and transportation to the site. Contractor shall submit -such data substantiating his right to payment as Owner /Engineer may require. T. ®4 RE5AINAGE _ ..,,. o A. �CvTo insurance the proper performance of the contract, Owner will retain five (5) percent of the amount due the Contractor on account of progress payments. B. Retainage will be retained by Owner until final payment. 1.05 PARTIAL PAYMENT A. Monthly payment estimates will be considered by Owner, and payment will be made within thirty (30) days following approval by the Owner. 1.06 FINAL PAYMENT A. When the Engineer has determined that the Work is acceptable under the Contract Documents and the Contract fully performed, the Contractor shall prepare and submit his final Application for Payment to the Engineer together with lien waivers, sales tax statements, and other required submittals. Final acceptance of the Work will be considered by the Owner and final payment will be made not earlier that 31 days following submittal of final Application for Payment. MEASUREMENT AND PAYMENT 01225-2 Howard R. Green Company FY09 – Stage 1 Cell Construction Project No. 191130J Iowa City landfill and Recycling Center Iowa City, Iowa 1.07 CHANGE ORDERS A. If Owner desires a change in the Work, Engineer will notify Contractor and provide a written description, in the form of drawings or otherwise, of the change. B. Contractor shall promptly submit to Engineer in writing a firm proposal for changes in the Contract Sum and Contract Time, if any, resulting from the proposed change. C. Owner shall have 30 days or such time as may be agreed upon, in which to accept or reject Contractor's proposal after its submission, and Contractor shall not modify or withdraw the proposal during this period without Owner's consent. D. Contractor may also propose changes by submitting a request for change to the Engineer and Owner, describing the proposed change and its full effect on the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum /Price and Contract Time with full documentation and a statement describing the effect on Work by Contractor. N 1.08 MEASUREMENT AND PAYMENT (UNIT PRICES) o A. The quantities set forth in the Bid Schedule are estimates and have eeh pF&idedde, establish a uniform basis for the comparison of bids. Owner res�rpj tig righrW increase or decrease the quantity of any class or portion of the –Wou k di ring Jt q progress of construction in accordance with the terms of the Contra t ;- — B. Unit prices are used as a means of computing the final figures forbid and -- Contract purposes, for periodic payments for work performed, for determining" Value of additions or deletions and wherever else reasonable. C. Quantities and measurements supplied or placed in the Work shall determine payment. Actual quantities, as determined by the Engineer, will determine payment. D. Unit prices shall be full compensation for items associated with the performance of the work required under this Contract. Each payment item includes everything necessary for a complete installation under that item, except materials or items for which direct payment is otherwise provided. E. Payment Items: 1. Mobilization and General Project Administration: a. Mobilization and general project administration activities, including but not limited to bonds, insurance, administration, scheduling, temporary facilities, movement of personnel, equipment, supplies and incidentals, and all other activities necessary to prepare and complete the Contract Work. Also includes all administration, management, and coordination items required MEASUREMENT AND PAYMENT 01225-3 Howard R. Green Company Project No. 191130J FY09 -Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa for the project except those items for which direct payment is otherwise provided.. b. Progress payments for mobilization and general project administration shall be made as follows • When 5% of the original bid amount is earned, either 25% of the contract price for mobilization or 2.5% of the bid amount, whichever is less, may be paid. • When 10% of the original bid amount is earned, either 50% of the contract price for mobilization or 5% of the bid amount, whichever is less, may be paid. • The remaining amount for this item will be paid out proportionately over the duration of the Contract. 2. Site Safety Plan Implementation: a. Includes development and implementation of a site safety plan specific for this landfill Work over the duration of the project in accordance with the Contract Documents. The lump sum price for this item will be paid out proportionately over the c,) duration of the Contract. TU �� a-3.17. cavation: o a Includes excavation of both earth and waste material to proposed subgrade N elevations. Also includes conditioning, placing, and compacting fill for embankments and stockpiles, relocation and compaction of excavated waste, application of soil cover over landfill waste, construction of terraces, berms and ditches, earthwork associated with the wetland mitigation, general grading, all in accordance with the Contract Documents. Incidental items to this work include, but are not limited to; clearing and grubbing; removal of vegetation, dewatering; sheeting, shoring, and bracing; removal of existing culverts and other structures as specified; and management of leachate flow from existing landfill until connection to new landfill cell and piping system is allowed. b. Payment will be at the Contract unit price per cubic yard of excavation, defined as volume of earth and waste in its original space. Quantity is based on the estimated cut quantity. The quantity shown in the contract documents shall be the quantity for which payment is made. Overhaul will not be measured or paid for, but shall be considered incidental to excavation. 4. Road Gravel Stripping and Stockpiling: a. Includes stripping, hauling, and stockpiling of road gravel removed from the site road located in the proposed soil stockpile area. b. Payment will be at the Contract unit price per cubic yard as indicated in the contract documents. The existing gravel depth is estimated to be 1 ft. The MEASUREMENT AND PAYMENT 01225-4 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa quantity of gravel stripping and stockpiling shown in the contract documents shall be the quantity for which payment is made. Overhaul will not be measured or paid for, but shall be considered incidental to excavation. 5. Drainage Sand (Groundwater Collection Layer): a. Includes furnishing and installing sand drainage layer for groundwater collection in accordance with the Contract Documents. Incidental items to this work include, but are not limited to; source testing and submittals, and dewatering. b. Payment for this item will be at the Contract unit price per cubic yard of installed material. The quantity shown in the contract documents shall be the quantity for which payment is made. 6. Compacted Clay Liner: a. Includes conditioning, placement, and compaction of clay liner material in accordance with the Contract Documents. Incidental items to this work include, but are not limited to; source testing and submittals, dewatering, moisture conditioning or drying as part of installation, and maintenance of installed material. Excavation and temporary stockpiling of the Flay liner material is included in the "Excavation" item. b. Payment will be at the Contract unit price per cubic @rA of.-Jnstalled, material. The quantity shown in the contract docume&Ls halt be he" quantity for which payment is made. c m - --t c� 7. HDPE 60 -mil Geomembrane (Smooth): < r, � a. Includes furnishing and installing smooth HDPE geomembr'ane -liner in accordance with the Contract Documents. Incidental items to this work include, but are not limited to; submittals, testing and QC&A documentation. b. Payment will be at the Contract unit price per square foot installed, as measured parallel to liner surface, including designed anchor trench material and additional material at cell boundaries. 8. HDPE 60 -mil Geomembrane (Textured): a. Includes furnishing and installing textured HDPE geomembrane in accordance with the Contract Documents. Incidental items to this work include, but are not limited to; submittals, testing, and QC &A documentation. b. Payment will be at the Contract unit price per square foot installed, as measured parallel to liner surface, including designed anchor trench material and additional material at cell boundaries. 9. Geonet/Geotextile Composite: a. Includes furnishing and installing Geonet/Geotextile composite (geocomposite) in accordance with the Contract Documents. Incidental items to this work include, but are not limited to; submittals, and testing. MEASUREMENT AND PAYMENT 01225-5 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa b. Payment will be at the Contract unit price per square foot installed, as measured parallel to liner surface, including designed anchor trench and additional material at cell boundaries. 10. Geotextile: a. Includes furnishing and installing geotextile in accordance with the Contract Documents. Incidental items to this work include, but are not limited to; submittals, and testing. This item includes geotextile installed as part of the cell separation berm and geotextile installed under all riprap. b. Payment for geotextile will be at the Contract unit price per square yard installed, as measured parallel to surface. 11. Coarse Drainage Stone (Leachate Collection): a. Includes furnishing and installing coarse drainage stone in accordance with the Contract Documents for use in trenches and sumps within the lined landfill cell. Incidental items to this work include, but are not limited to; source testing and submittals. M b. Payment for this item will be at the Contract unit price per cubic yard of :'"installed material. The quantity shown in the contract documents shall be ---'c-the quantity for which payment is made. LIP 1 14. Tire Derived Aggregate (Leachate Collection): �- — a. : 'Includes furnishing and installing tire derived aggregate layer in accordance {fl� with the Contract Documents for use in the lined landfill cell. Incidental d stems to this work include, but are not limited to; source testing and "submittals. b. Payment for this item will be at the Contract unit price per cubic yard of installed material. /The quantity shown in the contract documents shall be the quantity for which payment is made. 13. HDPE Pipe, SDR -17 4" Dia. Perforated: a. Item includes furnishing and installing HDPE pipe in accordance with the Contract Documents. Incidentals include but are not limited to; pipe jointing, fittings, and testing. Bedding rock for use inside the lined landfill cell is included under the "Coarse Drainage Stone" item. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 14. HDPE, SDR -17, 4" Dia., Solid: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; pipe jointing, fittings, and testing. Bedding rock for use inside the lined landfill cell is included under the "Coarse Drainage Stone' item. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. MEASUREMENT AND PAYMENT 01225-6 Howard R. Green Company Project No. 191130J FY09 – Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa 15. HDPE, SDR -17 HDPE 6" Dia. Perforated: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, pipe jointing and connections to other structures, fittings, and testing. Bedding rock for use inside the lined landfill cell is included under the "Coarse Drainage Stone" item. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 16. HDPE, SDR -17, 6" Dia., Solid: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, pipe jointing and connections to other structures, fittings, and testing. Bedding rock for use inside the lined landfill cell is included under the "Coarse Drainage Stone" item. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. N Q U 17. HDPE, SDR -17, 8" Dia. Solid:_ 0 L j a. Item includes furnishing and installing pipe in accordance eA!Vhe�eontraet -� Documents. Incidentals include but are not limited to; sub��ls, �beddirrg, backfill, compaction, pipe jointing and connections to otbt;�l str�ctur� fittings, and testing. _ �:� t b. Payment for this item will be at the Contract unit price per linear foQJof pipe' installed. — i r� 18. HDPE, SDR -17, 10" Dia.. Perforated: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, pipe jointing and connections to other structures, fittings, and testing. Bedding rock for use inside the lined landfill cell is included under the "Coarse Drainage Stone" item. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 19. HDPE. SDR -17, 12" Dia.. Solid: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, pipe jointing and connections to other structures, fittings, and testing. Bedding rock for use inside the lined landfill cell is included under the "Coarse Drainage Stone" item. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. MEASUREMENT AND PAYMENT 01225-7 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa 20. HDPE Pipe SDR -17 16" Dia. (LP -1 /Secondary Sump Riser): a..ltem includes furnishing and installing HDPE fabricated structure in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, cutting and fabricating riser base on pipe, penetrations, pipe jointing, fittings, caps, flanges, and connecting hardware. Bedding rock for use inside the lined landfill cell is included under the "Coarse Drainage Stone" item. b. Payment for this item will be at the Contract unit price per linear foot of riser installed. 21. HDPE Double Wall Pipe. SDR -17 (12 "x16" Dia.): a. Item includes furnishing and installing double wall pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation, bedding, backfill, compaction, pipe jointing and connections to other structures, fittings, and testing. b. Payment for this item will be at the Contract unit price per linear foot of double wall pipe installed. c-, `J22._;eachate Line Cleanout, HDPE Fabrication: u j a iw7 a; Item includes furnishing and installing HDPE double wall fabricated structure (12 "x16" dia) in accordance with the Contract Documents. �..c� Incidentals include but are not limited to; submittals, excavation, bedding, a backfill, compaction, fittings, caps, flanges, connecting hardware, and Q `oG testing. V. Payment for this item will be at the Contract unit price per each two -way, o double wall cleanout structure installed. 23. Bootless Pipe Penetration, HDPE Fabrication: a. Item includes furnishing and installing HDPE fabricated structure in accordance with the Contract Documents. Incidentals include but are not limited to; submittals and testing. b. Payment for this item will be at the Contract unit price per each bootless pipe penetration structure installed. 24. Double Wall Manhole. HDPE Fabrication: a. Item includes furnishing and installing HDPE fabricated structure in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, concrete anchor, backfill, compaction, fittings, caps, flanges, and connecting hardware. b. Payment for this item will be at the Contract unit price per each double wall manhole structure installed. MEASUREMENT AND PAYMENT 01225-8 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa 25. Valve Vault, HDPE Fabrication Including 12" Plug Valve: a. Item includes furnishing and installing HDPE fabricated structure and valve in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, concrete anchor, backfill, compaction fittings, caps, flanges, connecting hardware, and testing. b. Payment for this item will be at the Contract unit price per each valve vault/ structure and valve installed. 26. Leachate and Groundwater Head Level Monitoring Systems' a. Item includes procurement and installation of three (3) liquid level monitoring systems and a controller in accordance with the Contract Documents. Item includes the complete, installed, operable system, but does not include HDPE containment pipe or cmp access cover for which payment is otherwise provided. Incidentals include but are not limited to; submittals, PVC transducer carrier pipe, fittings, mounting hardware, and testing. o b. Payment for this item will beat the Contract lump sum prices o 27. Cleanout and Riser Access Covers —�- a. Item includes furnishing and installing protective CMP covQ,i, veoleachiaTe' and piezometer risers in accordance with the Contract Dogume Incidentals include but are not limited to; locking metal cap, for CMP; airtight cap for HDPE pipe, and concrete annulus plug. b. Payment for this item will be at the Contract unit price of each^oleanout cover installation. 28. HDPE Leachate Manhole Cut -Off Adjustments: a. Item includes adjustment to the existing HDPE leachate manhole structures in accordance with the Contract Documents. Incidentals include, but are not limited to; excavation (sheeting, shoring, bracing and dewatering as required), backfilling, compacting, and management of leachate flow from existing landfill until connection to new landfill cell is allowed. b. Payment for this item will be at the Contract unit price per each complete HDPE manhole cut -off adjustment. 29. Concrete Leachate Manhole Removal: a. Item includes excavation and removal of existing concrete leachate manhole and casting in accordance with the Contract Documents. Incidentals include, but are not limited to; excavation (sheeting, shoring, bracing and dewatering as required), backfilling, compacting, and temporary control and management of leachate flow in existing lines. Reconnection of HDPE pipe is included in the "Leachate Pipe, SDR -17 HDPE, 8" Dia., Solid" item. MEASUREMENT AND PAYMENT 01225-9 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa b. Payment for this item will be at the Contract unit price per each manhole removal. 30. Intake RA -63 (I DOT): a. Item includes furnishing and installing open ditch intake structure in accordance with IDOT standard RA -63, size B with RA -66A Type 3 grate, in accordance with the Contract Documents. Incidentals include, but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfilling, compacting. The discharge pipe from the structure is included under the "Concrete Pipe, RCP, 18" Dia." and "Concrete Flared End Section, 18 "" items. b. Payment for this item will be at the Contract unit price per each RA -63 intake installed. 31. Intake Hickenbottom. 6 ": a. Item includes furnishing and installing perforated intake structure, 6 inch dia. Hickenbottom, in accordance with the Contract Documents. Incidentals include submittals and connection to discharge pipe. The co 4 discharge pipe is included under the "PVC Pipe, SDR -35, 6" Dia. Solid" item. ixil5 Payment for this item will be at the Contract unit price per each Hickenbottom intake installed. rri'32 ,13VC Pipe, SDR -35, 4" Dia Perforated: Item includes furnishing and installing pipe with geotextile sock in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill, compaction, pipe jointing and connections to other structures, fittings, and testing. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 33. PVC Pipe SDR -35, 6" Dia, Perforated: a. Item includes furnishing and installing pipe with geotextile sock in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill, compaction, pipe jointing and connections to other structures, fittings, and testing. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 34. PVC Pipe SDR -35 PVC, 6" Dia, Solid: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), MEASUREMENT AND PAYMENT 01225-10 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa bedding, backfill, compaction, pipe jointing and connections to other structures, fittings, and testing. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 35. Concrete Pipe RCP, 12" Dia: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill, compaction, pipe jointing and connections to other structures, fittings, and pipe ties. Flared end section is included as a separate pay item. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 36. Concrete Pipe, RCP 18" Dia: a. Item includes furnishing and installing pipe in accordance with the �Cpntract Documents. Incidentals include but are not limited - to; sL nittals, excavation (sheeting, shoring, bracing and dewatering -.as r6quired) j bedding, backfill, compaction, pipe jointing and connect . f6l other--'• structures, fittings, and pipe ties. Flared end section isF c�tucla as ra separate pay item. r-.• b. Payment for this item will beat the Contract unit price per lirooKcaf pip installed. N 37. Concrete Pipe, RCP, 24" Dia: o a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill, compaction, pipe jointing and connections to other structures, fittings, and pipe ties. Flared end section is included as a separate pay item. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 38. Concrete Pipe. RCP 30" Dia: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill, compaction, pipe jointing and connections to other structures, fittings, and pipe ties. Flared end section is included as a separate pay item. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. MEASUREMENT AND PAYMENT 01225-11 Howard R. Green Company Project No. 191130J FY09 —Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa 39. Concrete Pipe, RCP, 36" Dia: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill, compaction, pipe jointing and connections to other structures, fittings, and pipe ties. Flared end section is included as a separate pay item. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 40. Concrete Flared End Section, 12 ": a. Item includes furnishing and installing flared end section to pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill, compaction, pipe jointing, and pipe ties. b. Payment for this item will be at the Contract unit price per each flared end _ section installed. M -. _:41.•_- ,Concrete Flared End Section, 18 ": Item includes furnishing and installing flared end section to pipe in _i;— accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and • ' C- dewatering as required), bedding, backfill, compaction, pipe jointing, and ,1 c, �:j a pipe ties. 0 6- Payment for this item will be at the Contract unit price per each flared end section installed. 42. Concrete Flared End Section, 24 ": a. Item includes furnishing and installing flared end section to pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill, compaction, pipe jointing, and pipe ties. b. Payment for this item will be at the Contract unit price per each flared end section installed. 43. Concrete Flared End Section, 30 ": a. Item includes furnishing and installing flared end section to pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill, compaction, pipe jointing, and pipe ties. b. Payment for this item will be at the Contract unit price per each flared end section installed. MEASUREMENT AND PAYMENT 01225-12 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa 44. Concrete Flared End Section. 36 "• a. Item includes furnishing and installing flared end section to pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill, compaction, pipe jointing, and pipe ties. b. Payment for this item will be at the Contract unit price per each flared end section installed. 45. Detention Pond Control Structure: a. Item includes furnishing and installing detention pond control structure in accordance with the Contract Documents. Includes but is not limited to; 6 ft dia. concrete structure, concrete fillet, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill and compaction. The discharge pipe from the control structure is included under the "Concrete Pipe, RCP, 30" Dia" and "Concrete Flared End Section 30 items. b. Payment for this item will be at the Contract unit price r ea ci control structure installed. 46. Corrugated HDPE Pipe, 12" Dia.: n —t — a. Item includes furnishing and installing pipe and accessorie74iRaccordance -� with the Contract Documents. Incidentals include but are_uj I lifted to;, submittals, excavation (sheeting, shoring, bracing and `_-d watartng as required), bedding, backfill, compaction, pipe jointing, fittings -, HDP,4 flared end sections, inlet and outlet grates, and anti -seep diaphragms. CD b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 47. Corrugated HDPE Pipe 24" Dia a. Item includes furnishing and installing pipe and accessories for surface water letdown structures in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), bedding, backfill, compaction, pipe jointing, fittings, HDPE flared end sections, perforated risers (including stone columns), inlet and outlet grates, and anti -seep diaphragms. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 48. Rip Rap — Class E Revetment: a. Includes furnishing and installing rip rap in accordance with the Contract Documents. Geotextile for use under the rip rap is included in the " Geotextile" item. MEASUREMENT AND PAYMENT 01225- 13 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa b. Payment for this item will be at the Contract unit price per cubic yard of installed material. The quantity shown in the contract documents shall be the quantity for which payment is made. 49. Geoclrid Reinforcement: a. Item includes furnishing and installing geogrid for reinforcement of the access road subgrade in accordance with the Contract Documents. Subbase compaction and preparation shall be incidental to the "Excavation" item. b. Payment for geogrid reinforcement will be at the Contract unit price per square yard installed, as measured parallel to surface. 50. Access Road Base Course - Macadam Stone: a. Includes furnishing and installing macadam stone for the access road in accordance with the Contract Documents. b. Payment for this item will be at the Contract unit price per cubic yard of installed material. The quantity shown in the contract documents shall be the quantity for which payment is made. X51.! 11-i j lbcess Road Top Course — Class A Crushed Stone: Includes furnishing and installing crushed stone for the access road in accordance with the Contract Documents. i -br Payment for this item will be at the Contract unit price per cubic yard of -a ua installed material. The quantity shown in the contract documents shall be the quantity for which payment is made. N 52. Reclaimed Road Rock, Installation Only: a. Includes loading and hauling Owner furnished material from on -site stockpile and installing for traffic surface of landfill cell entrance, ramp, and operation pad. b. Payment for this item will be at the Contract unit price per cubic yard of installed material. The quantity shown in the contract documents shall be the quantity for which payment is made. 53. Select Waste Placement for Landfill Cell Entrance and Operations Pad: a. Includes loading and hauling Owner furnished select waste material from on -site stockpile and installing landfill cell entrance, ramp, and operation pad. Aggregate used for the traffic pad on top of the waste is included under the "Reclaimed Road Rock, Installation Only" item. b. Payment for this item will be at the Contract unit price per cubic yard of installed material. The quantity shown in the contract documents shall be the quantity for which payment is made. MEASUREMENT AND PAYMENT 01225-14 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa 54. Storm Water Permit and Compliance: a. Development, compliance, and implementation of the Storm Water Pollution Prevention Plan (SWPPP). This item includes but is not limited to, obtaining and paying for NPDES permit, administering SWPPP, monitoring, inspection and documentation. Also includes implementing all temporary erosion control measures deemed necessary to comply with the SWPPP. This item does not include erosion control materials or items for which direct payment is otherwise provided (i.e. bales, socks, silt fence, and mulch). b. Payment for this item will be at the Contract lump sum to be paid out proportionately over the duration of the Contract. 55. Hay Bales: a. Includes furnishing and installing hay bale barrier for erosion and sedimentation control in accordance with the Contract Documents. Also includes ongoing maintenance of the item. Upon approval of L:�hgineer, filter socks may be substituted for hay bales at twice the 8)ear festage,.as indicated on the Drawings. :ZEM v b. Payment for hay bale barrier will be the Contract unit pricei2 Jinrsar foot of, hay bale installed. Payment for filter sock, where substitutofpr hay bales, will be at Contract unit price per two linear feet of filter sock ic; Iled, E;eG 1 56. Silt Fence: a. Includes furnishing and installing silt fence for erosion and sedimentation control in accordance with the Contract Documents. b. Payment for silt fence will be the Contract unit price per linear foot installed. 57. Cleanout of Silt Fence: a. Includes removal of sediment and refuse from installed silt fence to maintain effectiveness for erosion and sedimentation control. This includes silt fence installed by Contractor and existing silt fence installed by others. b. Payment for cleanout of silt fence will be the Contract unit price per linear foot of silt fence cleaned out. 58. Silt Fence Removal: a. Includes removal and disposal of silt fence from areas that have been permanently stabilized. Removal of silt fence which has failed or removal for staging of construction in areas that have not been permanently stabilized shall be incidental to the "Excavation" item. b. Payment for silt fence removal will be the Contract unit price per linear foot removed. MEASUREMENT AND PAYMENT 01225-15 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa 59. Erosion Control Lining: a. Includes furnishing and installing erosion control lining in accordance with the Contract Documents. Incidentals include, but are not limited to; submittals and anchoring devices. b. Payment for erosion control lining will be the Contract unit price per square yard installed. 60. Stabilization Seeding a. Includes furnishing and installing clean seed oats and annual rye to stabilize temporary soil slopes in accordance with the Contract Documents and as approved by Engineer. b, Payment for stabilization seeding will be the Contract unit price per acre installed. 61. Stabilization Mulching a. Includes furnishing and application of mulch to stabilize temporary soil slopes in accordance with the Contract Documents and as approved by Engineer. Payment for stabilization mulching will be the Contract unit price per acre installed. CL_ X 62E) 4opsoil / Grading - Includes spreading and final grading of topsoil as shown and specified in n�0� the Contract Documents. The source of the topsoil shall be existing uo stockpiles and topsoil that was stripped, stockpiled and paid for under the a "Excavation" item. b. Payment for this item will be at the Contract unit price per cubic yard of topsoil placed. 63. Seeding /Fertilizer /Mulching (Rural Mix): a. Includes seeding, fertilizing, and mulching to grow final turf in accordance with the Contract Documents. Also includes specified maintenance and growth guarantee. Grass areas disturbed by the Contractor which are outside the limits construction shall be restored at the Contractors expense. This item does not include native plant seeding. b. Payment for this item will beat the Contract unit price per acre. 64. Native Plant Seeding /Mulching (NSM #1): a. Includes native plant seeding and mulching associated with the wetland mitigation project in accordance with the Contract Documents. Incidental items include, but are not limited to; seedbed preparation and application of herbicide. Grading of the mitigation area is provided in the "Excavation" item. Installation of erosion blanket is provided in the "Erosion Control Lining" item b. Payment for this item will be at the Contract unit price per acre. MEASUREMENT AND PAYMENT 01225-16 Howard R. Green Company Project No. 191130J FY09 —Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa 65. Native Plant Seeding /Mulching (NSM #2): a. Includes native plant seeding and mulching associated with the wetland mitigation project in accordance with the Contract Documents. Incidental items include, but are not limited to; seedbed preparation and application of herbicide. Grading of the mitigation area is provided in the "Excavation" item. Installation of erosion blanket is provided in the "Erosion Control Lining" item b. Payment for this item will beat the Contract unit price per acre. 66. Native Plant Seeding /Mulching (NSM #3): a. Includes native plant seeding and mulching associated with the wetland mitigation project in accordance with the Contract Documents. Incidental items include, but are not limited to; seedbed preparation and application of herbicide. Grading of the mitigation area is provided in item. Installation of erosion blanket is provided in the Lining" item b. Payment for this item will beat the Contract unit price per 67 the "Excavation" "Erosion Control Native Plant Seeding /Mulching (NSM #4): D= a. Includes native plant seeding and mulching associated an mitigation project in accordance with the Contract DocumpO items include, but are not limited to; seedbed preparation abd! herbicide. Grading of the mitigation area is provided in 69- Excavation" item. Installation of erosion blanket is provided in the t1 osiorp Control Lining" item b. Payment for this item will be at the Contract unit price per acre. N_ a 68. Native Plant Seeding /Mulching (NSM #5): a. Includes native plant seeding and mulching associated with the wetland mitigation project in accordance with the Contract Documents. Incidental items include, but are not limited to; seedbed preparation and application of herbicide. Grading of the mitigation area is provided in the "Excavation" item. Installation of erosion blanket is provided in the "Erosion Control Lining" item b. Payment for this item will beat the Contract unit price per acre. 69. Native Plant Seeding /Mulching (NSM #6): a. Includes native plant seeding and mulching associated with the wetland mitigation project in accordance with the Contract Documents. Incidental items include, but are not limited to; seedbed preparation and application of herbicide. Grading of the mitigation area is provided in the "Excavation" item. Installation of erosion blanket is provided in the "Erosion Control Lining" item b. Payment for this item will beat the Contract unit price per acre. MEASUREMENT AND PAYMENT 01225-17 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa 70. Water Level Control Structure - Wetland Mitigation: a. Includes furnishing and installing water control structures associated with the wetland mitigation project in accordance with the Contract Documents. Installation of piping to the control structures is included in the "Corrugated HDPE Pipe, 12" Dia." item. b. Payment for this item will be at the Contract unit price for each water level control structure installed. 71. Well Abandonments: a. Includes proper abandonment of wells in accordance with the Contract Documents. Includes all labor and materials, excavation and backfill as needed, preparation of IDNR Form #542 -1226 and submittal of form to the Engineer. b. Payment for this item will be at the Contract unit price per foot of well properly abandoned. 72. Well Modifications (Extensions): r' a:_ Includes protection and extension of existing wells to accommodate � c changes in grade in accordance with the Contract Documents. Includes all Lu c, labor and materials, riser, protective casing, and 3 ft dia. by 4 ft deep r.� concrete pad. — >•ks Payment for this item will be at the Contract unit price per foot of well o r� extension, as measured from existing top of casing. R3. Vertical Leachate Piezometer (Existing Cells): a. Item includes furnishing and installing vertical leachate piezometers in accordance with the Contract Documents. Includes all pipe, fittings, geotextile, and drainage aggregate as well as spare materials as may be specified. Incidentals include but are not limited to; submittals, excavation (sheeting, shoring, bracing and dewatering as required), and backfill. b. Payment for this item will be at the Contract unit price per each vertical leachate piezometer installed. F. Supplemental unit price items. Offsite Disposal of Excess Soil a. This supplemental unit price item is included as a contingency in the event on -site stockpiling is not practical either due to excessive quantities, available on -site stockpile space, or unsuitable soils. Item includes Contractor taking ownership of soil, hauling and off -site disposal, as approved by Owner. b. If accepted by the Owner, payment for this item will be at the supplemental unit price per cubic yard of soil, as measured in- place. This supplemental unit cost is in addition to the "Excavation" item unit cost. MEASUREMENT AND PAYMENT 01225-18 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City landfill and Recycling Center Iowa City, Iowa 2. Drainage Sand (option for leachate collection laver): a. This supplemental unit price item is included in the event that sand is used for all, or a portion of the leachate collection layer (in lieu tire derived aggregate). Includes furnishing and installing a sand drainage layer for leachate collection. Sand for leachate collection is described in Section 02062. b. If accepted by the Owner, payment for this item will be at the supplemental unit price per cubic yard of installed material. 3. Foundation Soil Correction: a. This supplemental unit price item is included as a contingency in the event unsuitable soil is encountered at liner subgrade and Engineer determines that soil must be subcut and replaced with suitable soil to establish suitable bearing conditions. Soil correction is as outlined in Section 02311. Includes replacement of subcut soil with suitable soil and compaction. b. If accepted by the Owner, payment for this item will be at the supplemental unit price per cubic yard of soil, as measured in- place. This supplemental unit cost is in addition to the "Excavation" item unit cost. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION MEASUREMENT AND PAYMENT 01225-19 o ° D.a z �r - N O MEASUREMENT AND PAYMENT 01225-19 Howard R Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01295 SCHEDULE OF VALUES PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Procedures required of the Contractor regarding format, style and submittal of Schedule of Values. B. Related Sections: 1. Section 01225 -Measurement and Payment. 1.02 SUBMITTALS: GENERAL N rJ A. Submit to the Engineer a Schedule of Values based upon the Contra8 PricEZZnd Bid Schedule, listing the major elements of work and the dollar value for 02ch elwent, -yj within ten (10) days after the official Notice to Proceed. D- i :Z ___ C-) -G — ai F B. Upon request of the Engineer, support the values with data which wiOttRstantiate rr- -i their correctness. !' ' J C. The Schedule of Values, unless objected to by the Engineer, shall be 'used qNy as the basis for the Contractor's Applications for Payment. ` ' 1.03 FORM AND CONTENT A. Type schedule on 8 -1/2 inch x 11 inch or 8 -1/2 inch x 14 inch white paper furnished by the Owner. Contractor's Standard Forms and automated printout will be considered for approval by the Engineer upon Contractor's request. Identify schedule with: 1. Title of Contract and location. 2. Engineer and Contract number. 3. Name and address of Contractor. 4. Date of submission. B. Schedule shall list the installed value of the component parts of the Work in sufficient detail to serve as a basis for computing values for progress payments during construction. This installed value shall be the unit price amount provided by the Contractor in the Bid Form. C. Utilize the items specified in the Bid Form as a guide to establish the format for the values of each major category. SCHEDULE OF VALUES 01295-1 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa D. Identify each line item with the number and title of the payment item. E. For the various portions of the Work: 1. Each item shall include a proportional amount of the Contractor's overhead and profit. 2. For items on which progress payments will be requested for stored materials, break down the value into: a. The cost of the materials, delivered and unloaded, with taxes paid. Paid invoices are required for materials upon request by the Engineer. b. The total installed value. F. Arrange the Schedule of Values in a tabular form with separate columns to indicate the following for each item listed: Bid Item Number G. The sum listed in the Schedule shall equal the total Contract Sum as provided by the Contractor in the Bid Schedule. H. Round amounts off to the nearest whole dollar; the total shall equal the Contract Sum. I. Update and resubmit the Schedule of Values with monthly applications for payment and when Change Orders result in a change in the Contract Sum. END OF SECTION SCHEDULE OF VALUES 01295-2 Bid Item Description _ Unit Type Unit Price CL Estimated Quantity LLJ :sr-- ° Scheduled Contract Amount Work Completed from Previous Applications Work Completed this Application Materials Presently Stored LL Total Completed and Stored to Date E Percentage of Item Complete Balance to Finish Retainage G. The sum listed in the Schedule shall equal the total Contract Sum as provided by the Contractor in the Bid Schedule. H. Round amounts off to the nearest whole dollar; the total shall equal the Contract Sum. I. Update and resubmit the Schedule of Values with monthly applications for payment and when Change Orders result in a change in the Contract Sum. END OF SECTION SCHEDULE OF VALUES 01295-2 Howard R. Green Company Project No. 191130J PART1 GENERAL 1.01 SUMMARY FY09 —Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01315 COORDINATION AND MEETINGS A. Section Includes: 1. Coordination. 2. Preconstruction conference. 3. Progress meetings. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225— Measurement and Payment. 1. Work of this Section is incidental to the "Mobilization and General Project Administration" item. 1.03 COORDINATION a y B yy A. Coordinate scheduling, submittals, and Work of the various Sections of §pp9ifiamtions — assure efficient and orderly sequence of installation of interdepenclonMonstuctif4 -1, elements. �'' 1.04 PRECONSTRUCTION CONFERENCE N 0 A. Engineer will schedule a conference after Notice of Award. B. Attendance Required: Owner, Engineer, Engineer's Consultant, Contractor, Contractor's Superintendent, and major subcontractors. C. Agenda: 1. Submission of list of subcontractors, list of products, Schedule of Values, and progress schedule. 2. Designation of personnel representing the parties in Contract and the Engineer. 3. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders and Contract closeout procedures. 4. Use of premises by Owner and Contractor. 5. Owner's requirements. 6. Facilities and controls provided by Owner. 7. Temporary utilities provided by Owner. 8. Security and housekeeping procedures. 9. Schedules. 10. Procedures for testing. 11. Procedures for maintaining record documents. COORDINATION AND MEETINGS 01315-1 Howard R. Green Company Project No. 191130J FY09 —Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 12. Compliance with applicably safety rules and regulations. 13. Compliance with applicable environmental rules and regulations. 1.05 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at weekly intervals. 1. Meeting intervals may be adjusted depending on nature of the Work as mutually agreed by Engineer and Contractor. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies within two days to Engineer, Owner, participants, and those affected by decisions made. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner's field representative, and Engineer or Engineer's Consultant, as appropriate to agenda dopics for each meeting. r t D. Agenda: p 3 + Review minutes of previous meetings. I 32 Review of Work progress. - 3-. Field observations, problems, and decisions. d. Identification of problems which impede planned progress. Review of submittals schedule and status of submittals. Review of off -site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding Work period. 10. Coordination of projected progress. 11. Maintenance of quality and Work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Other business relating to Work. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION COORDINATION AND MEETINGS 01315-2 Howard R Green Company Project No. 191130J SECTION 01330 SUBMITTALS PART1 GENERAL 1.01 SUMMARY FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Section Includes: 1. Procedural requirements for Work - related submittals. a. Construction progress schedules. b. Proposed products list. c. Shop drawings. d. Product data. e. Manufacturer's instructions. f. Manufacturer's certificates e. Guarantee, warranties, maintenance agreements and workmanship bonds. f. Test results. a 1.02 MEASUREMENT AND PAYMENT nco A y A. Refer to Section 01225 -Measurement and Payment. 1. Work of this Section is incidental to the "Mobilization and :Oenera�Proja Administration' item, except where direct payment is otherwise pLq� ded;_- 1.03 SUBMITTAL PROCEDURES N U A. Transmit each submittal with the Contractor's standard submittal form. B. Sequentially number the transmittal forms. Resubmittals to have original number with an alphabetic suffix. C. Identify Project, Contractor, Subcontractor or supplier; pertinent Drawing sheet and detail number(s), and specification Section number, as appropriate. D. Apply Contractor's stamp, signed or initialled certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with the requirements of the Work and Contract Documents. Submittals must be from the Contractor and bear his approval stamp. Submittals will not be received from or returned to subcontractors. E. Schedule submittals to expedite the Project, and deliver. Coordinate submission of related items. SUBMITTALS 01330 -1 Howard R Green Company Project No. 191130J FY09 –Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa F. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. G. Provide space for Contractor and Engineer review stamps. H. Revise and resubmit submittals as required, identify all changes made since previous submittal. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.04 ACTION ON SUBMITTALS A. Engineer's Action: 1. Except for submittals for record and similar purposes, where action and return on submittal is required or requested, Engineer will review each submittal, mark with appropriate action, and return. Where submittal must be held for coordination, — Engineer will so advise Contractor without delay. :K' Engineer will stamp each submittal with action stamp, appropriately marked with submittal action. If information submitted is not sufficient to complete review of submittal, Engineer �n will send transmittal to Contractor notifying that additional information is required. Submittal will not be returned. Submittal will be placed in an "on hold" status until Contractor provides additional information. a B. Eli mittals returned to the Contractor will indicate one of the following: 1`, Approved - Final Unrestricted Release: Where submittals are marked as "Approved," Work covered by submittal may proceed provided it complies with Contract Documents. Acceptance of Work depends on that compliance. 2. Reviewed as Noted - Final -But- Restricted Release: When submittals are marked as "Reviewed as Noted" Work covered by submittal may proceed provided it complies with Engineer's notations or corrections on submittal and with Contract Documents. Acceptance of Work depends on that compliance. Resubmittal is not required. 3. Reiected - Submittal Not Accepted: When submittals are marked as "Rejected," do not proceed with Work covered by submittal. Work covered by submittal does not comply with Contract Documents. Prepare new submittal for different material or equipment supplier or different product line or material of same supplier complying with Contract Documents. 4. Revise and Resubmit - Returned for Resubmittal: When submittals are marked as "Revise and Resubmit," do not proceed with Work covered by submittal. Do not permit Work covered by submittals to be used at Project site or elsewhere where Work is in progress. Revise submittal or prepare new submittal in accordance with Engineer's notations. Resubmit without delay. Repeat if required to obtain different action marking. SUBMITTALS 01330-2 Howard R Green Company Project No. 191130J 1.05 CONSTRUCTION PROGRESS SCHEDULES FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Submit initial progress schedule in duplicate within 10 days after date of Owner - Contractor Agreement for Engineer review. B. Revise and resubmit as required. C. Submit revised schedules with Application for Payment, identifying changes since previous version. D. Submit a horizontal bar chart with separate line for each major section of Work or operation, identifying first work day of each week. E. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. N F. Indicate estimated percentage of completion for each item a Workqgat submission. E5 v D J 7J G. Indicate submittal dates required for shop drawings, product data', -fang es, product delivery dates. H. Schedule Revisions: 1. Weekly to reflect changes in progress of Work. °y.. N 2. Indicate progress of each activity at date of submittal. CD 3. Show changes occurring since previous submittal of schedule. 1.06 PROPOSED PRODUCTS LIST each 7V I y� A. Within 15 days after date of Owner - Contractor Agreement, submit complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. B. For products specified only by reference standards, give manufacturer, trade name, model or catalog designation, and reference standards. 1.07 SHOP DRAWINGS A. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. B. After review, reproduce and distribute in accordance with Article on Procedures above and for Record Documents. SUBMITTALS 01330-3 Howard R Green Company Project No. 191130J 1.08 PRODUCT DATA FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Submit the number of copies which the Contractor requires, plus three copies which will be retained by the Engineer. B. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. C. After review, distribute in accordance with Article on Procedures above and provide copies for Record Documents. 1.09 MANUFACTURER'S INSTRUCTIONS A. When specified in individual specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, in quantities specified for Product Data. B. ctdentify conflicts between manufacturers' instructions and Contract Documents. c -� 1:10 MANUFAG'KURER'S CERTIFICATES A. When 'specified in individual specification Sections, submit manufacturers' certificate to E=ngineer for review, in quantities specified for Product Data. L k ° B. Wicate material or product conforms to or exceeds specified requirements. Submit spportirig reference date, affidavits, and certifications as appropriate. N C. Certificates may be recent or previous test results on material or Product, but must be acceptable to Engineer. 1.11 GUARANTEE, WARRANTIES, MAINTENANCE AGREEMENTS, AND WORKMANSHIP BONDS A. Refer to Specification sections for requirements. 1.12 TEST RESULTS A. Submit test results required in Specification sections. B. Submit test results upon completion of test or submittal of results from testing laboratory. C. Test results are submitted for review of conformance with specified requirements and information. SUBMITTALS 01330-4 Howard R Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION N 0 O ° C-) O:U � O SUBMITTALS 01330 -5 Howard R Green Company Project No. 191130J PART1 GENERAL 1.01 SUMMARY FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01350 ON -SITE HEALTH AND SAFETY REQUIREMENTS A. Section Includes: 1. Health and Safety requirements at Landfill sites. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 —Measurement and Payment. N 1.03 DESCRIPTION o 0 _? -gyp Pb d A. Construction /remediation activities at landfills or other waste disposaNite's mdy place- Contractor's personnel, personnel of other contractors hired by Owner- -�pp,rfcarm W &rk at site, and public in potentially hazardous situations due to exposure tI clfill,refu� g leachate and gases. R .� 2 , B. Contractor is responsible for implementation and enforcement of safe'=Work p"Pactices including, but not limited to, personnel exposure to refuse, leachate and gases; use of trenching, sheeting, and shoring; scaffolding; materials handling and drilling; operation of equipment; and safety of public during progress of Work. C. Possible Presence of Harmful and Dangerous Substances: 1. Construction of this Project will require special precautions because of the special conditions that exist in a landfill environment. These conditions include: The possible presence of potentially explosive and harmful gases resulting from decomposition of organic and other substances; the presence of leachate which is a liquid which emanates from the landfill and which contains dissolved, suspended, and or microbial contaminants from the solid waste deposits. Contact with this liquid may be harmful to human health and the environment. 2. Landfill gases including varying concentrations of methane and hydrogen sulfide gas known to be present within the landfill. Such gases are explosive in certain concentrations and also represent a hazard to life under certain conditions including but not limited to confined areas such as leachate lines and tanks, manholes, trenches and buildings. Because of these conditions, smoking is not permitted within the landfill area and will not be permitted within the limits of the Project. Contractor shall provide monitoring required to determine the presence, composition, and concentration of gases present in order to evaluate hazard potential and take appropriate safety measures which may include, but not be limited to: special ventilation; breathing apparatus and protective clothing for his ON -SITE HEALTH AND SAFETY REQUIREMENTS 01350-1 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa employees or subcontractors only; and explosion -proof and non - sparking equipment and fire protection. Leachate may be present in unknown quantities within the limits of the Project. Laboratory analysis of leachate samples indicate the presence of volatile organic compounds including acetone, benzene, toluene, and methyl ethyl ketone. pH of the leachate generally ranges from 6 to 7 units. Contractor is responsible for determining the presence of and potential hazards of any leachate encountered and is responsible for implementing safety measures as are appropriate. These measures may include, but shall not be limited to: protective clothing, special breathing apparatus, and explosion proof and non - sparking equipment. 1.04 QUALITY ASSURANCE A. Regulatory Requirements: 1. Contractor shall plan for and ensure personnel comply with basic provisions of OSHA Safety and Health Standards (29 CFR 1910), and General Construction Standards (29 CFR 1926) as appropriate. 2. Comply with applicable laws and regulations of any public body having jurisdiction for safety of persons or property. 1.05 OPERATIONS AND EQUIPMENT SAFETY A. Contractor is responsible for initiating, maintaining, and supervising safety precautions f and programs in connection with Work. Contractor shall take necessary precautions for safety of employees on Project site and other persons and organizations who may LA I be affected by Project. r, B. Contractor's duties and responsibilities for safety in connection with Work shall U continue until such time as Work is complete and shall continue though the correction otiod applicable under the Contract. N 1.06 HEALTH AND SAFETY A. Contractor is responsible for implementation and enforcement of health and safety requirements and will take necessary precautions and provide protection for following. 1. Personnel working on or visiting Project site, irrespective of employer. 2. Work and materials or equipment to be incorporated in Work area on- or off -site. 3. Other property at or adjacent to Project site. 4. Public exposed to job related operations or potential release of toxic or hazardous materials. B. Contractor shall prepare site - specific health and safety plan (HASP) following the requirements of 29 -CFR 1910.120, and 29 -CFR 1910.146. Such plan shall include appropriate measures for confined space entry as project conditions warrant. If Contractor does not have capability to prepare HASP, Contractor shall employ ON -SITE HEALTH AND SAFETY REQUIREMENTS 01350-2 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa consultants with appropriate capabilities. Contractor is solely responsible for adequacy of HASP's preparation, monitoring, management, and enforcement. At minimum, Contractor's HASP shall address following. 1. Site description and history. 2. Project activities, including coordination with other Contractors. 3. Hazard evaluation. 4. On -site safety responsibilities. 5. Work zones. 6. Personnel training. 7. Medical monitoring. S. Atmospheric monitoring. 9. Personal protection, clothing, and equipment. 10. Decontamination procedures. 11. Emergency procedures. C. Landfill gas and /or its condensate may warrant special safety precautions due to its toxic and flammable /explosive nature. Hazards that might occur could be one or more of the following: ., 1. Fires may start spontaneously from exposed and /or decomposing "ste. 2. Fires and explosions in confined or enclosed spaces from the pres`e_ oLTethanej gas. Tom:=; a z 3. Landfill gases may cause oxygen deficiency, explosive confions,ogr tcv(w atmospheres in underground trenches, vaults, conduits and structa(vi -, `0 ro J 4. Sudden subsidence or collapse of the landfill surface during activities_ q� such , drilling or excavating. c)_ ) 2. 5. Uncovered refuse can contain pollutants and chemicals harmful t-07 hum�it3 health. Do not come in direct contact with exposed refuse. CD 6. Leachate, the fluid from within the landfill, can contain pollutants and harmful chemicals. Do not come in direct contact with the leachate. 1.07 ENGINEER'S RESPONSIBILITIES A. When Engineer is required to be present on Project site to perform engineering services, Engineer will comply with Contractor's safety plans, programs, and procedures. B. If Engineer determines Contractor's safety plans, programs, and procedures do not provide adequate protection for Engineer, Engineer may direct its employees to leave Project site or implement additional safeguards for Engineer's. If taken, these actions will be in furtherance of Engineer's responsibility to its own employees only, and Engineer will not assume responsibility for protection of any other persons affected by Work. ON -SITE HEALTH AND SAFETY REQUIREMENTS 01350-3 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa C. If Engineer observes situations which appear to have potential for immediate and serious injury to persons, Engineer may warn persons who appear to be affected by such situations. Such warnings, if issued, shall be given based on general humanitarian concerns, and Engineer will not, by issuance of any such warning, assume responsibility to issue future warnings or any general responsibility for protection of persons affected by Work. 1.08 SUBMITTALS A. Submit copies of HASP to Owner and Engineer within 10 days after Notice to Proceed. Work on -site shall not proceed until HASP has been submitted to Engineer. 1. Submittal of Contractor's HASP to Engineer is to inform Engineer and Owner so they can comply with HASP during performance of their on -site responsibilities as described in Contract Documents. 2. Submittal of Contractor's HASP shall neither impose on Engineer responsibility for adequacy of HASP nor relieve Contractor from full responsibility therefore. PART2 PRODUCTS (Not Used) PART 3 EXECUTION r� (Not Used) - L .._: —A CO E3 � : -U Q: cf U_ (A- < 1' O 0 N END OF SECTION ON -SITE HEALTH AND SAFETY REQUIREMENTS 01350-4 Howard R Green Company Project No. 191 130J PART1 GENERAL 1.01 SUMMARY A. Section Includes: FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01360 PROJECT RECORD DOCUMENTS Record documents maintained by Contractor during construction and submitted to Engineer at Contract Closeout. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225— Measurement and Payment. 1. Work of this Section is incidental to the "Mobilization and GenerA Project Administration" item, except where direct payment is otherwise pcvided: C-) _ 1.03 SUBMITTALS A. At Substantial Completion: 1. Deliver one marked up set documents to Engineer. 1.04 SITE RECORD DOCUMENTS c, A. Maintain on site, one set of the following record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, submittals, product data, and samples. 6. Results of all field tests. PART 2 PRODUCTS (Not Used) PROJECT RECORD DOCUMENTS 01360-1 Howard R Green Company Project No. 191130J PART 3 EXECUTION 3.01 MAINTENANCE OF DOCUMENTS AND SAMPLES FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Store documents and samples in Contractor's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide secure storage space for storage of samples. B. Maintain documents in clean, dry, legible condition and in good order. Do not use record documents for construction purposes. C. Make documents and samples available for inspection by Engineer or Owner. D. Failure to properly maintain record documents may be reason to delay a portion of progress payments until records comply with Contract Documents. 3.02 RECORD DOCUMENTS A. Maintain record set of Drawings and Specifications legibly annotated to show all changes which are made during construction. 1. Drawings: Graphically depict changes by modifying or adding to plans, details, sections, elevations, or schedules. 2: Make changes on each sheet affected by changes. 3. Special attention shall be given to recording the horizontal and vertical location of 4 ; i all buried utilities that differ from the locations indicated or which were not indicated on the Contract Drawings. 4. Specifications: a.' Mark Specification sections: to show substantial variations in actual Work E'u performed in comparison with test of Specifications and modifications. Give particular attention to substitutions, selection of options and similar information on elements that are concealed or cannot otherwise be readily discerned later by direct observation. b. Note related record drawing information and Product Data. B. Record information concurrently with construction progress. 1. Do not conceal Work until required information is recorded. 2. Record changes made by Written Amendment, Field Order, Change Order or Work Directive Change. C. Record drawings shall be supplemented by any detailed sketches or typewritten changes to the Specifications, as necessary or directed to indicate fully the work as actually constructed. These master record drawings of the Contractor's representation of as -built conditions, including all revisions made necessary by addenda, change orders, and the like shall be maintained up -to -date during the progress of the work. PROJECT RECORD DOCUMENTS 01360-2 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa D. Record documents shall be accessible to the Engineer at all times during the construction period and shall be delivered to the Engineer upon completion of the work prior to final acceptance of project. E. Request for partial payments will not be approved if the record drawings are not kept current and not until the completed record drawings showing all variations between the work as actually constructed and as originally shown on the Contract Drawings or other Contract Documents have been inspected by the Engineer. F. Contractor shall contact surveyor to obtain as -built elevation data required on the record drawings. This information includes but is not limited to; leachate collection top of pipe, swalelditch centerline elevations, inlet elevations, exposed existing gas line locations and elevations, etc. G. Final payment will not be approved until the Contractor prepared record drawings have been delivered to the Engineer. Record drawings may be in the form of a set of prints with carefully plotted information overlaid in red pencil. N O H. Prior to final acceptance, the Contractor shall complete and deliver F;compWe set of record drawings to the Engineer, conforming to the constructiorz5recora� of 'the Contractor. These drawings shall consist of corrected plans sho4jithe= Yeported location of the work. The information submitted by the Contractor anp-ikork5,rated by the Engineer into the record drawings will be assumed to be reliable,.and -the Engineer will not be responsible for the accuracy of such information, nor ToF—Uy_error$ or omission which may appear on the record drawings as a result. END OF SECTION PROJECT RECORD DOCUMENTS 01360-3 Howard R. Green Company Project No. 191139J SECTION 01400 QUALITY CONTROL PART1 GENERAL 1.01 SUMMARY FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Section Includes: 1. Materials testing laboratory requirements. 2. Owner's and Contractors responsibilities for materials testing. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 —Measurement and Payment. 1. Work of this Section is incidental to those specific Work items thaArequire�l #oratory testing. 1.03 QUALITY ASSURANCE /CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site Condition, and workmanship, to produce Work of specified quality. C-3 B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as a minimum quality for the Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanship of specified quality. F. Secure Products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. 1.04 REFERENCES A. American Society for Testing and Materials (ASTM): E329 -90 -Standard Practice for Use in the Evaluation of Testing and Inspection Agencies as Used in Construction. B. Conform to reference standard by date of issue current on date of Owner - Contractor Agreement. QUALITY CONTROL 01400-1 Howard R. Green Company Project No. 1911391 1.05 QUALIFICATIONS OF LABORATORY A. Meet basic requirements of ASTM E329. FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa B. Testing Equipment: 1. Calibrated at reasonable intervals by devices of accuracy traceable to either: a. National Bureau of Standards. b. Accepted values of natural physical constants. 1.06 LIMITATIONS OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements of Contract Documents. 2. Approve or accept any portion of Work. 3. Perform duties of Contractor. 1.07 TESTING LABORATORY AND INSPECTION SERVICES A. Owner will employ and pay for services of the testing laboratory to show conformance with the Contract Documents for the compacted clay liner, destructive samples of geomembrane seams, and other installed products. 1, Owner testing requirements are as outlined in the specifications and in accordance c" with•Owner's QC&A Plan. 2. Contactor shall be responsible for coordination and scheduling Owner's testing I ` ' services with Engineer, as needed for the project. V_ t Failure of Contractor to schedule and coordinate sampling and tests may require r ._6 Contractor to access previously installed Work in order to complete testing - requirements. Costs for this access and rework shall be born completely by the a Contractor. B. 64itractor shall appoint and employ services of an independent firm, approved by the Owner, to perform source testing of aggregate and other earthen material to be used in the Work, and on -site testing of the geomembrane seams. 1. Contractor testing requirements areas outlined in the specifications and in accordance with the Owner's QC &A Plan. 2. Reports shall be submitted to Engineer giving observations and results of test, indicating compliance or non - compliance with Contract Documents. C. Owner's and Contractor's laboratory and other testing services shall, in no way, relieve Contractor's obligations to perform Work of Contract. D. Contractor's Responsiblities: 1. Deliver to job site or designated location adequate samples of materials proposed to be used which require testing. 2. Cooperate with laboratory personnel and provide access to work. QUALITY CONTROL 01400-2 Howard R. Green Company Project No. 191139J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 3. Provide incidental labor and facilities to provide access to work to be tested, to obtain and handle samples at the site or at source of products to be tested, to facilitate tests and inspections, and for storage and curing of test samples. 4. Notify Engineer and laboratory sufficiently in advance of operations to allow for required inspection and testing services. 5. Submit copies of test reports in accordance with specifications. 6. Make arrangements with laboratory and pay for additional samples and tests required for Contractor's convenience. E. Retesting required because of non- conformance to specified requirements shall be performed by the same independent firm on instructions by the Engineer. Payment for retesting by Owner's laboratory will be charged to the Contractor by deducting inspection or testing charges from the Contract Sum. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION (Not Used) END OF SECTION QUALITY CONTROL 01400-3 N 0 d ° C-) -L - -U° rat -, Fl .tom N 1� QUALITY CONTROL 01400-3 Howard R. Green Company Project No. 191130J PART1 GENERAL 1.01 SUMMARY FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01500 TEMPORARY FACILITIES AND CONTROLS A. Section Includes: 1. Temporary Utilities: Electricity, lighting, heat, ventilation, telephone service, water, and sanitary facilities. 2. Temporary Controls: Barriers, enclosures and fencing, protection of the Work, and water control. 3. Construction Facilities: Access roads, parking, progress cleaning, project signage, and temporary buildings. N CJ 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 — Measurement and Payment.- ,....; _ 1. Work of this Section is incidental to the "Mobilization and' General' Projyect Administration" item, except where direct payment is otherwise proVic ed.-,o +� PART2 PRODUCTS 2.01 TEMPORARY ELECTRICITY AND LIGHTING A. Provide and pay for power service required from Utility source. B. Temporary lighting shall be sufficientto enable Contractor and Subcontractors to complete Work and enable Engineer to observe Work as it is being performed. Illumination shall meet or exceed state code requirements 2.02 TEMPORARY HEAT A. Provide and payforheat devices and heat as required to maintain specified conditions for construction operations and for field office. 2.03 TELEPHONE SERVICE A. Provide, maintain and pay for telephone service to field office at time of project mobilization. Cellular phone service is acceptable. TEMPORARY FACILITIES AND CONTROLS 01500-1 Howard R. Green Company Project No. 191130J 2.04 TEMPORARY WATER SERVICE FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Make suitable arrangements for temporary water service at Contractor's expense if water is needed for construction or testing. 2.05 TEMPORARY SANITARY FACILITIES A. Provide temporary sanitary toilet facilities conforming to state and local health and sanitation regulations, in sufficient number for use of Contractor's and Subcontractor's employees and other personnel authorized by Owner to enter site. B. Maintain in sanitary condition and properly supply with toilet paper. 2.06 TEMPORARY FIRE PROTECTION A. Provide and maintain in working order, minimum of one fire extinguisher in each construction trailer, construction vehicle, construction equipment, and such other fire protective equipment and devices as would be reasonably effective in extinguishing fires by personnel at Project site. 2.07 SECURITY r. A. Security will not be provided by OWNER. B. Contractor shall be responsible for loss or injury to persons or property where Work is involved,, and shall provide security and take precautionary measures to protect Contractor's and Owner's interests. 2.08 CONTRACTOR'S FIELD OFFICE ." A. Establish at site of Project. General Construction: New or reconditioned mobile office trailer. B. Equipment: Telephone (cell phone also acceptable), mailing address, and sanitary facilities. C. Assure attendance at this office during the normal working day. D. At this office, maintain complete field file of shop drawings, posted Contract Drawings and Specifications, and other files of field operations including provisions for maintaining "As Recorded Drawings." E. Remove field office from site upon approval by Owner and immediately after acceptance of the entire work by the Owner. F. Contractor shall pay utility costs associated with the field office. TEMPORARY FACILITIES AND CONTROLS 01500-2 Howard R. Green Company FY09 —Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 2.09 ENGINEER'S FIELD OFFICE A. Separate office in Contractor's field office. Engineer's field office shall be utilized by the Owner, Engineer, Testing Laboratory personnel, and the Surveyor. 2.10 TRAFFIC CONTROL A. Provide temporary traffic control as defined in Supplementary Conditions. 2.11 ACCESS ROADS AND TEMPORARY PARKING A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. B. Extend and relocate as Work progress requires. C. Provide means of removing mud from vehicle wheels before entering streets. D. Areas of site to be designated by Engineer to be used for parking of construction personnel's private vehicles, Contractor's light- weight vehicles, and Contractor's equipment. 1. All areas used for parking or storage will be maintained in and returned to cudition in which they were found prior to construction or restored as part of project completion. PART 3 EXECUTION 3.01 GENERAL ' 'V A. Maintain and operate systems to ensure continuous service. B. Modify and extend systems as Work progress requires. G 3.02 REMOVAL A. Completely remove temporary materials, equipment, signs, and structures when no longer required. B. In unfinished areas, clean and repair damage caused by temporary installations or use of temporary facilities, restore drainage, and evenly grade, seed or plant as necessary to provide appearance equal to or better than original. C. In finished areas, restore existing or permanent facilities used for temporary services to specified, or original condition. 3.03 DAMAGE TO EXISTING PROPERTY A. Contractor is responsible for replacing or repairing damage to existing buildings, structures, sidewalks, roads, parking lot surfacing, and other existing assets. END OF SECTION TEMPORARY FACILITIES AND CONTROLS 01500-3 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City and Recycling Center Iowa City, Iowa SECTION 01570 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Requirements to minimize pollution of air, water, or land; control of noise, the disposal of solid waste materials, and protection of deposits of historical or archaeological interest. a. Control of erosion and sedimentation due to construction activities. b. Solid waste disposal. c. Control of chemical waste. d. Control of dust. e. Control of noise. f. Protection of historical and cultural resources. g. Protection of roadways. U d B. Related Sections: 3> 1. Section 02270 — Soil Erosion and Sedimentation Control. C-) 1.02 MEASUREMENT AND PAYMENT C3-, A. Refer to Section 01225 —Measurement and Payment. 1.03 SUBMITTALS A. Contractor's Storm Water Pollution Prevention Plan. B. Submit in accordance with Section 01330. 1.04 REFERENCES A. EPA (NPDES) - National Pollutant Discharge Elimination System (NPDES), Construction General Permit; current edition; http://cfl)ub.epa.gov/npdes/stormwater/cqp.cfm. B. FHWA FLP -94 -005 - Best Management Practices for Erosion and Sediment Control; Federal Highway Administration; 1995. ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570-1 Howard R Green Company Project No. 191130J 1.05 NPDES PERMIT FY09 — Stage 1 Cell Construction Iowa City and Recycling Center Iowa City, Iowa A. Contractor shall procure and pay for the required National Pollutant Discharge Elimination System ( NPDES) General Permit Number 2 for "Storm Water Discharge Associated with Industrial Activitv for Construction Activities'. B. Provide all monitoring and test reporting relating to the discharges as required by the permit. PART 2- PRODUCTS (Not Used) PART 3 - EXECUTION 3.01 GENERAL A. ,.Employ and utilize environmental protection methods, obtain all necessary permits, sand fully observe all local, state, and federal regulations. Contractor shall be responsible for any and all fines imposed by any regulatory agency due to the Cont rs activities. B. k ana- Prgtection: 1, Except for any work or storage area and access routes specifically assigned for the use of the Contractor, the land areas outside the limits of construction shall be preserved in their present condition. Contractor shall confine his construction e activities to areas defined for work within the Contract Documents. 2. Manage and control all borrow areas, work or storage areas, access routes and embankments to prevent sediment from entering nearby water or land adjacent to the work site. 3. Restore all disturbed areas including borrow and haul areas and establish permanent type of locally adaptable vegetative cover. Grade all disturbed areas to drain and prevent on -site ponding of water. 4. Unless earthwork is immediately paved or surfaced, protect all side slopes and backslopes immediately upon completion of final grading. 5. Plan and execute earthwork in a manner to minimize duration of exposure of unprotected soils. 6. Except for areas designated by the Contract Documents to be cleared and grubbed, the Contractor shall not deface, injure or destroy trees and vegetation, nor remove, cut, or disturb them without approval of the Engineer. Any damage caused by the Contractor' equipment or operations shall be restored as neatly as possible to its original condition at the Contractor's expense. ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570-2 Howard R Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City and Recycling Center Iowa City, Iowa 3.02 EROSION AND SEDIMENTATION CONTROL A. Prepare a Storm Water Pollution Prevention Plan: 1. Submit copy to Engineer prior to start of site work. 2. Include: a. Site plan identifying soils and vegetation, existing erosion problems, and areas vulnerable to erosion due to topography, soils, vegetation, or drainage. b. Site plan showing grading; new improvements; temporary roads, traffic accesses, and other temporary construction; and proposed preventive measures. c. Where extensive areas of soil will be disturbed, include storm water flow and volume calculations, soil loss predictions, and proposed preventive measures. d. Schedule of temporary preventive measures, in relation to ground disturbing activities. e. Other information required by law. f. Format required by law is acceptable, provided any additional information specified is also included. 3. Obtain the approval of the Plan by authorities having jurisdiction. B. Erosion Protection: �? 1. Utilize methods necessary to effectively prevent erosion @qdr control "of: sedimentation. Such methods may include but are not necessarUyidivnitdd to the following: a. Retardation: Mechanically retard rate of runoff by constructiiorF.of diversion_; ditches, terraces, and berms. Divert run off to protect drainage eou "rses.- b. Protect side and backslopes as soon as rough grading is com�fete by accelerated growth of permanent vegetation, temporary vegetation, mulching or netting. c. Where slopes are too steep for stabilization, use hydroseeding, mulching anchored in place, cover by anchored netting, sodding, or combination to prevent erosion. d. Remove temporary protection prior to final grading operations. C. Comply with all requirements of U.S. Environmental Protection Agency and Iowa Department of Natural Resources for erosion and sedimentation control. D. Best Management Practices Standard: Federal Highway Administration Best Management Practices for Erosion and Sediment Control. E. Develop and follow an Erosion and Sedimentation Prevention Plan and submit periodic inspection reports. F. Do not begin clearing, grading, or other work involving disturbance of ground surface cover until applicable permits have been obtained; furnish all documentation required to obtain applicable permits. ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570-3 Howard R Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City and Recycling Center Iowa City, Iowa 1. Obtain and pay for permits and provide security required by authority having jurisdiction. 2. Owner will withhold payment to Contractor equivalent to all fines resulting from non - compliance with applicable regulations. G. Timing: Put preventive measures in place as soon as possible after disturbance of surface cover and before precipitation occurs. H. Storm Water Runoff: Control increased storm water runoff due to disturbance of surface cover due to construction activities for this project. 1. Prevent runoff into storm and sanitary sewer systems, including open drainage channels, in excess of actual capacity or amount allowed by authorities having jurisdiction, whichever is less. 2. Anticipate runoff volume due to the most extreme short term and 24 -hour rainfall events that might occur in 25 years. I. Erosion On Site: Minimize wind, water, and vehicular erosion of soil on project site due to construction activities for this project. 1. Control movement of sediment and soil from temporary stockpiles of soil. 2. Prevent development of ruts due to equipment and vehicular traffic. 3. If erosion occurs due to non - compliance with these requirements, restore eroded t7 areas at no cost to Owner. J. Erosion' Off Site: Prevent erosion of soil and deposition of sediment on other _ 1 properties caused by water leaving the project site due to construction activities for this a 9 project. .. 1. Prevent windblown soil from leaving the project site. 2. Prevent tracking of mud onto public roads outside site. �3. Prevent mud and sediment from flowing onto sidewalks and pavements. If erosion occurs due to non - compliance with these requirements, restore eroded areas at no cost to Owner. K. Sedimentation of Waterways On Site: Prevent sedimentation of waterways on the project site, including rivers, streams, lakes, ponds, open drainage ways, storm sewers, and sanitary sewers. 1. If sedimentation occurs, install or correct preventive measures immediately at no cost to Owner; remove deposited sediments; comply with requirements of authorities having jurisdiction. 2. If sediment basins are used as temporary preventive measures, pump dry and remove deposited sediment after each storm. L. Sedimentation of Waterways Off Site: Prevent sedimentation of waterways off the project site, including rivers, streams, lakes, ponds, open drainage ways, storm sewers, and sanitary sewers. ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570-4 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City and Recycling Center Iowa City, Iowa 1. If sedimentation occurs, install or correct preventive measures immediately at no cost to Owner; remove deposited sediments; comply with requirements of authorities having jurisdiction. M. Open Water: Prevent standing water that could become stagnant. N. Maintenance: Maintain temporary preventive measures until permanent measures have been established. 3.03 SOLID WASTE DISPOSAL A. Contractor Generated: 1. Collect solid waste on a daily basis. 2. Disposal of non - hazardous waste generated on -site is approved for disposal at the current active landfill working face. 3. Solid waste generated off -site shall not be brought onto or accepted at the site as part of this contract. B. Excavated: 1. Contractor shall place all excavated solid wastes in the desigrr4ed aFea of the landfill as directed by the Engineer. *� c) 3 a. Refer to Section 02331, Waste Excavation and Placement 3.04 CONTROL OF CHEMICAL WASTE • r� A. Store and dispose of chemical wastes in a manner approved by regulatory agencies N) B. Take special measures to prevent chemicals, fuels, oils, greases, herbicides, and insecticides from entering drainage ways. C. Do not allow water used in on -site material processing, concrete curing, cleanup, and other waste waters to enter a drainage way(s) or stream. D. Spilled material and resulting contaminated soils shall be removed and disposed of in accordance with regulatory guidance E. Contractor to pay all regulatory and Owner incurred costs resulting from improper discharges and corrective actions. 3.05 CONTROL OF DUST A. The control of dust shall mean that no construction activity shall take place without applying all such reasonable measures as may be required to prevent particulate matter from becoming airborne so that it remains visible beyond the limits of construction. Reasonable measures may include paving, frequent road cleaning, planting vegetative groundcover, or application of water. ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570-5 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City and Recycling Center Iowa City, Iowa B. Utilize methods and practices of construction to eliminate dust in full observance of agency regulations. C. The Engineer will determine the effectiveness of the dust control program and may request the Contractor to provide additional measures, at no additional cost to Owner. 3.06 PROTECTION OF AIR QUALITY A. Minimize air pollution by requiring use of properly operating combustion emission control devices on construction vehicles and equipment and encourage shutdown of motorized equipment not in use. B. Do not burn trash or vegetation on construction site. C. Stage and conduct Work in a manner that will minimize release of offensive odors. 1. Refer to Section 02331, Waste Excavation and Placement 3.07 CONTROL OF NOISE A. Conduct operations to cause least annoyance to residents in vicinity of Work, and comply with applicable local ordinances. C B. Equip compressors, hoists, and other apparatus with mechanical devices necessary to LJ J , minimize noise and dust. Equip compressors with silencers on intake lines r C. Equip gasoline or oil- operated equipment with silencers or mufflers on intake and r r exhaust lines. D.J�oute vehicles carrying rock, soil or other material over such streets as will cause least annoyance to public and do not operate on public streets outside of times identified in Section 01110, Summary of Work. 3.08 HISTORICAL PROTECTION A. If during the course of construction, evidence of deposits of historical or archaeological interests are found, cease work affecting the find and notify Engineer. Do not disturb deposits until written notice from Engineer is given to proceed. 3.09 PROTECTION OF ROADWAYS A. Contractor is responsible for maintenance and restoration of public roads used for hauling of materials and equipment to the site. ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570-6 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City and Recycling Center Iowa City, Iowa B. Contractor shall clean debris resulting from his operations from the haul roads on a daily basis, or as instructed by the Engineer. C. The Contractor shall not utilize local storm sewer inlets to wash and remove debris from the haul roads. D. All hauling operations on- and off -site shall be completed in a manner that minimizes deposition of litter and debris on adjacent roadways. 3.10 FUELS AND LUBRICANTS A. Comply with local, state and federal regulations concerning transportation and storage of fuels and lubricants. B. Fuel storage area and fuel equipment shall be approved by Engineer prior to installation. Submit containment provisions to Engineer for approval. C. Report spills or leaks from fueling equipment or construction equipment to,Engineer and cleanup as required. D. Engineer may require Contractor to remove damaged or leaking:0Vpment from: Project site. C" � -- � r1 Gl r- 3.11 COMPLETION OF WORK =<f -,i A. Upon completion of work, leave area in a clean, natural looking condition. R, B. Remove all signs of temporary construction and activities incidental to construction of required permanent work. END OF SECTION ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570-7 Howard R Green Company Project No. 1911301 PART1 GENERAL 1.01 SUMMARY FY09 –Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01600 MATERIALS AND EQUIPMENT A. Section Includes: 1. Conditions for material substitutions. 2. Delivery and handling of materials on -site. 3. Protection of materials stored on -site 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 – Measurement and Payment. 1. Work of this Section is incidental to the "Mobilization and General Project Administration" item, except where direct payment is otherwise provided. a. No payment will be made to Contractor for equipment or materials ndproperly stored, insured or without approved submittals. c, b. No payment will be made for equipment and materials stored ° -Pi e. =J d c. Previous payments for items will be deducted from subsequen 4vrew estimate(s) if proper storage procedures are not observed. -t 1r v i 1.03 SUBSTITUTIONS. _. A. Quality Assurance: 1. In making request for substitution or in using an approved product, Contractor represents: a.. He has investigated proposed product, and has determined that it is equal or superior in all respects to that specified, and that it will perform function for which it is intended. b. He will provide same guarantee for substitute item as for product specified. c. He will coordinate installation of accepted substitution into work, to include any modifications to the work if necessary, making such changes as may be required for work to be complete in all respects. d. He waives all claims for additional costs related to substitution which subsequently arise. B. Procedure for Requesting Substitution 1. Considered after award of Contract. 2. Written requests through Contractor only. 3. In accordance with Section 01330. MATERIALS AND EQUIPMENT 01600-1 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa C. Transmittal Contents: 1. Product identification: a. Manufacture's name. b. Telephone number and representative contact name. c. Specification section or drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents. 2. Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents. 3. Itemized comparison of original and proposed product addressing product characteristics including but not necessarily limited to: a. Size. b. Composition or materials of construction. c. Weight. d. Electrical or mechanical requirements. 4. Product experience: a. Location of past projects utilizing product. b. Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product. c. Available field data and reports associated with proposed product. 5. Data relating to changes in construction schedule. 6. Data relating to changes in cost. 7. Samples: a. At request of Engineer. b. Full size if requested by Engineer. c. Held until substantial completion. a 4 d. Engineer not responsible for loss or damage to samples. D. ' dpproual or Rejection Lr r1. .Written approval or rejection of substitution given by the Engineer. t Engineer reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. '3. In the event the substitution results in a change of Contract price or time, provisions in General Conditions will be applied for adjustment. 4. Substitutions will be rejected if: a. Submittal is not through the Contractor with his stamp of approval. b. Requests are not made in accordance with this Section. c. In the Engineer's opinion, acceptance will require substantial revision of the original design. d. In the Engineer's opinion, substitution is not equal to original product specified or will not perform adequately the function for which it was intended. MATERIALS AND EQUIPMENT 01600-2 Howard R Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 1.04 DELIVERY A. Scheduling: 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Contractor shall review delivery and storage requirements for the proposed geosynthetic materials. B. Packaging: 1. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. C. Identification: 1. Clearly and fully mark and identify as to manufacturer, item, and installation location. D. Protection and Handling: 1. Provide manufacturer's instructions for storage and handling. G V 1.05 MANUFACTURER'S INSTRUCTIONS C-> — Gl A. Installation of equipment and materials shall comply with manufacturaekinstriwtiom:il Obtain and distribute printed copies of such instructions to parties inv6lv69 in_: installation. F,- 1. Maintain one set of complete instructions at job site during installation angldntil completion of Work. — B. Handle, store, install, connect, clean, condition, and adjust materials and equipment in accordance with manufacturer's written instructions and in conformance with Specifications. 1. If job conditions or specified requirements conflict with manufacturer's instructions, consult Engineer for further instructions. PART PRODUCTS 2.01 DEFINITIONS A. Products: Means new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required by Contract for reuse. MATERIALS AND EQUIPMENT 01600-3 Howard R Green Company FY09— Stage d Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa PART 3 EXECUTION 3.01 PROTECTION, STORAGE AND HANDLING A. Manufacturer's Instruction: 1. Store and protect all products or equipment in accordance with manufacturer's written directions. a. Store products or equipment in locations to avoid physical damage to items while in storage. b. Handle products or equipment in accordance with manufacturer's recommendations and instructions. c. Store sensitive products in weather - tight, climate controlled enclosures. 2. Protect equipment from exposure to elements and keep thoroughly dry. 3. For exterior storage of fabricated products, place on sloped supports above the ground surface. 4. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation. 5. When space heaters are provided in equipment, connect and operate heaters during storage until equipment is placed in service. 3.02 STORAGE AREAS A. Store in areas as shown on the Contract Drawings or as approved by Engineer. B. The Owner assumes no liability for materials stored by the Contractor. 3.03 FIELD QUALITY CONTROL A. "Inspect Deliveries: T. Inspect all products or equipment delivered to the site prior to unloading. Reject all products or equipment that are damaged, used, or in any other way unsatisfactory P for use on this Project. B. Monitor Storage Area: •1: Morilor storage area to ensure suitable temperature and moisture conditions are `T' maintained. N END OF SECTION MATERIALS AND EQUIPMENT 01600-4 Howard R Green Company Project No. 191130J SECTION 01722 SURVEYING PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Field surveying requirements. B. Owner will employ and pay for surveying services. 1.02 MEASUREMENT AND PAYMENT FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Refer to Section 01225 — Measurement and Payment. 1. Coordination of surveying by Contractor is incidental to the "Mobilization and General Project Administration" item. o 0 1.03 GENERAL A. Contractor shall provide and update a schedule for construction stalPin on,a,wee}cy basis. j B. Surveying services for this project will be provided to the Contractor for, the duration of Contract. The Contractor shall provide an advanced seventy -two (72)' hour notification to the Engineer for surveying services. Contractor shall promptly notify Engineer of any discrepancies identified. C. Contractor is responsible for requesting and directing all layout work associated with this project in a timely and responsible fashion. The inability of the Contractor to successfully direct and utilize the Owner furnished surveyor shall not be a cause for additional compensation. D. Costs of excessive surveyor re- staking due to Contractor negligence shall be deducted from the Contractor's final pay request. E. Survey data will be made available in electronic format, AutoCad, most recent version, 1.04 PRIMARY CONTROL MONUMENT A. Benchmarks to establish primary vertical horizontal control for Work are indicated on Drawings. B. Protect and maintain primary control monuments shown on Drawings throughout Project area. SURVEYING 01722-1 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa C. If marked corners and monuments are damaged by Contractor, replace by Registered Land Surveyor at Contractor's expense. PART 2 PRODUCTS 2.01 SURVEYOR A. Surveyor shall be employed and paid for by Owner. PART 3 EXECUTION 3.01 GENERAL A. All survey data shall use same control datum as that established in the Contract Drawings. B. Primary line and grade will be provided and established by Owner's surveyor by means of stakes placed at site of Work. C. Owner's surveyor will spot survey changes required during construction for record documentation. 3.02 SURVEY REQUIREMENTS A. Construction surveying as coordinated by Contractor. B. LLiner-Layer thickness Documentation: — -1 ; Surveyor will determine thickness of liner layers conducted on 100 foot x 100 foot i grid. 2: In addition to grid, included will be survey points at all major breaks in slope (i.e. top and toe of slope). The grid will be extended vertically for each surface to enable calculation of vertical thickness of the layers at each grid point. The same grid points shall be used for documentation of each layer. The surveyed vertical thickness at each grid point shall be used to calculate the actual thickness perpendicular to the slope. 4. Each survey shall be documented on grade documentation table and reviewed and approved by the Engineer prior to Contractor starting construction of next layer. SURVEYING 01722-2 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 5. Surveyor will document horizontal and vertical locations at each grid point for the following: a. Top of subgrade. b. Top of sand groundwater collection layer. c. Top of clay liner. d. Top of leachate drainage layer. 6. If probing of soil layers is performed to document thickness in lieu of grid survey, it shall be done in the presence of the Owner's QC &A representative and Contractor using a method approved by the Engineer. C. Surveyor will provide maps indicating x, y, z coordinates and appropriate labeling for the following: 1. Testing locations of soil and geomembrane as directed by Engineer. 2. Edge of geomembrane at 100 ft. intervals and at corners. 3. Buried leachate and groundwater piping, x, y, and z coordinates provided at 100 ft stations. 4. Ground and top -of -pipe elevations for leachate and groundwater collection pipe cleanouts, manholes, and any existing leachate lines exposed dp9ng the construction. 5. Invert elevations and locations of all existing and replaced leachatelttanhofes. 6. Inverts on upstream and downstream locations of culverts, stormliew r, and other- surface water management structures. C'T - 7. Outline of riprap, existing and placed as part of this Work. t _ 8. Other surface features such as roads, etc. C • 9. Locations of underground and overhead electrical, telephone lines�A&ried gas lines and water lines. N D. Surveyor will provide as- constructed site survey including all improvements and final grades at 2 -foot contour intervals of all portions of the site, including portions disturbed or modified as a result of this construction, and adjacent areas of the property. Provide map and electronic file at scale of 1" =100'. At minimum surveyor will include all items listed in item 3.02 C, displayed as separate layers and properly annotated on the maps. END OF SECTION SURVEYING 01722-3 Howard R Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01780 CONTRACT CLOSEOUT PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Description of procedures to be followed and related work required to accomplish an orderly transfer of Project deliverables from the Contractor to the Owner. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 —Measurement and Payment. 1. Work of this Section is incidental to the "Mobilization and General Project Administration" item, except where direct payment is otherwise provided. 1.03 DEFINITIONS o o � _ � A. Punch List: The stated qualification accompanying either the EngineEf_El�eCtt;icate bt Substantial Completion or the Certificate of Final Payment, or any liE4-)o_�,coQrucilori items found to be deficient or incomplete through review of the Work byc5ngMLw an_ d communicated in writing to Contractor at any time during the Contract i:'ld,�qqd. 1.04 SUBMITTALS N A. Substantial Completion: 1. Contractor to notify Engineer that the Contractor considers the Work as a whole to be in Substantial Completion and request for a Substantial Completion inspection. 2. Record Documents. 3. Certificates of Inspection and Occupancy if required in local jurisdiction. 4. A list of work not to be considered for Substantial Completion. 5. Inventory of extra materials and spare parts delivered to the Owner. a. Organize by Specification Sections. B. Final Completion: 1. Contractor to notify Engineer that the Contractor considers the entire Work to have progressed to final completion. 2. Final completion submittals; a. All Iowa sales /use taxes; b. Waivers of liens from all Subcontractors and suppliers; c. Evidence of payments. d. Final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. CONTRACT CLOSEOUT 01780-1 Howard R Green Company Project No. 191130J PART 2 PRODUCTS (Not Used) PART 3 EXECUTION FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 3.01 SUBSTANTIAL COMPLETION, ADJUSTMENT AND RELEASE OF RETAINAGE A. When the Work is found to be in a state of Substantial Completion with stated qualifications: 1. Engineer: Determine the value of the punch list work using either the Project approved schedule of values or other method at his discretion. 2. Retainage shall not be reduced to less than five (5) percent of the Contract Amount. B. No partial payments of the retainage will be allowed. 3.03 INSPECTION FOR FINAL ACCEPTANCE AND PAYMENT A. When the items of Work on the Punch List(s) have been completed, and Contractor considers the Work of the entire Project is complete, he shall submit written - certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of Owner's "'. representative and are operational. g � 3. Work is completed and ready for final inspection. a� B. 'Engineer and Owner will make an inspection with the Contractor to verify the status of 'completion within 5 calendar days after receipt of such certification. C. Should Engineer consider that the Work is incomplete or defective: 1. Engineer: Notify the Contractor in writing within 5 calendar days, listing the incomplete or defective work. 2. Contractor: Remedy the stated deficiencies, and send a second written certification to Engineer that the Work is complete. 3. Engineer will reinspect the Work. D. When Engineer finds the Work acceptable in accordance with the Contract Documents: Engineer requests Contractor to make closeout submittals. CONTRACT CLOSEOUT 01780-2 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa E. Reinspection costs and /or additional survey costs incurred by the Engineer /Owner will be deducted by the Owner from the final payment to the Contractor. 3.04 FINAL APPLICATION FOR PAYMENT A. Prior to submitting final application for payment: 1. Complete demobilization. 2. Submit record drawings to Engineer. B. Submit final application for payment in accordance with procedures and requirements stated in the Conditions of the Contract. C. Engineer will review application and recommend payment within 5 calendar days of receipt of application. END OF SECTION CONTRACT CLOSEOUT 01780-3 N O O O C-) q4q.� n� ^ Cn N CONTRACT CLOSEOUT 01780-3 Divislu" —02 SITE CONSTRUCTION J' N N U Q O .�r7, a i� J' N Howard R. Green Company Project No. 191130J SECTION 02058 CLAY LINER PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Installation of compacted clay liner. FY09 –Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa B. Related Sections 1. Section 02311 – Mass Excavation, Backfill, and Compaction 2. Section 02072 - High Density Polyethylene (HDPE) Geomembrane 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 –Measurement and Payment. 1.03 DEFINITIONS N A. Lift: One layer of clay material placed in loose lift and compac8d to Ahickness specified. )> oa 6 1.04 QUALITY ASSURANCE h 4 — v, � r �I A. All materials testing and documentation shall comply with Owner's&A�rog?a Manual. b N PART 2 PRODUCTS 2.01 SOURCE OF MATERIAL A. Select clay materials for use in the compacted clay liner shall be excavated from the cell area. All sand or other unsuitable materials shall be removed as directed by the Engineer. Removal of unsuitable materials is incidental to this Work. 2.02 CLAY LINER A. Properties: 1. Permeability: 1 x 10 -7 cm /sec or less. 2. Free of stones greater than 2 ". No stones greater than 3/8" at surface, after smooth rolling, directly in contact with the geomembrane. 3. Max. clod size: 3 in. 4. Non - organic Soil classified as CL or CH by Unified Soil Classification System. CLAY LINER 02058-1 Howard R. Green Company Project No. 191130J PART 3 EXECUTION 3.01 EXAMINATION FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Approval of subgrade prior to placement of clay liner. 1. Proof roll and examine surfaces to receive clay material within limits of excavation to determine existence of soft areas, areas loosened by frost action or softened by flooding, weather or of unsuitable materials. a. If granular drainage layer is present directly beneath clay liner, proof rolling shall be performed on subgrade prior to placement of granular material. 2. Determination of soft areas will be based on Engineer's judgement, but generally detected by soil deflection of greater than 2 inches and accompanied with stress cracks in soil when rolled over by heavy construction equipment. 3.02 PREPARATION A. Remove or replace material not meeting Specifications, natural soils or compacted fill softened by frost, flooding or weather. B. Where new construction crosses or closely parallels existing utilities or utility services, excavate in advance; determine location and crossing arrangement including line and grade. C. Pile excavated material suitable for backfill in an orderly manner sufficient distance cback from edge of excavation to avoid roll back, slides, or cave -ins. D. Rrovid.e minimum 2 day notice to Engineer before placing clay liner. i 3.03 DEWATERING A. rPerform :work in dry conditions. Provide for handling water encountered during ,e onstn(efbn. B. Prevent surface water from flowing into excavation; remove water as it accumulates. C. Divert stream flow away from areas of construction. D. Do not pump water onto adjacent property without approval of property owner. E. Do not use sanitary sewers or leachate piping for disposal of uncontaminated trench water. CLAY LINER 02058-2 Howard R. Green Company Project No. 191130J 3.04 CLAY MATERIAL PLACEMENT FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Shape subgrade to provide specified clay thickness smooth and free from loose stones. B. Place clay liner material in 8 in. loose lifts. 1. The first lift, directly on top of the groundwater drainage layer, shall be placed in one 12 in. lift. C. Uniformly distribute moisture and disc each lift of clay material prior to compaction. Dry clay material too wet to permit compaction of liner to proper moisture content. Do not place clay liner at moisture content less than optimum as defined by Proctor testing. Provide moisture if necessary to achieve specified moisture content. No additional payment will be made for drying or adding moisture to clay liner materials. D. Material distribution and gradation throughout liner shall be such that material is free from lenses, pockets, streaks or layers of material differing substantially in texture or gradation from surrounding material. Blend clay prior to compaction. Prevent sand or other soil types from mixing into clay or forming seams. N E. Place layers of clay to form continuous monolithic material. Kned eae-5 lift into previously placed lift with sheepsfoot roller, or similar kneading type co815act2m ` i'j F. Compaction: �� m 1. Sheepsfoot compactor spikes shall penetrate full depth of 8 in, loo§ lift. _(1�Iinimujn of 8 passes of compactor. r n _ 2. Average of all density tests must equal or exceed 95% standar�ProctQr density (ASTM D698). N 3. Owner's laboratory will determine material density /permeability correlation. The minimum allowable density shall be 90% standard Proctor density, or the minimum density determined by the density /hydraulic conductivity correlation, which ever is greater. 4. Compaction Moisture Content: 2% to 5% wet of optimum as determined by standard Proctor testing. G. Construct sidewall liners in lifts parallel to side slope. H. Protect buried pipes, geotextiles, drainage layers, and similar installations when constructing overlying portions of liner system. I. Do not place clay below air temperatures of 32 °F, unless Contractor can demonstrate fill material temperature above freezing. J. The top surface of the uppermost lift shall be smooth rolled. 1. Remove any rocks larger than 3/8" that are visible after smooth rolling. 2. Fill any surface depressions left from rock removal. CLAY LINER 02058-3 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 3. This specification must be met at time when geomembrane is deployed. 3.05 FIELD QUALITY CONTROL A. Owner will employ and pay for services of testing laboratory for tests to show comformance with this Section. Test results will be submitted directly to the Engineer and made available to the Contractor. B. Conformance testing of in -place material shall occur at the following frequencies: TABLE 02058 -A CONFORMANCE TESTING Test Parameter ASTM Reference Test Frequency Field Moisture D3017 5 tests /lift/acre, offset each lift Density 62922 5 tests /lift/acre, offset each lift Standard Proctor D698 Changes in soil type Permeability D5084 1 /acre /lift " Test pad as outlined in QC&A Program Manual C. Rework and correct areas that fail testing: 1. Define rework area. n i Disc. ,i Moisture condition. 4. Compact. L' 5. Retest. D. Final acceptance of surface: 1'. Smooth drum roll. 2 Stone size: Remove all stones visible at surface greater than 3/8 in. E. Thickness: 1 Documentation of layer thickness shall be by survey. 2. Tolerance for thickness shall be —0.0 to +0.2 ft. 3. Layer thickness measured perpendicular to slope. 3.05 MAINTENANCE OF CLAY LINER A. Maintain integrity of the clay liner during the construction period. The surface of the liner shall not be allowed to dry or desiccate. If desiccation occurs as determined by the Engineer, affected areas shall be repaired by raking or disking, conditioning, adding moisture if necessary and recompacting the affected clay. B. Stage construction activities to prevent exposure of liner to freezing conditions. If required, provide freeze protection for the liner and provide verification though direct means or instrumentation that protection is adequate to prevent freezing of the CLAY LINER 02058-4 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa material. Verification methods shall be reviewed and approved by the Engineer and must meet approval of the regulatory authority. END OF SECTION CLAY LINER 02058-5 N 0 Q sM rn _o " N CLAY LINER 02058-5 Howard R. Green Company Project No. 191130J PART1 GENERAL 1.01 SUMMARY FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02062 GRANULAR DRAINAGE MATERIAL A. Section Includes: 1. Fine drainage stone for leachate filter applications. 2. Coarse drainage stone for leachate collection trenches. 3. Drainage sand for groundwater drainage layer. 4. Drainage sand for leachate drainage layer (as a supplemental bid item). B. Related Sections 1. Section 02063 — Tire Derived Aggregate 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 — Measurement and Payment. B. Supplemental Unit Price a. Provide on the Bid form a supplemental unit price for furnishing andanstallir)gdrainage sand for the leachate collection layer. This drainage sand could replace same oral[ of the tire derived aggregate layer specified in Section 02063. b. If used, drainage sand material shall meet the requirements of this section. c. The quantity of tire derived aggregate would be reduced in proportion to the amount of drainage sand used. If accepted, the contract documents would be modified by change order. 1.03 SUBMITTALS A. Submit prior to delivery. 1. Material source(s). 2. Proposed handling plan indicating storage locations, delivery schedule, and layout. 3. Test results. B. Submit as material is delivered. 1. Delivery tickets for each truck load delivered to the site. 2. Updated tabulation of all loads delivered to date. 3. Test results to confirm uniformity of materials. 1.04 COORDINATION SEQUENCING AND SCHEDULING A. Installation of the granular material that cover lining systems shall not occur until all quality control inspections and testing requirements of the liner system has been completed. GRANULAR DRAINAGE MATERIAL 02062-1 Howard R. Green Company Project No. 191130J PART PRODUCTS 2.01 FINE DRAINAGE STONE FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Durable, coarse rounded to subangular gravel containing no sandstone or carbonate materials such as limestone or dolomite. 1. Gradation: Sieve Size Percent Passin 314" 100 3/8" 0 -10 #4 0 -5 #200 0 -2 2. Uniformity Coefficient: 4 or less 3. Abrasion loss: AASHTO T96, Method C: 45 max B. For use as filter aggregate. 2.02 COARSE DRAINAGE STONE A. �DUrable, coarse rounded to subangular gravel materials such as limestone or dolomite. 1. Gradation: —A Tr3 a Size Percent Passing x i- .1,.112" 100 0 -5 91200 0 -1 0 N 2. Uniformity Coefficient: 4 or less containing no sandstone or carbonate 3. Abrasion loss: AASHTO T96, Method C: 45 max B. For use as bedding and drainage stone around HDPE pipe in leachate collection trenches. 2.03 DRAINAGE SAND (GROUNDWATER COLLECTION LAYER) A. Clean sands or gravels generally classified according to Unified Soil Classification System as SW, SP, GW or GP. 1. Grain size: P200 content no greater than 5% by weight, 100% passing 1 in. 2. Permeability: 1 x 10-3 cm /sec or greater at 100% standard Proctor density. 3. Uniformity Coefficient: 6 or less B. For use as drainage media in groundwater collection layer. GRANULAR DRAINAGE MATERIAL 02062-2 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 2.04 DRAINAGE SAND (LEACHATE COLLECTION LAYER) A. Clean sands or gravels generally classified according to Unified Soil Classification System as SW, SP, GW or GP. 1. Gradation: Sieve Size Percent Passin Y " 100 #4 35 -100 #40 10 -35 #200 0 -3 2. Permeability: 1 x 10-3 cm/sec or greater at 100% standard Proctor density♦ ; 3. Uniformity Coefficient: 6 or less B. Use: Supplemental; refer to item 1.02 B. of this Section. }'—I _o PART 3 EXECUTION 3.01 EXAMINATION •' N tl A. Approval of geosynthetics installation by Engineer prior to drainage material placement. 3.02 PLACEMENT OF DRAINAGE MATERIAL A. Placement on geosynthetics: 1. Placement of materials on geomembrane shall not proceed at an ambient temperature below 32 °F (0 °C) nor above 104 °F (40 °C) unless otherwise specified. 2. Placement of materials on geomembrane should be done during the coolest part of day to minimize development of wrinkles in geomembrane. 3. Equipment used for placing materials shall not be driven directly on geomembrane. 4. Minimum thickness of 1 ft (0.3 m) of materials is specified between light dozer, ground pressure of 5 psi 935 kPa) or lighter, and geomembrane. 5. In areas traversed by vehicles other than low ground pressure vehicles approved by Engineer, soil layer shall have minimum thickness of 3 ft (0.9 m). Drivers shall proceed with caution when on overlying soil and prevent spinning of tires or sharp turns. 6. When placing overlying material on geomembrane, minimize wrinkle development. Small wrinkles should be isolated and covered as quickly as possible to prevent their growth. 7. Protect geotextile, geomembrane liner, and other installations. 8. Remove all wrinkles caused by material placement as directed by Engineer. B. Placement of groundwater collection layer. 1. Shape subgrade to provide specified sand thickness smooth and free from loose stones. GRANULAR DRAINAGE MATERIAL 02062-3 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 2. Place in one lift to thickness shown on Drawings. 3.03 QUALITY CONTROL A. Source testing by Contractor: 1. Source testing shall occur for each material at the specified frequency per source, and upon visually observable changes in material type for the following: Test Parameter ASTM Reference Test Frequency Particle Size D422 1/3000 cy Permeability' D2434 113000 cy * Permeability testing not required for coarse drainage stone. Permeability testing shall include standard Proctor for documentation of relative density of samples in permeameter. 2. Submit two tests to Engineer prior to hauling and installation. Subsequent samples shall be collected and tested as material is delivered. B. Damage to underlying geosynthetics resulting from Contractor's shall be repaired at no expense to Owner. END OF SECTION GRANULAR DRAINAGE MATERIAL 02062-4 o+ N LIJ 0 N GRANULAR DRAINAGE MATERIAL 02062-4 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02063 TIRE DERIVED AGGREGATE PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Processed tire chips (tire derived aggregate) used for leachate collection layer on top of liner system. B. Related Sections 1. Section 02062 — Granular Drainage Material 2. Section 02078 — Geonet/Geotextile Composite 1.02 MEASUREMENT AND PAYMENT }3__4 A. Refer to Section 01225 —Measurement and Payment. , e "f J" 5 VJ 1.03 REFERENCES _ rr) A. Standard Practice for Use of Scrap Tires in Civil Engineering Applications AST-M D 6270 -98. B. Outdoor Storage: International Fire Code 2006; Chapter 25; Section 2505. 1.04 SUBMITTALS A. Submit to Engineer for review and approval prior to delivery. 1. Material source(s). 2. Twenty (20) pounds of proposed material from each source. The sample(s) shall be representative of the material that will be used at the site and will be used to visually compare to the bulk material being delivered. 3. Proposed handling plan indicating storage locations, delivery schedule, and layout. 4. Gradation test results for each source. B. Submit to Engineer weekly, as material is delivered. 1. Delivery tickets for each truck load delivered to the site. 2. Updated tabulation of all loads delivered to date. 1.05 DELIVERY, STORAGE, AND HANDLING A. Stockpile tire derived aggregate in accordance with 'International Fire Code, 2006, Chapter 25; Section FC 2505 Outdoor Storage ". TIRE DERIVED AGGREGATE 02063-1 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa B. Stockpile tire derived aggregate at locations shown on the drawings or as approved by Engineer. C. Maintain stockpiles free from mud, dirt, or other foreign material. D. Transport tire derived aggregate in clean truck beds. Truck loads with residual materials will be rejected and Contractor will be required to remove from site. E. Stockpile area(s) shall be restored to preconstruction conditions. F. Contractor shall ensure that soil or other foreign materials are not mixed in with the chips during relocation from stockpile. Loads containing excessive fines from the stockpile area will be weighed and deducted from the Contractor's tire chip quantity. 1.06 COORDINATION SEQUENCING AND SCHEDULING A. Installation of the tire derived aggregate shall not occur until all quality control inspections and testing requirements of the liner system has been completed. PART 2 MATERIALS 2.01 TIRE DERIVED AGGREGATE A. `I e tire' derived aggregate shall be made from scrap passenger car tires. Rubber products such as inner tubes and conveyor belts shall not be used. B. The material shall be free of bead wire. Suppler shall utilize a magnet or other approved `method during shredding and screening to remove bead wire from the tire derived kggregat2. C. roe derlved aggregate shall be free of any contaminates such as oil or grease. N D. Gradation: 1. Maximum dimension, in any direction, 4 in. 2. Nominally 2 in. and may range from Y2" to 4 ". 3. Free of wire protruding more than W. 4. Maximum of 1 percent (by weight) of fines and crumb rubber (< 2mm). E. The tire shreds shall be free from loose bead or body wires that may cause damage to the geosynthetics. F. The tire shreds shall not be derived from tires that had been previously exposed to fire. TIRE DERIVED AGGREGATE 02063-2 Howard R. Green Company Project No. 191130J 2.02 SOURCE QUALITY CONTROL FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Analyze one representative sample per source for compliance of gradation requirements. PART 3 EXECUTION 3.01 MATERIAL PLACEMENT A. Place tire derived aggregate as soon as possible over the geocomposite drainage layer and not more than ten (10) days following inspection and approval of the geocomposite. B. In applying the material, no equipment shall drive directly across geocomposite. The specified fill material shall be placed and spread utilizing low ground pressure (LGP) vehicles. N C. Tire derived aggregate shall be placed on the geocomposite from the p4ttom &f;the slope proceeding upwards and in a manner, which prevents instability Ya , amage to the geocomposite. D. Unless otherwise specified by the Engineer, all equipment for spreading fill' material overlying the geocomposite shall comply with the following: Maximum Equipment Minimum Separation. Ground Pressure (psi) Thickness (inches) -- <5 12 5 -10 18 >10 24 E. Placing and spreading the tire chip layer shall be done in a manner to prevent damage to the geo- composite. Equipment travel during deployment must be carefully controlled to eliminate quick starts and stops, sharp turns, and any activity that may result in dragging the tire derived aggregate across the geo- composite layer. No construction equipment may operate directly on the geo- composite. 3.02 FIELD QUALITY CONTROL A. Engineer will measure final layer thickness on 100 -foot grid intervals by survey. Contractor shall correct deficient areas to meet specified thickness. END OF SECTION TIRE DERIVED AGGREGATE 02063-3 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02072 HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. High density 60 mil polyethylene (HDPE) geomembrane for smooth and textured lining systems. B. Related Sections 1. Section 02058 — Clay Liner CD 2. Section 02078 — Geonet/Geotextile Composite liEn --o 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 -Measurement and Payment. �� F r 1.03 REFERENCES ro A. Geosynthetic Research Institute GM -13, Standard Specification for "Test Properties, Testing Frequency and Recommended Warranty for High Density Polyethylene (HDPE) Smooth and Textured Geomembranes." 1.04 DEFINITIONS A. Lot- A quantity of resin (usually the capacity of one rail car) used in the manufacture of geomembranes. Finished roll will be identified by a roll number traceable to the resin lot used. B. Engineer — As defined in the General Requirements. Responsible for observing and documenting activities related to quality assurance during the lining system construction. C. Geosynthetic Quality Assurance Laboratory (Testing Laboratory)- Contracted and paid for by Owner. Independent from the Owner, geomembrane manufacturer, Installer, and Contractor. Responsible for conducting laboratory tests on samples of geosynthetics obtained at the site or during manufacturing, under the direction of the Engineer. D. Installer- Contractor or Contractor's subcontractor responsible for field handling, transporting, storing, deploying, seaming and field testing of the geomembrane seams. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-1 Howard R. Green Company Project No. 191130J FY09 —Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa E. Panel- Unit area of a geomembrane that will be seamed in the field that is larger than 100 ft2. F. Patch- Unit area of a geomembrane that will be seamed in the field that is less than 100 fe. G. Subgrade Surface- Soil layer surface which immediately underlies the geosynthetic material(s). 1.05 SUBMITTALS A. Product data submitted prior to installation: 1. Resin Data. a. Certification stating that the resin meets the specification requirements. 2. Geomembrane Roll a. Statement certifying no recycled polymer and no more than 10% rework of the same type of material is added to the resin (product run may be recycled). B. Installation information submitted prior to installation: 1. Installation layout drawings: a. Must show proposed panel layout including field seams and details must be approved prior to installing the geomembrane. N b. Approved drawings will be for concept only and actual panel placement will be determined by site conditions. t` 2. Installer's Geosynthetic Field Installation Quality Assurance Plan C,$ubmittals upon completion of installation: 1. Certificate stating the geomembrane has been installed in accordance with the R Contract Documents 2. Material and installation warranties 33. Record drawings showing actual geomembrane placement and seams, including destructive test locations, patches, and panel numbers. 1.06 QUALITY ASSURANCE A. The Owner will engage and pay for the services of a Geosynthetic Quality Assurance Laboratory. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-2 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 1.07 QUALIFICATIONS A. Qualifications 1. Manufacturer: a. Manufacturer shall have minimum 5 yrs continuous experience in manufacture of HDPE geomembrane or experience totaling 2,000,000 sq ft of manufactured HDPE geomembrane for minimum of 10 completed facilities. 2. Fabricator (if applicable): a. Fabricator shall have minimum 5 yrs continuous experience in fabrication of HOPE geomembrane or experience totaling 2,000,000 sq ft of fabricated HDPE geomembrane for minimum of 10 completed facilities. 3. Installer: a. Installer shall have minimum 5 yrs continuous experience in installation of HDPE geomembrane or experience totaling 2,000,000 sq ft of installed HOPE geomembrane for minimum of 10 completed facilities. b. Personnel performing seaming operations shall be qualified by experience or successfully passing seaming tests. Minimum of one seamer shall have experience seaming minimum 1,000,000 sq ft of HDPE geomembrane using same type of seaming apparatus in use at site. Most experienced Weamer, .,master seamer," shall provide direct supervision, as requwred, over less experienced seamers. y -:; . 5 1 1T� �J B. Quality Assurance Program Li C--, 1. Manufacturer, fabricator, and installer shall participate in and coak# wit]h ite -3 and requirements of quality assurance program as outlined in this itfonr -� 1.08 MATERIAL LABELING, DELIVERY, STORAGE AND HANDLING N A. Labeling - Each roll of geomembrane delivered to the site shall be labeled by the Manufacturer. The label will identify: 1. Manufacturer's Name, 2. Product identification, 3. Thickness, 4. Length, 5. Width, and 6. Roll number. B. Delivery 1. The HDPE material shall not be delivered to the site without prior approval of delivery schedule and storage location by Engineer. 2. Owner will not pay for stored materials off -site. 3. Rolls of liner will be prepared to ship by appropriate means to prevent damage to the material and to facilitate off - loading. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-3 Howard R. Green Company Project No. 191130J . FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa C. Storage: The on -site storage location for geomembrane material, prepared and maintained by Contractor to protect the geomembrane from punctures, abrasions and excessive dirt and moisture for shall have the following characteristics: 1. level (no wooden pallets) 2. smooth 3. dry 4. protected from theft and vandalism 5. impervious covering 6. adjacent to the area being lined D. Handling: Materials are to be handled so as to prevent damage. E. Acceptance at Site: 1. Conduct surface observations of each roll for defects and damage. This examination shall be conducted without unrolling rolls unless defects or damages are found or suspected. 2. Defected or damaged rolls or portions of rolls will be rejected and shall be removed from site and replaced with new rolls. 1.09 WARRANTY A. Material shall be warranted, on a pro -rata basis against Manufacturer's defects for a period of 5 years from the date of geomembrane installation. B. Installation shall be warranted against defects in workmanship for a period of 2 years from the date of project substantial completion. c.l PART PRODUCTS 2.01`! M &EIR' cs A °,Poly lyylene Geomembrane Properties (60 mils): Meets GRI GM13 and current revisions, Standard Specification for "Test ti Properties, Testing Frequency and Recommended Warranty for High Density (HDPE) Smooth and Textured Geomembranes." 2. Consist of new, first quality products designed and manufactured specifically for the purpose of this work which shall have been satisfactorily demonstrated by prior testing to be suitable and durable for such purposes. The geomembrane rolls shall be seamless, high density polyethylene containing no plasticizers, fillers or extenders and shall be free of holes, blisters or contaminants, and leak free verified by 100% in line spark or equivalent testing. The geomembrane shall be supplied as a continuous sheet with no factory seams in rolls. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-4 Howard R. Green Company Project No. 191130J B. Use of material 1. Smooth (both sides) Geomembrane: and in leachate collection trenches. 2. Textured (both sides) Geomembrane FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa On cell bottom having slopes less than 5% On sideslopes 5% or greater. C. Extrudate Rod or Bead 1. Extrudate material shall be made from same type resin as the geomembrane. 2. Additives shall be thoroughly dispersed. 3. Materials shall be free of contamination by moisture or foreign matter. 2.02 SEAMING AND TESTING EQUIPMENT A. Welding: 1. An adequate number of welding apparati shall be available to avoid delaying work. Maintain on -site minimum of 2 spare operable seaming apparatus, unless otherwise agreed upon at pre- construction meeting. �1 2. Seaming equipment shall not damage geomembrane. 3. Use extrusion welding apparatus equipped with gauges givinIV45ml1epture t extrudate at nozzle of apparatus, or utilize hand -held gaa6ii i tc'-- measure extrudate temperatures. — a, J-_ 4. Use fusion - welding apparatus which are self - propelled device;j'-:�quipged w following: a. Gauge indicating temperature of heating element. - b. Method of monitoring relative pressure applied to geomembrane. ., 5. Place electric generator on smooth base such that no damage b6curs to geomembrane. 6. Power source must be capable of providing constant voltage under combined line load. B. Vacuum Testing Equipment: 1. Vacuum box assembly consisting of: rigid housing, transparent viewing window, soft neoprene gasket attached to bottom of housing, porthole or valve assembly, and vacuum gauge. 2. Pump assembly equipped with pressure controller and pipe connections. 3. Pressure /vacuum rubber hose with fittings and connections. 4. Soapy solution to wet test area. 5. Means of applying soapy solution. C. Air Pressure Testing Equipment: 1. Air pump (manual or motor driven), equipped with pressure generating, sustaining, and measuring pressure between 24 and 240 kPa), and mounted on cushion to protect geomembrane. 2. Rubber hose with fittings and connections. 3. Sharp hollow needle, or other approved pressure feed device. 4. Air pressure monitoring device. ga, capable of 35 psi (160 and HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-5 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa D. Tensiometer Testing Equipment: 1. Tensiometer shall be capable of maintaining constant jaw separation rate of 2 in. per min, and shall be calibrated, with certificate of calibration less than 1 yr old kept with tensiometer. 2.03 SOURCE QUALITY CONTROL A. Properties and inspections of HDPE geomembrane properties shall be tested at the minimum frequencies outlined in GRI GM13 and current revisions. B. The manufacturer's geomembrane quality control certifications must be supplied to the Engineer to verify that the materials supplied for the project are in compliance with all product and or project specifications in this section. The certification must be signed by a responsible party employed by the manufacturer. Certifications shall include lot and roll numbers and corresponding shipping information. C. The manufacturer shall provide certification that the geomembrane and welding rod supplied for the project have the same base resin and material properties. PART 3 EXECUTION 3.01 QUALITY CONTROL SAMPLING A. Contractor shall make rolls available and assist Engineer in obtaining material inventory and material samples. N 4,02 PREPARATION € -� A. Surface Preparation: 4. C'o'ntractor is responsible for preparing supporting surface for geomembrane placement. r'2. After prepared surface has been accepted, report to Engineer any change in supporting surface condition that may require repair work. Maintain prepared surface. 3. Do not place geomembrane onto area which has become softened by precipitation or cracked due to desiccation. Observe and report surface condition daily to evaluate degree of softening and desiccation cracking. 4. Repair damage to prepared surface caused by installation activities at Contractor's expense. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-6 Howard R. Green Company FY09 – Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 3.03 INSTALLATION A. Panel Nomenclature: 1. Field panel is defined as a roll or portion of roll cut and seamed in field, excluding patches and cap strips. 2. Identify each field panel with identification code (number or letter- number) consistent with Contractor's layout plan. This identification code shall be agreed upon by the Engineer. 3. Writing on liner with colored markers shall be as follows: a. Contractor - white marker. b. Engineer - yellow marker. 4. Only authorized personnel shall be permitted to write on liner. B. Protection: 1. Do not use equipment which damages geomembrane. 2. Ensure prepared surface underlying geomembrane has not d" e bra!gd since, previous acceptance, and remains acceptable immediately prior geomembrane: deployment. — o) 3. Keep geosynthetic elements immediately underlying geomembrarug@an -and fieei of debris. 4. Do not permit personnel to smoke or wear shoes that can damage=§eomembrane while working on geomembrane. Personnel shall not bring glass b�@Ies on geomembrane. 5. Unroll panels in manner which does not cause excessive scratches or crimps in geomembrane and does not damage supporting soil. 6. Place panels in manner which minimizes wrinkles (especially differential wrinkles between adjacent panels). 7. Prevent wind uplift by providing adequate temporary loading and /or anchoring (e.g., sandbags, tires) that shall not damage geomembrane. In case of high winds, continuous loading is recommended along panel edges. 8. Protect geomembrane in areas where excessive traffic is expected with geotextiles, extra geomembrane, or other suitable materials. C. Field Panel Deployment: 1. Install field panels at locations indicated on Contractor's layout plan. 2. Replace seriously damaged (torn, twisted or crimped) field panels, or portions thereof, at no cost to Owner. Repair less serious damage as specified. Engineer shall determine if material shall be repaired or replaced. 3. Remove damaged panels or portions of damaged panels which have been rejected from work area. 4. Do not proceed with deployment at ambient temperature below 32 °F (0 °C) or above 104 °F (40 °C) unless otherwise authorized, in writing by Engineer. 5. Do not deploy during precipitation, in presence of excessive moisture, (fog, dew), in area of ponded water or in presence of excessive winds. 6. Do not undertake deployment if weather conditions will preclude material seaming on same day as deployment. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-7 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 7. Do not deploy more geomembrane field panels in one day than can be seamed during that day. D. Seam Layout: 1. When possible, orient seams parallel to line of maximum slope, i.e., oriented along, not across, slope. 2. No horizontal seam shall be less than 10 ft from toe of slope. 3. In general, maximize lengths of field panels and minimize number of field seams. 4. Align geomembrane panels to have nominal overlap of 3 in. (75 mm) for extrusion welding and 4 to 6 in. (100 mm to 150 mm) for fusion welding. Final overlap shall be sufficient to allow peel tests to be performed on seam. E. Temporary Bonding: 1. Hot air device (Liester) may be used to temporarily bond geomembrane panels to be extrusion welded. 2. Do not damage geomembrane when temporarily bonding adjacent panels. Apply minimal amount of heat to lightly tack geomembrane panels together. Control temperature of hot air at nozzle of any temporary welding apparatus to prevent damage to geomembrane. 3. Do not use solvent or adhesive. F. Seaming Methods: 1. Approved processes for field seaming are extrusion fillet welding and fusion N welding. Proposed alternate processes shall be documented and submitted to Engineer for approval. Alternate procedures shall be used only after being - approved in writing by Engineer. -2. Seams shall meet following requirements: POLYETHYLENE SEAM PROPERTIES in or PROR RTY METHOD SPECIFIED VALUE MATERIAL THICKNESS 60 Bonded Seam Strength ASTM D4437, ppi min 120 Peel Adhesion: ASTM D4437, ppi min. 91 Fusion ASTM D4437, ppi min. 78 Extrusion Modifications to ASTM D4437: For shear tests, sheet shall yield before failure of seam. For peel adhesion, seam separation shall not extend more than 50 percent of seam width into seam. For either test, testing shall be discontinued when sample has visually yielded. For all tests 4 of 5 samples shall pass for seam to qualify and all shall have a strength value. 3. Use double- fusion welding as primary method of seaming adjacent field panels. a. For cross seam tees, associated with fusion welding, extrusion weld to minimum distance of 4 in. (100 mm) on each side of tee. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-8 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa b. Place welder on protective pad to prevent geomembrane damage between seaming. c. When subgrade conditions dictate, use movable protective layer (e.g., extra piece of geomembrane) directly below each overlap of geomembrane that is to be seamed to prevent buildup of moisture between sheets and prevent debris from collecting around pressure rollers. Use extrusion fillet welding as secondary method for seaming between adjacent panels and as primary method of welding for detail and repair work. a. Purge heat - degraded extrudate from barrel of extruder under following conditions: 1) Prior to beginning seam. 2) Whenever extruder has been inactive. b. Place smooth insulating plate or fabric beneath hot welding apparatus after usage. c. Use clean and dry welding rods or extrudate pellets. d. Complete grinding process without damaging geomembrane withip- 1 hr of seaming operation. o e. Minimize exposed grinding marks adjacent to extrusion wel !7bo `not allow; exposed grinding marks to extend more than 1/4 in. outsic iiAisliad seam, area. f. Grind perpendicular to seam. E; 7-) G. Seaming Procedures: J 1. General Seaming Procedures (Ambient temperature between 32 °F (PIE;) and 104 °F (40 °C)): a. Do not field seam without master seamer being present. b. Dry conditions, i.e., no precipitation nor other excessive moisture, such as fog or dew. c. No excessive winds. d. If required, provide firm substrate by using extra piece of geomembrane, or similar hard surface directly under seam overlap to achieve proper support for seaming apparatus. e. Align seams with fewest possible number of wrinkles and fishmouths. f. Extend seams to outside edge of panels placed in anchor trench. g. Prior to seaming, ensure that seam area is clean and free of moisture, dust, dirt, debris or foreign material. h. Fishmouths or wrinkles at seam overlaps shall be cut along ridge of wrinkle in order to achieve flat overlap. Cut fishmouths or wrinkles shall be seamed and any portion where overlap is inadequate shall be patched with an oval or round patch of same geomembrane extending minimum of 6 in. (150 mm) beyond cut in each direction. i. Deploy and seam geomembrane to minimize bridging due to temperature changes that could result in failure of liner. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-9 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 2. Cold Weather Seaming Procedures (ambient temperature is below 32 °F (0 1C)). a. No seaming of geomembrane is permitted unless demonstrated to Engineer that geomembrane seam quality will not be compromised. b. Engineer shall determine geomembrane surface temperatures at intervals of at least once per 100 ft of seam length to determine if preheating is required. For extrusion welding, preheating required if surface temperature of geomembrane below 32 °F (0 1C). c. Preheating may be waived by Owner /Engineer based on recommendation from Engineer, if demonstrated to Engineer's satisfaction that welds of equivalent quality may be obtained without preheating at expected temperature of installation. d. If preheating is required, Engineer shall observe areas of geomembrane that have been preheated by hot air device prior to seaming, to ensure they have not been subjected to excessive melting. e. Engineer shall confirm that surface temperatures not lowered below minimum surface temperatures specified for welding due to winds or other adverse conditions. It may be necessary to provide wind protection for seam area. f. Preheating devices used shall be pre- approved by Owner /Engineer prior to use. g. Additional destructive seam tests may be taken at interval between 500 ft and 250 ft of seam length, at Engineer's discretion. h. Sheet grinding may be performed before preheating, if applicable. L Trial seaming shall be conducted under same ambient temperature and preheating conditions as actual seams. New trial seams shall be conducted if ambient temperature drops by more than 10 °F (3 °C) from initial trial seam test - conditions. New trial seams shall be conducted upon completion of seams in progress during temperature drop. t•V 3. YVarm Weather Procedures (ambient temperature is above 104 °F (40 1C)). �9 ° a No seaming of geomembrane is permitted unless demonstrated to Engineer ^s n- -that geomembrane seam quality will not be compromised. U_ b,'Jrial seaming shall be conducted under same ambient temperature conditions as actual seams. New trial seams shall be conducted if ambient temperature rises by more than 5 °F (3 °C) from initial trial seam test conditions. Such new trial seams shall be conducted upon completion of seams in progress during temperature rise. c. At option of Engineer, additional destructive seam tests may be required for any suspect areas. H. Repair Procedures: 1. Repair portions of geomembrane exhibiting flaw, or failing destructive or nondestructive test. 2. Final decision as to repair procedure shall be approved by Engineer. 3. Acceptable repair procedures include following: a. Patching: Piece of same geomembrane material extrusion welded into place. Use to repair large holes, tears, nondispersed raw materials, and contamination by foreign matter. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-10 Howard R. Green Company Project No. 191130J FY09 —Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa b. Spot welding or seaming: Bead of molten extrudate placed on flaw. Use to repair, pinholes, or other minor, localized flaws. c. Capping: Strip of same geomembrane material extrusion welded into place over inadequate seam. Use to repair large lengths of failed seams. d. Extrusion welding flap: Bead of molten extrudate placed on exposed flap of fusion weld. Use to repair areas of inadequate fusion seams, which have exposed edge. Repairs of this type shall be approved by Engineer and shall not exceed 100 ft (30 m) in length. e. Removal and replacement: Remove bad seam and replace with strip of same geomembrane material welded into place. Use to repair large lengths of failed seams. 4. For each repair method: a. Ensure surfaces are clean, dry, and prepared in accordance with specified seaming process. b. Ensure seaming equipment used in repairing procedures meet requ[mments of this Specification. c. Extend patches or caps at least 6 in. (150 mm) beyond edge,of. defegj. Round corners of patches with radius of approximately 3 in. (75 mm' -� 5. Do not place overlying layers over locations which have b&i�Tel; fired ;until appropriate acceptable nondestructive and destructive (laboratoq�rtest r. ,sultq'grp obtained. 3.04 ANCHOR TRENCH rte) ro A. Contractor shall excavate anchor trenches to lines and grades shown on Drawings, prior to geomembrane placement. Anchor trench shall be drained to prevent ponding or softening of adjacent soils while the trench is open. B. Slightly round corners of trench to avoid sharp bends in geomembrane. C. Minimize amount of trench open until needed. D. Remove construction debris from trench prior to backfilling. E. Backfill and compact anchor trench as soon as practical after geomembrane deployment is complete. Take care during backfilling to prevent damage to geomembrane. 3.05 FIELD QUALITY CONTROL A. Visual inspection: 1. Engineer will examine seam and non -seam areas of geomembrane for identification of defects, holes, blisters, nondispersed raw materials, and any sign of contamination by foreign matter. 2. Clean and wash geomembrane surface if Engineer determines that amount of dust or mud inhibits examination. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-11 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 3. Do not seam any geomembrane panels that have not been examined for flaws by Engineer. 4. Nondestructively test seams and any non -seam areas identified by Engineer. B. Trial Seams: 1. Make trial seams on fragment pieces of geomembrane liner to verify that conditions are adequate for production seaming. 2. Make trial seams at beginning of each seaming period, and at least once each 5 hrs, for each production seaming apparatus used that day. Each seamer shall make at least one trial seam each day. 3. Make trial seams under same conditions as actual seams. 4. Make trial seams only under observation of Engineer. 5. Seam overlap shall be as indicated for finished seam. 6. Make trial seam sample shall be at least 5 ft (1.6 m) long by 1 ft (0.3 m) wide (after seaming) with seam centered lengthwise. 7. Cut 3 specimens from sample with 1 in. (25 mm) wide die. These specimen locations shall be selected randomly along trial seam sample by Engineer. Test specimens in peel and shear using field tensiometer. Samples shall exceed the specified seam criteria stated in this Specification. 8. If specimen fails, entire trial seam operation shall be repeated. If additional specimen fails, do not use seaming apparatus and reamer until deficiencies are corrected and 2 consecutive successful trial welds are achieved. 9. Cut remainder of successful trial seam into three pieces; one to be retained in Engineer's archives, one to be retained by Contractor, and one to be retained by c� Engineer for possible laboratory destructive seam testing. If required by Engineer, remaining portion of trial seam sample may be subjected to destructive testing. LU C. `Nondestructive Seam Testing: �9 1JR General: c : a. Purpose of nondestructive tests is to check continuity of seams. It will not LII ° _ provide quantitative information on seam strength. b. Nondestructively test field seams over their full length using vacuum test for extrusion seams, air pressure for double- fusion seams or other Engineer approved method. Document results. c. Perform nondestructive testing as seaming work progresses. 2. Vacuum Testing for extrusion seam: a. Vacuum testing shall occur at all extrusion welds and in the presence of the Engineer. b. Energize vacuum pump and reduce tank pressure to approximately 5 psi (10 in. of Hg) (35 kPa) gauge pressure. c. Wet strip of geomembrane approximately 12 in. by 48 in. (0.3 m by 1.2 m) with soapy solution. d. Place box over wetted area. e. Close bleed valve and open vacuum valve. f. Ensure that leak -tight seal is created. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-12 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa g. For minimum of 10 sec, apply vacuum and examine geomembrane through viewing window for presence of soap bubbles. h. If no bubbles appear within 10 sec, close vacuum valve and open bleed valve, move box over to next adjoining area with minimum 3 in. (75 mm) overlap and repeat process. i. Mark and repair areas where soap bubbles appear. 3. Air Pressure Testing for double- fusion seam: a. Air pressure testing testing shall occur at all double fusion seams and in the presence of the Engineer. b. Seal both ends of seam to be tested. c. Insert needle or other approved pressure feed device into air channel created by fusion weld. d. Insert protective cushion between air pump and geomembrane. e. Pressurize air channel to pressure of approximately 30 psi (200 W-A Close valve and allow pressure to stabilize for approximately 2 min. �L -t f. Observe air pressure 5 min after initial 2 min stabilization yptlod�:&ds.,_,�1 pressure loss exceeds Maximum Permissible Pressure Dlfferer"I orpres�rrre does not stabilize, locate faulty area and repair. —rte " _m MAXIMUM PERMISSIBLE PRESSURE DIFFERENTIAL AFTfSt�,'MIp1UTE�7' Material (mil) Pressure Diff. (psi) N 60 3 g. Cut opposite end of tested seam area once testing is completed to verify continuity of air channel. If air does not escape, locate blockage and retest unpressurized area. Repair cut end of air channel. h. Remove needle or other approved pressure feed device and repair hole in geomembrane. 4. Inaccessible Seams: a. Cap -strip seams that cannot be nondestructively tested. b. Cap -strip material shall be composed of same type and thickness geomembrane as geomembrane to be capped. c. Examine cap- stripping operations for uniformity and completeness. Document observations. d. In accordance with ASTM D4437 mechanical point stress non - destructive test may be used as qualitative measure of edge bonding. D. Destructive Seam Testing: 1. General: a. Purpose of destructive seam testing to evaluate seam strength. b. Perform destructive seam test as seaming progresses. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-13 Howard R. Green Company Project No. 191130J r FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa c. Failed destructive seam sample shall result if grips of testing machine cannot be closed on sample test flap (available flap is 112 in. long or less) due to excessive temporary welding. 2. Location and frequency: a. Test at minimum frequency of one test location per 500 ft (150 m) of seam length performed by each welding machine. This minimum frequency to be determined as average taken throughout entire facility. 1) Destructive samples shall be collected on the side slopes only, in accordance with IAC 567 Chapter 113.7(6)b.(2)1. 2. Engineer reserves right to increase or decrease frequency of testing in accordance with performance results of samples previously tested. If sampling frequency is varied, Engineer may use Method of Attributes as described by GRI GM -14 (Geosynthetic Research Institute, http:// www.geosynthetic- institute.org) to determine number of test samples taken. b. Test locations shall be determined during seaming, at Engineer's discretion. c. Contractor will not be informed in advance of locations where seam samples will be taken. 3. Sampling Procedures: a. Cut samples at locations chosen by Engineer. b. Engineer shall number each sample and record sample number and location in panel layout drawing. c. Repair holes in geomembrane resulting from destructive seam sampling immediately in accordance with repair procedures described in this Specification. d. Continuity of repair and seams shall be tested in accordance with vacuum testing requirements. 4. Sample Dimensions: Take two 1 in. wide samples for field testing prior to cutting full lab, sample. a. Field Testing: Cut 1 in. (25 mm) wide samples, 12 in. long with seam centered parallel to width. Distance between these 2 samples shall be 42 in. (1.1 m). ` Contractor shall test both samples on field tensiometer in peel and shear. If both samples pass field test, submit sample to Engineer for laboratory testing. b. Laboratory Testing: Take laboratory test sample from between samples taken for field testing. Cut sample for laboratory testing 12 in. (0.3 m) wide by 42 in. (1.1 m) long with seam centered lengthwise. Cut this sample into three parts. Engineer shall distribute parts as follows: 1) One part to Contractor for optional laboratory testing, 12 in. by 12 in. (0.3 m by 0.3 m). 2) One part to Owner's Geosynthetic Quality Assurance Laboratory for testing, 12 in. by 18 in. (0.3 m by 0.5 m). 3) One part to Engineer for archive storage, 12 in. by 12 in. (0.3 m by 0.3 m). HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-14 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa c. Final determination of sample sizes shall be agreed upon at pre- construction meeting. . 5. Destructive Test Failure Procedures: When sample fails destructive testing, whether test is conducted by Geosynthetic Quality Assurance Laboratory or by Contractor's field tensiometer, Contractor has following options: a. Repair seam between any 2 passing destructive test locations. b. Trace welding path to intermediate point (1Oft (3 m) minimum from point of failed test in each direction) and take small sample with 1 in. (25 mm) wide die for an additional field test at each location. If these additional samples pass test, then take full laboratory samples. If these laboratory samples pass tests, repair seam between these locations. If either sample fails, repeat process to establish zone in which seam should be repaired. c. Acceptable repaired seams shall be bound by 2 locations from which samples passing laboratory destructive tests have been taken. In cases exceeding 150 ft (50 m) of repaired seam, Engineer may have Contractor destrMctive test repair seam. o _ d. When sample fails, Engineer may require additional testing o epm�jhat w�; welded by same welder and /or welding apparatus during sarrnt +me shift.. E. Repair Verification: =�rn -U 1. Engineer shall observe number and log each repair. ci k 2. Nondestructively test each repair. 3. Nondestructive test results that pass shall indicate adequate repair. 4. Repairs more than 150 ft long , require destructive test sampling. 5. Failed destructive or nondestructive tests indicate that repair shall be redone and retested until passing test results. F. Large Wrinkles: Wrinkle is considered to be large when geomembrane can be folded over onto itself. 1. When seaming of geomembrane is completed, and prior to placing overlying materials, Engineer shall identify large geomembrane wrinkles which should be cut and reseamed. 2. Cut and reseam wrinkles identified by Engineer. Seams produced while repairing wrinkles shall be nondestructively tested. 3. Repair wrinkles identified by Engineer. Repair during coldest part of installation period. END OF SECTION HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-15 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02075 GEOTEXTILE PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Geotextile for protection, separation, and filtering applications. B. Related Sections 1. Section 02373 - Riprap. 1.02 MEASUREMENT AND PAYMENT 0 A. Refer to Section 01225 -Measurement and Payment. o 1.03 REFERENCES A. Iowa Department of Transportation Standard Specifications for Higray and Brill- e Construction, current edition. -a t t 3 1.04 SUBMITTALS Ef,! A. Pre - installation: Submit prior to geotextile deployment. 1. Origin (supplier's name and production plant) and identification (brand name and number) of resin. 2. Copies of dated quality control certificates issued by resin supplier. 3. Results of tests conducted by geotextile manufacturer to verify that quality of resin used to manufacture geotextile meets manufacturer's resin specifications. 4. List of materials which comprise geotextile, expressed in following categories as percent by weight: base polymer, carbon black, other additives. 5. Manufacturer's specification identifying properties specified. 6. Written certification that minimum average roll values given in manufacturer's specification guaranteed by geotextile manufacturer. 7. Written certification that geotextile manufacturer has continuously inspected geotextile for presence of needles and found geotextile to be needle -free. 8. Quality control certificates, signed by geotextile manufacturer. Each quality control certificate shall include roll identification numbers, testing procedures and results of quality control tests. B. Submit in accordance with Section 01330. 1.05 DELIVERY, STORAGE AND HANDLING A. Packing and Shipping: 1. Manufacturer shall identify rolls of geotextiles with following: a. Manufacturer's name. GEOTEXTILE 02075-1 Howard R. Green Company Project No. 191130J b. Product identification. C. Roll number. d. Roll dimensions. FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa B. Storage and Protection: 1. Provide on -site storage area for geotextile rolls from time of delivery until installed. 2. Protect geotextile from dirt, water, ultraviolet light exposure, and other sources of damage. 3. Preserve integrity and readability of geotextile roll labels. PART 2 PRODUCTS 2.01 MATERIALS A. Supply geotextile in which "minimum average roll values," as defined by Federal Highway Administration (FHWA), meet or exceed geotextile property values. B. Properties: C_ D. Property Method Value Mass /Unit Area ASTM D5261 6 oz/sy Grab Strength ASTM D4632 170 lb min. Trapezoidal Tear Strength ASTM D4533 70 lb min. Puncture Resistance ASTM D4833 110 lb min. Mullen Burst Strength ASTM D3786 330 psi min. Ap arent O ening Size ASTM D4751 AOS <70 Rtrmittivity ASTM D4491 1.3 sec' !ow Rate ASTM D4491 110 gal /min /ft' i.' Manufacturers: 1. Propex Inc., Geotex 651. 2, Equal; Geotextife� shall be stock products, i.e., except when specifically authorized in writing b�pwner, geotextile shall not be specifically manufactured to meet this Project. E. Geotextile shall be comprised of polymeric yarns, or fibers, oriented into stable network which retains its structure during handling and placement. 2.02 SOURCE QUALITY CONTROL A. Tests: 1. Geotextiles shall be tested by geotextile manufacturer to evaluate characteristics for quality control. GEOTEXTILE 02075-2 Howard R. Green Company FYO9 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 2. Perform quality control tests for every 100,000 sf (10,000 sm) of geotextile produced. Samples not satisfying these specifications and manufacturer's specifications shall result in rejection of applicable rolls. 3. At geotextile manufacturer's discretion and expense, additional testing of individual rolls may be performed to more closely identify noncomplying rolls and to qualify individual rolls. 4. Geotextile manufacturer shall certify that A.O.S. and permeability testing has been performed for each product and resin type in accordance with test method specified. PART 3 EXECUTION 3.01 INSTALLATION N A. Preparation: _ 1. During placement of geotextiles, care shall be taken not to entl`a � in or beneath geotextiles stones, excessive dust, or moisture that could damagag�om6mbrade cause clogging of drains or filters, or hamper subsequent seaminU- B. Geotextile Deployment: 71 1. On slopes, anchor geotextile securely and deploy geotextile� cfbwn'"slopel-Jf controlled manner to continually keep geotextile in tension. N 2. Weight geotextile with sandbags or equivalent in presence of wind. Do no'remove weight until replaced with cover material. 4. Cut geotextiles with geotextile cutter (hook blade). Protect adjacent materials from potential damage during cutting of geotextile. 5. Visually examine entire geotextile surface before seaming for potentially harmful foreign objects, such as needles. Remove foreign objects encountered or replace geotextile. 6. No excess tensile stresses should occur in geotextile during placement. C. Seaming Procedures: 1. In general, no horizontal seams or splices are allowed on side slopes except as part of patch. Splice is defined as seam connecting ends of 2 rolls. 2. Overlap geotextile minimum of 3 in. (75 mm) prior to seaming. 3. On slopes steeper than 10:1 (horizontal:vertical), continuously sew geotextiles. Spot sewing not allowed. 4. On slopes shallower than 10:1 (horizontal:vertical), continuously sew geotextiles, or thermally bond with written approval of Owner. 5. Polymeric thread with chemical and ultraviolet light resistance properties shall be used when sewing seams equal to or exceeding those of geotextile. GEOTEXTILE 02075-3 Howard R. Green Company Project No. 191130J FYO9 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 6. Use sewing thread color that contrasts with color of geotextile being sewn, to allow for ease of inspection. 7. Use locking stitch. 3.02 FIELD REPAIR PROCEDURES A. Defects and Repairs: Repair small tears, or defects in geotextile as follows: 1. Remove damaged geotextile. 2. Cut patch of new geotextile to provide seam overlap. 3. Sew patch in place or thermally bond. Thermal bonding shall require Engineer approval. END OF SECTION GEOTEXTILE 02075-4 N _ o N GEOTEXTILE 02075-4 Howard R. Green Company Project No. 191 130J PART1 GENERAL 1.01 SUMMARY FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02078 GEONET /GEOTEXTILE COMPOSITE A. Section Includes: 1. Composite geotextile and geonet used as filter and systems. 2. Geonet/geotextile used for protection of geomembrane. drainage media in lining B. Related Sections o 1. Section 02062 - Granular Drainage Material 2. Section 02063 - Tire Derived Aggregate (Leachate Collection Layers) -< 3. Section 02072 -High Density Polyethylene (HDPE) Geomembranean rn 1.02 MEASUREMENT AND PAYMENT c570 A. Refer to Section 01225 -Measurement and Payment. 1.03 SUBMITTALS N 4 O m U 70 M r N N �06 A. The Contractor shall submit the following to the Engineer: 1. Mill certificate or affidavit from manufacturer that the product meets the physical and manufacturing requirements stated in these Specifications. 2. Sample of the material to be used. The sample shall be labeled with the product name and be accompanied by the Manufacturer's specifications. 3. Shipping, Handling, and Storage Instructions: The Manufacturer's plan for shipping, handling, and storage shall be submitted for review. 4. Panel layout design. 5. Quality control certificates, signed by the manufacturer's quality assurance manager for every roll upon delivery. Each certification shall have the roll identification number(s), test methods, frequency, and test results. 6. Copies of delivery tickets or other approved receipts as evidence for materials received that will be incorporated into the construction. 7. Results of project specific transmissivity testing performed by manufacturer, as required by [567] Iowa Administrative Code, Chapter 113.7(5)b.(7)3. 1.04 DELIVERY, STORAGE AND HANDLING A. Packing and Shipping: 1. Manufacturer shall identify rolls of geotextiles with following: a. Manufacturer's name. b. Product identification. GEONET /GEOTEXTILE COMPOSITE 02078-1 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa c. Roll number. d. Roll dimensions. B. Storage and Protection: 1. Contractor shall provide on -site storage area for geocomposite rolls from time of delivery until installed. 2. Protect geocomposite from dirt, water, ultraviolet light exposure, and other sources of damage. 3. Preserve integrity and readability of geocomposite roll labels. 1.05 WARRANTY A. Geocomposite shall be warranted against defects for a period of 1 year from the date of if installation. B. Installation shall be warranted against defects in workmanship for a period of 2 years from the date of Substantial Completion. PART2 PRODUCTS 2.01 MATERIAL D. Manufactures: 1. GSE Lining Technology, Inc., PermaNet HL, FR62080080T 2. Equal. GEONET /GEOTEXTILE COMPOSITE 02078-2 A. Double sided geocomposite properties: 1. Transmissivity (ASTM D4716): z1 x 10.3 m2 /sec. a. Index transmissivity value measured at stress = 15,000 psf, gradient =0.1, time= C, 15 min., and boundary conditions = plate /geocomposite /plate. 02. Ply (peel) adhesion (ASTM D413 or F904): ?1 Ib /in. C" B. Geonet component: 1. Thickness (ASTM D5199): >!270 mil. '2. Density (ASTM D1505): 0.940g/cc. „yg r3. Carbon black content (ASTM D1603): 2 %. �_- La -4. Tensile strength (ASTM D1682 or 5035): 2100 lb/in. C.9teotextile component: 1. Unit weight (ASTM D5261): ?8 oz/yd2. 2. Grab tensile (ASTM D4632): ?220 lb. 3. Puncture (ASTM D4833): ?120 lb. 4. AOS (ASTM D4751): 80 sieve. 5. Flow rate (ASTM D4491): ?110 gal /min -ft2. D. Manufactures: 1. GSE Lining Technology, Inc., PermaNet HL, FR62080080T 2. Equal. GEONET /GEOTEXTILE COMPOSITE 02078-2 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa E. Geotextiles - geonets used for manufacture of geocomposite shall be stock products except when specifically authorized in writing by Engineer, materials shall not be specifically manufactured to meet this Project. F. Capable of retaining its structure during handling, placement and long -term services. 2.02 ACCESSORIES A. Ties: Stings, plastic fasteners or polymer braid. Tying devices shall be white or yellow for easy inspection. Do not use metallic devices. 2.03 SOURCE QUALITY CONTROL A. The geocomposite shall be manufactured in accordance with the manufacturer's Quality Control Plan submitted to and approved by the Engineer. B. The geocomposite shall be tested by the manufacturer according to the tesT_nethods and frequencies listed in the following table: D Table 02078 -1 Manufacturing Quality Control Test Frequencies ;Cr ao� s, _. Characteristics Test Method Units �fecluii nc `Bi -PI r Resin Polymer Density ASTM D 1505 g /cm Once Per Lot Melt Flow Index ASTM D 1238 /10 min Once Per Lot Geonet Test Carbon Black ASTM D 1603 % 1/50,000 ft2 Tensile Strength, MD ASTM D 5035 lb/ ft 1150,000 ft2 Density ASTM D 1505 /cm3 1/50,000 ft2 Geotextile Tests Mass per Unit Area ASTM D 5261 o7/yd2 1/90,000 ft2 Grab Tensile ASTM D 4632 lb 1/90,000 ft2 Puncture ASTM D 4833 lb 1/90,000 ft2 AOS, US Sieve ASTM D 4751 mm 1/540,000 ft2 Water Flow Rate ASTM D 4491 gpm /ft2 1/540,000 ft2 UV Resistance ASTM D 4355 % retained Once per resin (after 500 hours) formulation Geocom osite Tests Ply Adhesion ASTM D7005 lb/in 1/50,000 ft2 Transmissivity ASTM D 4716 m2 /sec 1/540,000 ft2 GEONET /GEOTEXTILE COMPOSITE 02078-3 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa C. At geocomposite manufacturer's discretion and expense, additional testing of individual rolls may be performed to more closely identify noncomplying rolls and to qualify individual rolls. D. Geocomposite components shall be evaluated by component manufacturers to determine characteristics for quality control. 2.04 PROJECT SPECIFIC TRANSMISSIVITY TESTING A. Manufacture shall conduct project specific testing of geocomposite as required by [567] Iowa Administrative Code, Chapter 113.7(5)b.(7)3. 1. Test transmissivity of geonets with method ASTM D4716, or an equivalent test method, to demonstrate that the design transmissivity will be maintained for the design period of the facility. 2. Conduct test using actual boundary material intended for the geonet at the maximum design normal load for the MSWLF unit, and at the design load expected from one lift of waste. a. Maximum design normal load = 7,800 psf b. Design load from one lift of waste= 310 psf 3. At the maximum design normal load, testing shall be conducted for a minimum period of 100 hours unless data equivalent of the 100 —hour period is provided, in which case the test shall be conducted for a minimum period of one hour. 4. In the case of the design load from one lift of waste, the minimum period shall be one hour. PART 3 EXECUTION Ul 3.01 FAMILIARIZATION A. Prior to installation, geomembrane installer shall carefully inspect the installed work of rail other Sections and verify that all work is complete to the point where the installation tof tht''geocomposite may properly commence without adverse impact. B. df- th2 geomembrane installer has any concerns regarding the installed work of other i- "- Sectiofs, he shall notify the Contractor and Engineer. 3.02 INS`T'ALLATION A. Geocomposite Deployment: 1. On slopes, anchor geocomposite securely and deploy geocomposite down slope in controlled manner to continually keep geocomposite in tension. 2. If the project contains long, steep slopes, special care shall be taken so that only full length rolls are used at the top of the slope. 3. Weight geocomposite with sandbags or equivalent in presence of wind. Do not remove weight until replaced with cover material. GEONET /GEOTEXTILE COMPOSITE 02078-4 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 4. If the project includes an anchor trench at the top of the slopes, the geocomposite shall be properly anchored to resist sliding. Anchor trench compacting equipment shall not come into direct contact with the geocomposite. 5. Cut geocomposite with cutter (hook blade). Protect adjacent materials from potential damage due to cutting of geocomposite. 6. Prevent damage to underlying layers during placement of geocomposite. 7. During deployment, care shall be taken not to entrap in or beneath geocomposite, stones, dirt, excessive dust, or moisture that could damage geomembrane, cause clogging of geonet, or hamper subsequent seaming. 8. If dirt or excess dust is entrapped in geonet of geocomposite, it shall be washed clean prior to placement of next layer of material. 9. Geocomposite shall not be welded to geomembrane unless specified on Drawings. 10. Visually examine entire geocomposite surface before seaming for potentially harmful foreign objects such as stones /woodchips. Remove foreign objects encountered or replace geocomposite. B. Seams and Overlap Procedures: G 1. Each component of the geocomposite will be secured or senrned i6; the like component at overlaps.?' 2. Geonet Components: _ a. Overlap adjacent geonet roll edges minimum of 3 in. The ism fhps hall e joined by tying the geonet structure with cable ties. Ties shall:6e spaced e�e 5 feet along the roll length. b. Adjoining geocomposite rolls (end to end) across the roll �iidth s�quld be shingled down in the direction of the slope, with the geonet portion m the top overlapping the geonet portion of the bottom geocomposite a minimum of 12 inches across the roll width. The overlaps shall be joined by tying the geonet structure with cable ties, spaced every 1 foot along the roll width. c. The geonet portion should be tied every 6 inches in the anchor trench. d. In corners of side slopes of rectangular landfills, where overlaps between perpendicular geonet strips required, unroll extra layer of geonet along slope, on top of previously installed geonets, from top to bottom of slope. e. Stagger joints when more than 1 layer of geonet is installed. 3. Geotextile Seaming Procedures: The bottom geotextile shall be overlapped. The top geotextile shall be sewn or thermally bonded as specified. a. Overlap geotextile minimum of 3 in. prior to seaming. b. On slopes steeper than 10:1 (horizontal:vertical), continuously sew geotextiles. Spot sewing is not allowed. c. On slopes shallower than 10:1 (horizontal:vertical), seam geotextiles as specified or thermally bond with written approval of Engineer. d. Allow no earth cover material to be present beneath geotextile. f. When sewing, use polymeric thread with chemical and ultraviolet light resistance properties equal to or exceeding those of geotextile. g. Use locking stitch. GEONET /GEOTEXTILE COMPOSITE 02078-5 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 3.03 FIELD REPAIR PROCEDURES A. Defects and Repairs: Repair small defects smaller than 3 ft by 3 ft as follows. 1. Remove damaged geotextile. 2. Cut patch of new geotextile to provide minimum 12 in. overlap. 3. Thermally bond geonet patch to existing geocomposite. B. If geonet is damaged: 1. Remove damaged geonet. 2. Cut patch of new material. 3. Secure patch to original geonet by tying every 6 in. Use tying devices specified. 4. Place geotextile patch overlapping damaged area by minimum of 12 in. 5. Thermally bond geotextile patch to existing geocomposite. C. Replace geocomposite if defect is determined to be large 3 ft by 3 ft (1 m by 1 m). END OF SECTION rn c\J LOU E r_J N GEONET /GEOTEXTILE COMPOSITE 02078-6 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02079 GEOGRID REINFORCEMENT PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Geogrid reinforcement for subgrade improvement in the construction of access roadways. B. Related Sections 1. Section 02232 - Site Preparation o 2. Section 02311 —Mass Excavation, Backfill, and Compaction 3. Section 02721 —Aggregate Paving ° C-) s 1.02 MEASUREMENT AND PAYMENT <� A. Refer to Section 01225 —Measurement and Payment. '<! i D r 1.03 DEFINITIONS N N A. Geogrid - A biaxial polymeric grid formed by a regular network of integrally connected tensile elements with apertures of sufficient size to allow interlocking with surrounding soil, rock, or earth to function primarily as reinforcement. 1.04 SUBMITTALS A. Product sample approximately 4 inches by 7 inches or larger. B. Product data sheet and certification from the Manufacturer that the geogrid product supplied meets the requirements of this Section. C. Manufacturer's installation instructions. 1.05 DELIVERY, STORAGE, AND HANDLING A. Storage and Protection 1. Prevent excessive mud, wet concrete, epoxy, or other deleterious materials from coming in contact with and affixing to the geogrid materials. 2. Store at temperatures above -20 degrees F ( -29 degrees C). 3. Rolled materials may be laid flat or stood on end. 4. Geogrid materials should not be left directly exposed to sunlight for a period longer than recommended by the manufacturer. GEOGRID REINFORCEMENT 02079-1 Howard R. Green Company Project No. 191130J PART 2 PRODUCTS 2.01 MATERIALS FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Biaxial Geogrid Reinforcing 1. Composition: a. A regular network of integrally connected polymer or polypropylene tensile elements with aperture geometry sufficient to permit significant mechanical interlock. b. Dimensionally stable and able to retain its geometry under construction stresses. c. High resistance to damage during construction, to ultraviolet degradation, and to all forms of chemical and biological degradation encountered in the soil being reinforced. 2. The geogrid physical properties shall meet or exceed the minimum values listed below. MINIMUM AVERAGE PROPERTY Tensile Strength (2% Strain) Ultimate Tensile Strength Junction Efficiency TEST METHOD ASTM D6637 ASTM D6637 GRI -GG2 B. Manufactures: 1. Tensar Corporation, Biaxial Geogrid BX1100 2. Equal. fs CJ PART 3 EXECUTION 31001^ EXAMINATION f ' ROLL VALUE 6.6 (XMD) LB /FT 19.0 (XMD) LB /FT 93% 'A, Inspect geogrid upon delivery to verify that the proper material has been received. The geogrid,shall be free of flaws or damage occurring during manufacturing, shipping, or b_4ndling.- 3.02 PREPARATION A. The subgrade soil shall be prepared as indicated on the construction drawings or as directed by the Engineer. GEOGRID REINFORCEMENT 02079-2 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 3.03 INSTALLATION A. The geogrid shall be laid at the proper elevation and alignment as shown on the construction drawings. B. Install in accordance with the installation guidelines provided by the manufacturer or as directed by the Engineer. 1. Overlap all seams minimum of 6 in. C. Temporarily secure in place with ties, staples, pins, sand bags or backfill as required by fill properties, fill placement procedures or weather conditions or as directed by the Engineer. D. Follow the Manufacturer's recommendations regarding protection from exposure to sunlight. 3.04 GRANULAR FILL PLACEMENT OVER GEOGRID A. Granular fill material shall be placed in lifts and compacted as directed under Section 02721. Granular fill material shall be placed, spread, and compacted 74 such a manner that minimizes the development of wrinkles in the geogrid andlor m vi ment of the geogrid. y u B B. A minimum loose fill thickness of 6 inches is required prior to op¢ -ation tracked vehicles over the geogrid. Turning of tracked vehicles should be kept`f¢a mimmum -tq prevent tracks from displacing the fill and damaging the geognd_i? Riapber- tired equipment may pass over the geogrid reinforcement at slow spe6dA less -than 10 mph) when integrally- formed geogrids are used. When woven, multi -layer f5� welded - strip geogrids are used, rubber -tired equipment shall not be allowed directly on the geogrid. Sudden braking and sharp turning movements shall be avoided. 3.05 FIELD QUALITY CONTROL A. Engineer will inspect geogrid before and during installation. B. Any damaged or defective (i.e. frayed coating, separated junctions, separated layers, tears, etc.) shall be repaired or replaced. C. Repair 1. Any roll of geogrid damaged before, during and after installation shall be replaced at no additional cost to the Owner. 2. Proper replacement shall consist of replacing the affected area + 3ft (1m) of geogrid to either side of the affected area. END OF SECTION GEOGRID REINFORCEMENT 02079-3 Howard R Green Company Project No. 191130J SECTION 02232 SITE PREPARATION PART1 GENERAL 1.01 SUMMARY FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Section Includes: 1. Site clearing and grubbing 2. Stripping and stockpiling of topsoil. _ 3. Protection of utilities and other structures. o .r n D--t B. Related Sections include but are not necessarily limited to: C-) _e 1. Section 02270 - Soil Erosion and Sediment Control. =sr 'V1 1.02 MEASUREMENT AND PAYMENT' N O 0 J W A. Refer to Section 01225 —Measurement and Payment. 1. Items of this Section are considered incidental to the "Excavation' item. 1.03 GENERAL -o ,t- �V ca A. The area impacted by the work shall be cleared of all trees, shrubs, paving, and objectionable materials which may interfere with the execution of the proposed Work. Trees and shrubs which will not interfere with construction shall be protected from damage by construction of tree barricades. B. Standard clearing and grubbing shall consist of the complete removal and disposal of all trees, shrubs, timber, brush, stumps, roots, grass, weeds, rubbish, and other obstructions resting on or protruding through the surface of the existing ground and the surface of excavated areas. 1.04 PROTECTION A. Preserve and protect groundwater monitoring wells, water wells, and other monitoring devices. Replace damaged or destroyed wells at Contractor's expense. B. Protect and maintain monitoring points, benchmarks, monuments or other established reference points and property corners. If disturbed or destroyed, replace at own expense to full satisfaction of Owner. C. Maintain all erosion and siltation control devices and measures in a functional condition at all times. SITE PREPARATION 02232-1 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa D. Existing Utilities 1. Before starting operations in any area in the vicinity of utility facilities, notify each utility of any operation which may affect their facilities. Such notice shall be provided to each utility sufficiently in advance of such operations to allow the utility time to mark the location of, relocate, adjust, or otherwise protect their facilities. Reach an agreement with each utility on appropriate action necessary to protect or relocate the utility facilities. The cost of such action to protect the facilities, except for locates, shall be borne by the Contractor. The One -Call System (Iowa: 1- 800 - 292 -8989) shall be utilized for locates for those utilities which subscribe to this service. 2. Conduct operations so that necessary clearances are maintained and said utility facilities are protected. The Contractor must comply with all local, state, and federal, or other regulations in performing work near utility facilities. 3. Should the Contractor damage any of the utility facilities during Contractor's operations or determine the work cannot be performed safely, immediately notify the utility involved and cease work until arrangements are made to prevent further damage or a serious accident. Any and all damage, including disruption of service, to any utility facility resulting from Contractor's operation will be repaired by the utility; the cost of said repairs and service disruption shall be borne by the Contractor. 4. Failure of the Contractor to provide timely notice to the utility or to conduct his operations in such manner that proper clearances are maintained and the utility facilities are protected at all times will be ground for the issuance of a Stop Work Order. 5. Notify Engineer of unexpected subsurface conditions and discontinue work in area until Engineer provides notification to resume work. E. Electric Power Easement: Construction will occur under and near existing 345,000 Ndlt overhead electric line easement. These electric lines are energized and accidental contact can cause serious injury or even death. Maintain proper safety clearances at all times. MiclAmerican Energy Company, Davenport, IA 563/333 -8186 PART 2 PRODUCTS (Not Used) PART 3 EXECUTION 3.02 SITE CLEARING A. Topsoil Removal: applies to all on -site areas of construction as required within the limits of construction. SITE PREPARATION 02232-2 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 1. Remove and stockpile topsoil encountered in clearing and earthwork operations. a. Separate from underlying subsoil or objectionable material. Material that contains excessive amounts of objectionable material such as trash or tree roots, as determined by the Engineer, shall be disposed of in the landfill as directed by landfill staff. 2. Stockpile topsoil as indicated on Drawings and where directed by Engineer. a. Construct storage piles to freely drain surface water. B. Clearing and Grubbing: 1. Clear from within limits of construction all trees not marked to remain. a. Include shrubs, brush, downed timber, rotten wood, heavy growth of grass and weeds, vines, rubbish, structures and debris. 2. Grub (remove) from within limits of construction all stumps, roots, root mats, logs and debris encountered to a depth of 18 inches. 3. Fill all depressions caused by clearing and grubbing operations with approved soil material unless further excavation or earthwork is indicated. w ° C. Disposal of Materials: 7 ° 1. Clean organic matter such as timber, stumps, brush, roots and g @s regulting 1 from clearing and grubbing shall be disposed of at an on -site locgtipnas duectd= by landfill staff. Z= -, a' a. Root balls and stumps over 36" diameter shall be placed in the9y+RfilFatum0 1 pile. n� r •v -�) b. Brush and limbs shall be placed at the landfill compost area. c. Salvaged road rock shall be stockpiled in the designated area east off}'e compost operation. 2. Organic matter containing unacceptable amounts of trash and/or rubbish shall be disposed of at the current active landfill tipping face. 3. Paved roads used by landfill staff and the public shall not be used for hauling on- site materials. All on -site hauling of materials shall be coordinated with landfill personnel. END OF SECTION SITE PREPARATION 02232-3 Howard R Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02270 SOIL EROSION AND SEDIMENT CONTROL PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation standards for erosion and sediment control features. a. Hay bales b. Filter socks. c. Silt fence. d. Erosion control lining e. Stabilization seeding e. Stabilization mulching c� ° co a t` B. Related Sections � o°< `" c y 1. Section 01570 — Environmental Protection and Special Controls � n cl 2. Section 02232 — Site Preparation. <r v M CD ? ;F �1 C. Contractor is responsible for all erosion control during construction aptivifles�Erosion control measures described in this Section and on the Drawings' are inIgbded to provide a minimum standard for materials and installation practices and do not relieve Contractor's responsibilities in complying with his own Storm Water Pollution Prevention Plan and NPDES Permit. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 —Measurement and Payment. 1.03 DESCRIPTION A. Work consists of constructing and maintaining erosion control features shown on the plans or as directed. B. Installation of temporary erosion control features shall be coordinated with construction of permanent erosion control features to the extent necessary to ensure economical, effective and continuous control of erosion and water pollution throughout the life of the contract. C. Contractor shall prevent transmission of soil particles into waterways. Except as necessary for construction, excavated material shall not be deposited into a position close enough to be washed in waterways by high water or runoff. The contractor shall not disturb lands or waters outside the limits of construction, except as authorized. SOIL EROSION AND SEDIMENT CONTROL 02270-1 Howard R Green Company Project No. 191130J 1.04 QUALITY ASSURANCE FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Referenced Standards: 1. Erosion control standards: "Standards and Specifications for Soil Erosion and Sediment Control in Developing Areas" by the U.S. Department of Agriculture, Soil Conservation Service, College Park, Maryland. 2. Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, current edition. PART 2 PRODUCTS 2.01 MATERIALS A. Hay or straw bales shall be rectangular bales, acceptable to the Engineer. The average length of bales shall be 34 inches minimum. B. Filter Sock 1. Tubular product (12 inch dia.) consisting of agricultural straw fibers encased in open weave, degradable netting. a. Installed using 1 1/4 inch by 1 1/4 inch (min) wooden stakes. 2. Manufacturer a. American Excelsior Company, AEC Straw Waddle b. Equal. C. Silt Fence 1. Use silt fence that meets the following requirements: a. Fabric: Conform to Iowa DOT Article 4196.01. b. Posts: 4 foot minimum steel (T- section) weighing at least 1.25 pounds per foot, exclusive of anchor plate. Painted posts are not required. c. Fastener: Wire or plastic ties with a minimum tensile strength of 50 pounds. 2. Installation and post spacing as indicated on drawings. GJ D. Erosion Control Lining n . 4,- Manufacturer a.American Excelsior Company, Curlex 1 o b. Equal. t E. Md)ch for'soil stabilization 1 Oat straw. 2 -. As approved by the Engineer SOIL EROSION AND SEDIMENT CONTROL 02270-2 Howard R Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa F. Stabilization seed mix 1. Mix Cover Crop % of Mix Component Oats 80 Rye - grass, annual 20 100 PART 3 EXECUTION 3.01 INSTALLATION A. Bales and Filter Socks shall be placed as shown on the Drawings and as directed to form checks or dams to control erosion and siltation. 1. Bales shall be properly staked or otherwise secured. The bales shall be buried as necessary to prevent scour underneath. A minimum of 2 stakes shall be driven through each bale. 2. Install erosion logs according to manufactures recommendations and in accordance with the Drawings. Secure log to the subgrade with wooden stakes across the length of the log. 3. Remove sediment from behind bales and erosion logs to prevent overtopping. B. Silt Fence: M a ° 1. Furnish and install according to the Drawings, or as directed by tlii PPginaier. , -�n Cn C. Erosion Control Lining: ��- 1. Provide in all ditches and channels where riprap is not specified_TT b3?inst�11e after area is seeded for permanent ground cover. ` �- • - 2. Install in accordance with manufacturer's instructions, unless more stringent requirements appear in these specifications. 3. In direction of flow of water. 4. Where erosion blanket meets riprap, blanket shall extend underneath riprap by at least 2 feet. 5. Fasten mat to ground with stakes or staples, whichever provides more secure fastening in accordance with manufacturer's fastening recommendations. D. Stabilization Mulching 1. Apply to slopes and excavated areas as needed for temporary erosion control, as approved by Engineer. Anchor with disc or crimper. 2. Dry Straw: Apply 2 tons per acre; anchor using dull disc harrow. a. Note special requirements for native seeding areas. E. Stabilization Seeding 1. Seed areas as approved by Engineer. 2. Application rate: 80 Ibs /acre SOIL EROSION AND SEDIMENT CONTROL 02270-3 Howard R Green Company Project No. 191130J 3.02 DURING CONSTRUCTION PERIOD FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Maintain basins, dikes, traps, stone filters, straw bales, silt fencing, etc. 1. Inspect regularly especially after rainstorms. 2. Repair or replace damaged or missing items. 3. Clean out sediment from silt fence as required to maintain effectiveness for erosion and sedimentation control. B. After rough grading, temporarily mulch all exposed earth areas not draining into sediment basin or trap. C. Provide necessary swales and dikes to control erosion. D. Do not disturb existing off -site vegetation (grass and trees). E. Excavate sediment out of basins and traps when capacity has been reduced by no more than 50 percent. F. Topsoil and Fine Grade Slopes and Swales, etc.: 1. Seed or sod as soon as areas become ready. 3.03 NEAR COMPLETION OF CONSTRUCTION A. Remove temporary measures after permanent measures have been installed, unless permitted to remain by Engineer. 1. Remove silt fence after vegetation is established, or as requested by the Engineer. B. Clean out temporary sediment control structures that are to remain as permanent measures. C. Where removal of temporary measures would leave exposed soil, shape surface to an acceptable grade and finish to match adjacent ground surfaces. END OF SECTION N SOIL EROSION AND SEDIMENT CONTROL 02270-4 Howard R. Green Company Project No. 191130J PART1 GENERAL 1.01 SUMMARY FY09 - Stage 1 Cell Construction Iowa City. Landfill and Recycling Center Iowa City, Iowa SECTION 02311 MASS EXCAVATION, BACKFILLING & COMPACTION A. Section includes: 1. General excavation, backfilling, stockpiling, and grading. 2. Dewatering. B. Related Sections 1. Section 02058 - Clay Liner 2. Section 02316 — Trenching, Backfilling, and Compacting 3. Section 02331 — Waste Excavation and Placement o 1.02 MEASUREMENT AND PAYMENT V1 A. Refer to Section 01225 - Measurement and Payment. r- M 1.03 REFERENCES A. Iowa Department of Transportation "Standard Specifications for HigKway art4)Bridge Construction," latest edition and current supplements thereto. `'' 1.04 DEFINITIONS A. Excavation Classification of Materials 1. Earth. All materials not classified as rock or rubble, includes: Clay, silt, sand, gravel, hardpan, disintegrated shale and stones. 2. Rock. Buried boulders larger than 1/3 cubic yards (0.25 cu.m.) in volume or materials so hard and dense that continuous loosening by pneumatic tools or blasting is required for removal. 3. Rubble. Buried concrete foundations, beams, walls, and other materials which require continuous use of pneumatic tools or blasting. 4. Landfill Waste. Previously disposed trash, solid waste, daily cover, and other items in contact with solid waste landfill operations. B. Leachate. Liquid that has contacted landfill waste. 1.05 QUALITY ASSURANCE A. Owner will provide for personnel on -site to test materials and monitor compliance with the requirements of these Specifications. MASS EXCAVATION, BACKFILLING & COMPACTION 02311 -1 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa Contractor will afford these representatives access to the job site for the performance of their duties as described in the Contract Documents. B. Engineer or his representative will: 1. Approve materials proposed for incorporation into the work. 2. Inspect subgrades and excavations and evaluate suitability of materials encountered. 3. Determine extent of any over - excavation required to remove unsuitable materials under roadways, structures or other areas of construction. 4. Inspect placement of fill materials for compliance with these specifications. 5. Perform compaction tests for embankments and fills. 6. Observe construction operations and monitor for compliance with Contract Documents. C. Owner will pay for passing tests. Retesting due to initial test failures shall be paid for by the Contractor. 1.06 PROJECT /SITE CONDITIONS A. Field Measurements. Verify that survey benchmark and intended elevations forthe Work are as shown on Drawings. B. Stockpiling Excess Materials. Remove excess topsoil and excavated material. Stockpile excess material as shown on the drawings. Ch aul routes: T. Determine haul roads with approval of agency having jurisdiction over proposed roadway. _2. Make condition survey of haul roads prior to use and document with necessary 9„ ! `' - . photographs and written descriptions. 9 .3). : Keep reasonably free from debris from construction operations. 4: Clean daily as needed. L s 5. Repair any damaged haul routes to match existing conditions before use. D. Project Record Documents 1. Accurately record actual locations of utilities remaining, by horizontal dimensions, elevations or inverts, and slope gradients, E. Regulatory Requirements 1. Conform to applicable city, county, state and federal codes for disposal of debris, and use of herbicides. MASS EXCAVATION, BACKFILLING & COMPACTION 02311 -2 Howard R. Green Company Project No. 191130J PART 2 PRODUCTS 2.01 EARTH MATERIALS FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Suitable Materials: Structural fill, controlled fill, and earth fill shall be clean, fine earth, rock, orsand, free from grass, roots, brush, or other vegetation, lumps largerthan 6 inches (150 mm), rocks larger than 3 inches (75 mm), and debris. B. Unsuitable Material. Unsuitable soils for fill material shall include soils which, when classified under ASTM D2487, fall in the classifications of PT, OH, CH, MH, OL or organics. In addition, any soil which cannot be compacted sufficiently to achieve the percentage of maximum density specified for the intended use shall be classified as unsuitable material. If Contractor's operations at the site cause soils to become unsuitable, then the cost of reestablishing suitable bearing conditions shall be at the expense of the Contractor. N O PART 3 EXECUTION o ° . —n e, TJ 3.01 GENERAL >� m �« A. Protect existing structures and utilities and clear and grub in accordarlsFwithdSect(61 rr 02232. o B. After clearing and grubbing, proof roll embankment cell, and other ar "s where construction is to take place to identify areas of soft material. Remove soft material and replace with suitable fill. 3.02 SITE GRADING A. Uniformly grade areas to smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross- sections, lines, and elevations indicated. 1. Provide smooth transition between existing adjacent grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to conform to required surface tolerances. B. Fill settled areas where excavations or trenches were backfilled and holes made by demolition, tree removal, and site preparation work. C. Slope grades to direct water away from structures and to prevent pending to required elevation tolerances. Provide temporary drainage facilities to prevent damage when necessary to interrupt natural drainage or flow of artificial drains. D. Apply necessary moisture to the construction area and haul roads to prevent the spread of dust. MASS EXCAVATION, BACKFILLING & COMPACTION 02311-3 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 3.03 EXCAVATION A. Excavate within limits of Project to lines, grades, and elevations shown on Drawings or as indicated by Engineer. B. Segregate excavated materials into suitable fill, unsuitable, and other. C. Transport excavated materials to berm or embankment site, or to designated stockpile. D. Dispose of unsuitable material on -site where designated by Engineer. Do not mix unsuitable material with suitable material unless directed by Engineer. E. Over excavate to remove unsuitable material. F. Remove lumped subsoil, boulders and rock up to 1/3 CY (0.25 cu m) measured by volume. G. In the event unsuitable bearing material is encountered at design depth, this condition shall be called to the attention of the Engineer and a determination will be made prior to continuance. In the event over - excavation and special backfill are required, the Contractor shall proceed as instructed by the Engineer. If unsuitable bearing subgrade conditions were caused by the Contractors operations at the site, then the cost of reestablishing suitable bearing conditions shall be at the expense of the Contractor and as directed by the Engineer. 3.04 EMBANKMENT CONSTRUCTION A.,Excavation areas shall not be filled without prior approval from the Engineer. Excavation 'areas shall be filled with clean suitable soil. B. Backfill and compact to final grades shown on plans. _4 C.'Scarify prepared subgrade surface before placement of embankment material to provide ,bonding between embankment material and prepared subgrade. D. When embankment is constructed against an existing slope that exceeds 5:1, cut existing Mope into steps as construction of the embankment progresses. Cut steps in horizontal planes which have vertical slope cut dimensions of not less than 3 ft. D. Begin construction of embankment at lowest point of fill below grade and construct in layers by spreading and leveling material during placement. Spread individual layers to uniform thickness throughout and approximately parallel with finished grade forfull width of embankment. E. Place materials uniformly in 8 in. loose lifts across full width of embankment. F. Moisture Content: Within 3 percentage points of optimum (standard Proctor) when placed MASS EXCAVATION, BACKFILLING & COMPACTION 02311 -4 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa and compacted. Dry material that is too wet to meet compaction requirements. G. Compact materials across full width of embankment before placing next lift 1. Stockpiles: 90% standard Proctor. 2. All other embankment: 95% standard Proctor. H. Maintain lifts to provide positive drainage away from construction. Do not place unsuitable materials such as stumps, logs, brush or other undesirable materials in embankment. J. Do not place frozen materials or when surface is frozen. 3.05 DEWATERING A. Groundwater may be encountered while excavating. B. Do all work in dry conditions; obtain the Engineer's approval of proposed methods of dewatering. _ _ Q U C Rv C. Prevent surface water from flowing into excavations; promptly rdi pe Ay w accumulated. c-) .- 1. Site runoff shall comply with NPDES Permit #2 and Section 015 r? Q1 D. Maintain dewatering operations to prevent groundwater from exceeding tratigns sh6wA on Drawings until construction work has been completed to level indicated. W E. Do not pump water to existing sanitary sewers or onto adjacent property without approval of the Engineer and adjacent property owner. F. Dewatering shall not be paid for as a separate pay item, but shall be.considered incidental to the project. G. Methods used shall not cause settlement or damage to adjacent property. H. Provide surface water pumps, hoses and other necessary equipment and labor to keep excavation free of standing water. 1. No water shall be discharged directly to ditches, wetlands, or lakes. Provide temporary detention areas that provide for infiltration. 3.06 CONFLICT WITH EXISTING UTILITIES AND SERVICES A. All cables, conduit, and pipe exposed during construction will be secured in such a manner that no deflection or sagging occurs during or after construction. All backfill shall be natural earth materials excluding rocks, foreign materials, or other abrasive materials that may be injurious to the cables. MASS EXCAVATION, BACKFILLING & COMPACTION 02311 -5 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa B. Compact backfill under existing utility crossing to ninety -five per cent (95 %) maximum density; moisture content not less than two percent (2 %) below optimum or more than three percent (3 %) above optimum moisture content. C. Drain tile repair: 1. Notify the Engineer promptlywhen drain tile are encountered during excavation; note location of tile; promptly repair all drain tile damaged during construction. 2. Replace drain tile with length of ductile iron pipe as specified for sanitary sewers or helically corrugated steel pipe with standard galvanizing coating extending at least twelve inches (12 ") into undisturbed earth on each side or trench. 3. Diameter of replacement piping greater than or equal to existing tile diameter. 4. Install steel or reinforced concrete support beams as required and subject to the Engineer's review. 5. Connect to existing pipe with manufactured pipe adapter, coupling or six inches (6 ") thick by twelve inches (12 ") long concrete collar. 6. Compact backfill under drain tile repair to ninety -five percent (95 %) maximum density for distance equal to trench depth each side of drain tile. 7. Leave repair exposed for inspection by the Engineer. 3.07 DISPOSAL OF MATERIAL A.. Dispose of excavated material in disposal area identified by Engineer. B, Dispose of debris, large stones, rocks, roots, and organic materials as directed by Engineer. 3.0$ FIlELD QUALITY CONTROL f`E o A'_ Tole rances: :j . 0.15'horizontal and 0.2 feet vertical unless otherwise approved in writing by Engineer. Grade to bottom of specified topsoil depth or base course in areas to receive paving or riprap. 3. Maximum allowable variation from design elevation in 1 in. in 10 ft. 4. Degree of finish shall be ordinarily obtainable from either blade - grader or scraper operations, except as otherwise specified. MASS EXCAVATION, BACKFILLING & COMPACTION 02311 -6 Howard R. Green Company Project No. 191130J B. Conformance Testing by Engineer: FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa Conformance testing of in -place material will occur at the following frequencies: TABLE 02311 -1 CONFORMANCE TESTING Test Parameter ASTM Test Frequency Min. o Reference Number of 4. Notify Engineer when rework area is ready for retest. Tests Moisture /Density D2922 1 test per lift, per 500 ft TBID D1556 embankment offset each lift, or END OF SECTION N one test per 5,000 cy placed 2. Test locations shall be selected at random and performed by Engineer. Contractor shall assist in testing. 3. Contractor shall rework and correct areas that fail testing: a. Define rework area. b. Disc. C. Moisture condition if necessary. d. Compact. o e. Retest. o 4. Notify Engineer when rework area is ready for retest. 7:0 --•-. 5. Rework areas that fail retesting shall have material removed and re _edTR no gosT to Owner. Er j oM = END OF SECTION N W MASS EXCAVATION, BACKFILLING & COMPACTION 02311-7 Howard R. Green Company FY09 – Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02316 TRENCHING, BACKFILLING AND COMPACTING PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Trench requirements for underground piping and appurtenances including requirements for excavation, backfill, and compaction. B. Related Sections 1. Section 02610 – Pipe Culverts 2. Section 02629 – Plastic Piping and Appurtances 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 – Measurement and Payment. 1. Payment for trenching, bedding, backfilling, and compacting is incidental and included in the installation unit price of pipe, manholes, culverts, and othe2ystems. o _ 1.03 REFERENCES a tr — A. ASTM D2922 - Density of Soil and Soil- Aggregate in Place by Nuclear WetMods�Sha Depth). <�i c� a B. ANSUASTM D698 - Test Methods for Moisture- Density Relations o�_S`oils and Soil Aggregate Mixtures, Using 5.5 lb. (2.49 Kg) Rammer and 12 inch (304% mm) V'op. C. Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," latest edition and current supplements thereto. 1.04 DEFINITIONS B. Trenching and Backfilling: All excavation and backfilling to desired elevations and dimensions indicated in the Drawings, compacting, disposal of surplus material, furnishing additional backfill material, and all other work incidental to the construction of trenches, including any additional excavation. C. Material Classification. 1. Earth: All materials not classified as rock or rubble, includes: clay, silt, sand, gravel, hardpan,and stones. TRENCHING, BACKFILLING AND COMPACTING 02316-1 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 2. Rock: Buried boulders largerthan 1/3 cubic yards in volume or materials so hard and dense that continuous loosening by pneumatic tools is required for removal. 3. Rubble: Buried concrete foundations, beams, walls, and other materials which require continuous use of pneumatic tools. 1.05 SUBMITTALS A. Gradation test results for each source of pipe bedding. 1.06 QUALITY ASSURANCE A. Ownerwill provide for personnel on -site to test materials and monitor compliance with the requirements of these Specifications. 1. Contractor will afford these representatives access to the job site for the performance of their duties as described in the Contract Documents. B. Engineerwill: 1. Approve materials proposed for incorporation into the work. 2. Inspect subgrades and excavations and evaluate suitability of materials encountered. 3. Determine extent of any over - excavation required to remove unsuitable materials under areas of construction. ,4. Inspect placement of fill materials for compliance with these specifications. 5. Perform compaction tests for backfill. 6. Observe construction operations and monitor for compliance with Contract Documents. . _ 'Owner will pay for passing tests. Retesting due to initial test failures shall be paid for bythe A9 ,Contractor. 1.07 PROJECT /SITE CONDITIONS N A. Avoid overloading or surcharge a sufficient distance back from edge of excavation to prevent slides or caving. Maintain and trim excavated materials in such manner to be as little inconvenience as possible to public and adjoining property owners. Conform to OSHA Requirements. B. Contractor responsible for providing adequate barricades and protection around excavation and work areas. C. Protect and maintain bench marks, monuments or other established points and reference points and if disturbed or destroyed, replace items to full satisfaction of Engineer. D. Verify location of existing underground utilities. TRENCHING, BACKFILLING AND COMPACTING 02316-2 Howard R. Green Company Project No. 191130J PART 2 PRODUCTS 2.01 BEDDING MATERIALS FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Bedding for pipes and structures shall be approved imported material. Material to be free of foreign substance, debris, large stones, rocks (1 W, 37 mm.), roots, organic or frozen material, expansive material and other deleterious materials. B. Granular pipe bedding: clean crushed stone; comply with following gradation, dependent upon pipe diameter. Sieve Pipe 4" -18" Diameter (Percent Passing) Pipe Over 18" Diameter (Percent Passing) 1" 100 100 314" 90 -100 90 -100 3/8" 50 -90 20 -55 No. 4 35 -80 0 -10 N No.10 20 -65 No. 40 10 -35 No. 200 0 -10 r QZj -• r C. Stabilizing Material: Sharp, clean crushed stone; comply with following gradatiorp W c- Sieve Percent Passing 2-1/2" 100 2" 90 -100 35 -70 1" 0 -15 1/2" 0 -5 TRENCHING, BACKFILLING AND COMPACTING 02316-3 s Howard R. Green Company Project No. 191130J 2.02 SELECT BACKFILL MATERIALS FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Trench backfill shall be approved select material obtained from site or from off -site borrow areas. Material shall be clean, fine earth, rock, or sand, free from grass, roots, brush, or other vegetation, lumps larger than 6 inches (150 mm), rocks larger than 11/2 inches, and debris. PART 3 EXECUTION 3.01 EXAMINATION A. Protect existing structures and utilities and clear and grub in accordance with Section 02232. 3.02 EXCAVATION A. Earth Excavation. 1. Excavate all material encountered to depth and dimensions indicated on Drawings. a. Comply with OSHA and all other governmental regulations. Contractor solely responsible for complying with the regulations. b. Pile excavated material suitable for backfill in an orderly manner a sufficient distance from edge of excavation to avoid rollbacks, slides, or cave -ins. C. Remove spoil not suitable for backfill; waste at disposal area obtained by the ell Contractor at no cost to the Owner. 2. Excavate to full depth by machine; level trench bottom to provide uniform bearing and support for full length of pipe. o i_9 ` 3. Excavate by hand: a. Under and around utilities. b. Where overhead clearance prevents use of machine. c. Under trees and shrubs where shown on Drawings. 4. keep sides of trench as nearly vertical as practicable within the limits of excavation r codes and safety requirements; maintain vertical walls of excavation below top of pipe. Provide trench wall support as needed. 5. Minimize the width of trench below the top of the pipe, but maintain trench width of no less than 24 in. 6. Conform to best trench bottom construction practices as recommended by pipe manufacturer. 7. Backfill trench bottoms carried below required grade; backfill to proper elevation with crushed stone as specified for sewer pipe bedding at no expense to the Owner. 8. When unstable material is encountered which may not provide a suitable foundation for pipe. a. Notify Engineer immediately. b. Engineer will investigate questionable material to determine its suitability for pipe foundation. G. If material is considered unsuitable for pipe foundations, Engineer will specify TRENCHING, BACKFILLING AND COMPACTING 02316-4 Howard R. Green Company Project No. 191130J FY09 —Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa and authorize remedial measures in writing. d. If removal of unsuitable material is authorized replace with trench stabilizing material. Provide minimum of 4 inches 100 mm) of bedding material on top of stabilizing material to prevent point load. Bedding material graded sufficiently coarse to prevent movement and loss of bedding into trench stabilizing material. 9. When the material being excavated is such that it is physically impossible to stabilize the trench bottom or secure a uniform bearing using dewatering and a granular foundation and in the judgment of the Engineer, concrete encasement, concrete cradling or pilings are necessary to support the pipe, provide such support when directed in writing by the Engineer. 10. Provide cradling or strengthening at Contractors expense if above trench width is exceeded. B. Sheeting, Shoring, and Bracing 1. Construct sheeting, shoring, and bracing required to hold walls of excavation and to provide safety for workers, to protect existing utilities and structures, and to permit dry conditions for construction. a. Sheeting: wood or steel. b. Construct and maintain sheeting and shoring in accordance with OSHA and all other governmental regulations. Contractor solely responsible for complying with the regulations. ®_ 2. Leave in place wood sheeting driven below level of pipe. Remove Taper p4a of wool sheeting to a level 5' -0" (2m) below finish grade.D --a 3. Pull steel sheeting except where shown on Drawings. C) 4. When movable trench shield is used below spring line of pipe, lift Mi ejd p,Rbr to �n forward movement to avoid pipe displacement. Fill void left by rval of ship` between consolidated fill and stable trench wall, with consolidatq% ER ofifie samit type as specified adjacent to the pipe. S. �'✓ N C. Dewatering 1. Do all work in dry conditions; obtain the Engineer's approval of proposed methods of dewatering. 2. Provide for handling water encountered during construction. a. Divert stream flow and sewage away from areas of construction. b. Prevent surface water from flowing into excavation; remove water as it accumulates. C. If groundwater is encountered, provide sumps in the trench or some other methods for removal of water and stabilization of trench bottom. d. Do not pump water to existing sanitary sewers or onto adjacent property without approval of the Engineer and adjacent property owner. 3. Lay no pipe in, and place no concrete on, excessively wet soil. 4. Protect against settlement or damage to adjacent property. 5. Trench dewatering is incidental to the project. TRENCHING, BACKFILLING AND COMPACTING 02316-5 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 3.03 BEDDING AND BACKFILL A. Bedding and Backfill for Trenches 1. Place bedding from bottom of pipe trench to pipe spring line as indicated on in Drawings. Bedding includes material below bottom of pipe as specified. Compact bedding below bottom of pipe prior to installation of pipe to minimize settlement. 2. Provide bell holes at each pipejoint; allow access completely around circumference of pipe for proper jointing operations. 3. Bedding for Gravity Lines: a. Granular pipe bedding material. b. Thickness of bedding material below the bottom of pipe barrel of 1/8 pipe O.D., or 4-inch (100 mm) minimum. C. Compacted in 6 -inch (150 mm) lifts from trench bottom to pipe spring line. d. Compact to a minimum of 90% Standard Proctor Density (ASTM D698). 4. Bedding for Pressure Lines: a. Native select material or granular pipe bedding material. b. Where rock or other unyielding material is encountered in trench bottom, provide a cushion of granular pipe bedding with thickness as shown on Typical Detail Drawing herein. C. Compact bedding and cushioning materials compacted in 6 -inch (150 mm) lifts from trench bottom to pipe spring line. d. Compact to a minimum of 90% Standard Proctor Density. 5; Construct structures and appurtenances and perform backfilling as work progresses. 6. . Initial Backfill. a:_: Vitrified Clay; High Density Polyethylene; Polyvinyl Chloride; and Truss Pipe: Carefully place and compact initial backfill with pneumatic or mechanical !- tampers from the spring line to a point 1 foot (1/3 m) above top of pipe barrel. -' Backfill material shall be crushed stone as specified for bedding in this Section. b. Ductile Iron Pipe, Polyvinyl Chloride (pressure) and Reinforced Concrete Pipe: ` Material and compaction as specified for trench backfill. 7., Backfill trench after locations of connections and appurtenances have been recorded. Conform to applicable Typical Detail Drawings. 8. Placement of Backfill: a. Place initial backfill material only after installation of pipe and bedding material has been completed. b. Place all initial backfill in such a manner so not to damage or displace pipe. C. Backfill simultaneously on both sides of pipe to prevent displacement. d. Compact to minimize settlement of trench backfill and provide optimum support of pipe. 9. Place trench backfill only after initial backfill has been placed, compacted, and approved. Trench backfill, material and compaction requirements depend on what area the pipe is located beneath as specified. Trench backfill begins 1 foot (1/3 m) above pipe barrel and terminates at final grade or subgrade. 10. Trench Backfill. a. Open Rural Areas: In open rural areas where there is no vehicular traffic, no special compaction will be required. Backfill is select material. The material may be placed with bulldozers or backfilling machines of other types. Mound TRENCHING. BACKFILLING AND COMPACTING 02316-6 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa earth approximately 12"(300 mm) in height over trench; mound shall be neatly rounded off for further settlement. b. Grass Parking Areas and Unpaved Areas: Select material as previously defined. Compact backfill material to a minimum of 90% Standard Proctor Density (ASTM D698). Fill upper portion of trench in grass areas with 6 inches minimum of topsoil. C. Paved Areas and Landfill Embankments: Select material compacted in 8" lifts with pneumatic or mechanical tampers to finish grade or subgrade. Compact to a minimum of 95% Standard Proctor Density (ASTM D698). 11. Backfill with material removed from excavation except where imported backfill is specified; use no debris, frozen earth, large clods, stones, or other unsuitable material. If native material is too wet or dry to achieve specified compaction, Contractor required to dry orwet material or replace with approved imported material at no additional cost to the Owner: 12. Place backfill into the trench at an angle to minimize impact on installed pipe is minimized. B. Provide compacted sand or granular material under all existing utilities or service lines that are located above the new pipeline. Compact material to a minimum of 95 % Standard Proctor Density. 3.04 7 i� QUALITY CONTROL °cc) Source Testing by Contractor: 1. One sieve analysis for each type of bedding material (ASTM D42�E Conformance Testing by Engineer: 1. Density and moisture will be tested at discretion of the Engineer 2. If trench backfill fails density tests, rework backfill or subgrade and specified density is obtained. END OF SECTION 1� n -n e3I :V n €`TI rV west until TRENCHING, BACKFILLING AND COMPACTING 02316-7 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130) Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02331 WASTE EXCAVATION AND PLACEMENT PART1 GENERAL 1.01 SUMMARY A. Section includes: 1. Installation of cell entrance, ramp, and operations pad by Contractor using select waste materials. 2. Excavation and relocation of landfill waste. 3. Litter control during construction 4. Leachate collection and control during construction. B. Related Sections 1. Section 02311 - Mass Excavation, Backfill, and Compaction N �J 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 -Measurement and Payment. Ol a 1.03 DEFINITIONS -,-J _M A. Classification of Materials r i 1. Landfill Waste. Previously disposed trash, solid waste, daily cover, acid othetit ems in contact with solid waste landfill operations. 2. Waste Materials. Trash and solid waste, as delivered to the landfill. 3. Select Waste Materials. Trash and solid waste containing no items that would cause damage to the liner, contain no soil cover material, or adversely affect the performance of the leachate collection system. 1.04 PROJECT /SITE CONDITIONS A. Coordinate Work activities to minimize conflicts and delays. B. Protection of all site features such as monitoring wells, gas extraction system components, drainage features, etc. is the Contractor's responsibility. PART 2 PRODUCTS (Not Used) WASTE EXCAVATION AND PLACEMENT 02331-1 Howard R. Green Company Project No. 191130J PART 3 EXECUTION 3.01 LITTER CONTROL FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Provide litter control of windblown materials resulting from Contractor's operations. This work is considered incidental. B. Provide windscreens, soil, tarps, approved spray -on cover, or other approved means to control windblown material. 1. Soil cover shall not be applied to select waste material unless approved by the Engineer. C. Contractor is responsible for retrieving litter (on site and off site) that is blown as a result of his operations. D. Complaints from the public shall be considered adequate cause for Owner to stop work until wind blown litter is picked up and control over wind blown litter is established by Contractor. 3.02 ENTRANCE AND OPERATIONS PAD CONSTRUCTION A. Before waste materials (including select waste materials) can be placed in the new landfill cell, all liner testing and surveying must be complete, Engineer must certify construction, and approval and certification of IDNR must be complete. B. Loading and Hauling 1. Load select waste materials from Owner furnished stockpile located inactive landfill cell. 2. Do not load any material that could potentially damage the liner, as determined by the N Engineer. 3... Cover toads if necessary to prevent blowing during hauling operations. C. The landfilt.entrance, ramp, and operations pad shall be constructed of select waste. 1. Spread-in lifts not exceeding 2 ft. 2. Compact to stabilize material using a dozer or other equipment in accordance with the ufolldwng criteria; �A. imum thickness of 1 ft of select waste is specified between light dozer, ground pressure of 5 psi (35 kPa) or lighter, and top of drainage layer. In areas traversed by vehicles other than low ground pressure vehicles approved by Engineer, select waste layer shall be minimum 4 ft thick. c. Damage to underlying liner resulting from Contractor's work shall be repaired at no expense to Owner. D. Large objects or other material potentially capable of damaging the liner or adversely affecting the leachate collection system shall be removed by the Contractor. These materials shall be placed either on existing fill areas as approved by landfill personnel, WASTE EXCAVATION AND PLACEMENT 02331 -2 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa or in the new cell, above a minimum of 4 ft of select waste. E. Allowable Slopes 1. Final slopes of the ramp entering and exiting the new landfill cell shall not exceed 5 percent. 2. Final slope of the operation pad on the cell bottom shall not exceed 1 percent. 3. Waste slopes from edges of surfaced ramp and operations pad shall not exceed 4:1. F. Landfill cell access and gravel surfacing 1. Install 12 -in. layer of reclaimed road aggregate on top of access road and operation pad areas. Compact to satisfaction of Engineer. a. Reclaimed road aggregate furnished by Owner. b. Load and haul aggregate from Owner's stockpile. 2. Provide compacted soil ramp from service road to cell entrance surfaced with 12 -in. layer of reclaimed road aggregate. 3.03 LANDFILL WASTE EXCAVATION, RELOCATION, AND COMPACTION A. Excavate landfill waste as indicated on the drawings. y 1. Drawing contours indicate top of 2 ft intermediate soil coverj�p be placed by Contractor. �> v a. Placement of intermediate cover is incidental to Excavation.' -+ ' B. Loading and Transport '-1n j 1. Segregate landfill waste from existing soil cover and berms to the eAt4nt possible, ) and as directed by the engineer. Segregated waste and soil shall be'haulemo their respective stockpile locations. N 2. All loading and transport of landfill waste shall be on -site using temporary h6d roads maintained by Contractor and approved by Engineer. 3. No transport on paved roads allowed. C. Direct unloading to meet required grades and to minimize movement of waste after unloading. D. Compact transferred wastes as necessary to reduce volume and provide stable base. 1. Spread waste in lifts not exceeding 2 feet thick. 2. Compact with landfill compactor equipped with steel landfill wheels designed to break up and consolidate waste and having a minimum gross weight of 75,000 pounds. 3. Make at least three passes of the compactor over all waste for each lift. F. Final waste slopes shall be covered with two feet of soil intermediate cover, unless otherwise directed by the Engineer. WASTE EXCAVATION AND PLACEMENT 02331 -3 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 3.04 ODOR CONTROL A. To the extent possible, stage and conduct waste excavation in a manner that will minimize the occurrence of offensive odors. This includes limiting the amount of exposed landfill waste at any one time, judicial use of intermittent soil cover, management of leachate, and other methods as may be approved by Engineer. B. Limit the area of exposed landfill trash to no more than one acre at any time. Once waste excavation is started in an area, work shall be continuous until the design grades are achieved and /or soil cover is placed. Intermittent soil cover shall be applied to control odors, as directed by Engineer, to any landfill waste that has been exposed for more than 48 hours. These efforts are considered incidental. C. Cooperate with landfill staff in efforts they may employ using the facility's landfill gas collection system for control of landfill odors in the construction area. 3.05 LEACHATE MANAGEMENT A. Properly manage leachate from within the existing lined landfill cells as required for the Work. Provide continuous means of collection and disposal of leachate until final connection to new systems can be made. Means for leachate management could include temporary berms, temporary piping, sumps, and pumping, as approved by Engineer. 1. Leachate shall not be allowed to back up onto the existing landfill liner and collection systems. 2. Under no circumstances shall leachate be directed to unlined areas. 3. Leachate shall not be directed to newly lined areas or new leachate collection systems prior to approval by the Owner and regulatory authorities. 4. Leachate control during construction is incidental to Excavation. r- N END OF SECTION r.-, LLI I..I j -_< 0 - N WASTE EXCAVATION AND PLACEMENT 02331 -4 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02373 RIPRAP PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Stone riprap as protective covering at pipe inlets and outlets, slopes, channels and spillways. B. Related Sections 1. Section 02075 — Geotextile. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 —Measurement and Payment 1.03 REFERENCES d A. Iowa Department of Transportation Standard Specifications for Highway apd B @iJgeJ Construction, current edition. Cn PART 2 PRODUCTS 2.01 MATERIALS N A. Class E Revetment meeting Iowa DOT 4130.04. `9 1. Well- graded material with a nominal top size of 250 pounds and meeting the following size limitations: Stone Weight (Ibs) Minimum % Larger than Stone Weight 90 50 5 90 2. Revetment shall come from an approved source. Material shall be sound and durable broken limestone, dolomite, or quartizite. B. Erosion Stone meeting Iowa DOT 4130.05 1. Nominal 6 inch mixture, by visual examination. 2. Shall come from an approved source. Material shall be sound and durable broken limestone, dolomite, or quartizite. RIPRAP 02373-1 Howard R. Green Company Project No. 191130J PART 3 EXECUTION 3.01 PREPARATION FYO9 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Areas on which geotextile and riprap are to be placed shall be graded and dressed to lines and grades shown on Drawings or as required by Engineer. Repair eroded or washed out areas prior to placement of material. 3.02 INSTALLATION A. Geotextile: 1. Place geotextile beneath riprap in accordance with Section 02075. i 0 =I. 1. Place stone riprap to produce reasonably well graded mass of stone with minimum practicable percentage of voids. 2. Place by method preventing segregation of various sizes of stone. 3. Rearrange or shape material to prescribed section after placement and add additional material if sections indicate such to be necessary in opinion of Engineer. 4. Larger stones shall be well distributed throughout mass and finished protection shall be free from pockets of small stones and clusters of large stones. 5. Fill holes or open spots to produce well graded protection. 6. Unless otherwise indicated on Drawings, Class E Revetment shall be at least 18 in. thick. Erosion Stone shall be at least 12 in. thick. END OF SECTION r N Ppp N RIPRAP 02373-2 Howard R. Green Company Project No. 191130J SECTION 02610 PIPE CULVERTS PART1 GENERAL 1.01 SUMMARY A. Section Includes: FYO9 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 1. Reinforced concrete pipe culvert, joints and accessories. 2. Corrugated metal pipe used for protection of plastic pipe cleanouts. 3. Corrugated polyethylene pipe and appurtenances used for letdown structures B. Related Sections 1. Section 02316 — Trenching, Backfilling, and Compacting 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 —Measurement and Payment. 1.03 REFERENCES A. ASTM C 14 - Standard Specification for Concrete Sewer, Storm Drain, and Culvert Pipe; 2005a. o B. ASTM C 76 - Standard Specification for Reinforced Concrete Culvert, Storm tf<ain, and Sewer Pipe; 2006. C. ASTM C 443 - Standard Specification for Joints for Concrete Pip e_,_�aq Manholbs,� Using Rubber Gaskets; 2005a. �i n M D. ASTM A 929/A 929M - Standard Specification for Steel Sheet, MetaIIIOUato by ih@ Hot -Dip Process for Corrugated Steel Pipe; 2001. ry E. Iowa Department of Transportation Standard Specifications for Highway anWBridge Construction, Current Edition. 1.04 SUBMITTALS A. Product data on pipe, fittings, and accessories. PART 2 PRODUCTS 2.01 CONCRETE CULVERT PIPE A. Concrete Pipe: Reinforced, ASTM C 76 (ASTM C 76M) ; mesh reinforcement; bell and spigot end joints: 1. Shape: Circular with a nominal diameter of as indicated on the Drawings. B. Iowa Department of Transportation Classification 2000D. C. Reinforced Concrete Pipe Joint Device: ASTM C 443 (ASTM C 443M) rubber compression gasket joint. PIPE CULVERTS 02610-1 Howard R. Green Company Project No. 191130) D. Flared end section of same type and class as pipe. 2.02 STEEL CULVERT PIPE FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Corrugated Steel Pipe: Fabricated of ASTM A 929/A 929M galvanized steel sheet: 1. Shape: Circular, with nominal diameter as indicated on the Drawings. B. Coupling Bands: Galvanized steel, 0.052 inches (1.3 mm) thick x 10 inches (250 mm) wide; connected with two neoprene "O" ring gaskets and two galvanized steel bolts. 2.03 CORRUGATED POLYETHYLENE PIPE A. Piping and fittings to conform with [DOT Specifications 4146, AASHTO M294, and ASTM F667. B. Dual wall high density polyethylene plastic pipe. C. Smooth interior and corrugated exterior, which is extruded integrally. D. Joints shall be gasketed, water and soil tight. E. Manufactures: 1. Advanced Drainage Systems N -12. 2. Prinsco, Goldflo. 3. Or equal. 2.04 BEDDING AND COVER MATERIALS A. As specified in Section 02316 — Trenching, Backfilling, and Compaction. 2.05 ACCESSORIES A. Fill at Pipe Ends: As specified in Section 02373 - Riprap. End of Culvert Gratings: As noted on Drawings. i U q.. g PART 3 EXECUTION 3.01 INSfiALLATION OF PIPE A. Trench, backfill, and compact in accordance with Section 02316. 1. Begin laying pipe from lowest point in proposed sewer line. 2. Lay pipe with bell end of bell and spigot pipe pointing upgrade. 3. Lay pipe uniformly to line and grade so finished sewer will present uniform bore. B. Rubber Gasket Joint: 1. Immediately before making joint, lubricate outside of gasket and inside of bell or groove of last pipe with approved vegetable lubricant. 2. Take care gasket and ends of pipe are clean and free of sand or gravel. 3. Introduce spigot or tongue of pipe being laid with gasket in place, into bell or groove end of previously laid pipe. 4. Carefully set pipe to line and grade, and then jack or push completely home. PIPE CULVERTS 02610-2 Howard R. Green Company Project No. 191130J FYO9 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa C. Appurtenance Installations: 1. Appurtance items such as aprons, trash guards, and castings shall be installed where required by the Drawings. 2. Aprons shall be subject to all applicable requirements for installation of pipe. For concrete pipe, aprons and outfall end sections shall have the last three sections tied. 3.02 FIELD QUALITY CONTROL A. Noticeable variations from true alignment and grade will be considered sufficient cause for rejection of work. B. Concrete pipe shall be subject to rejection for failure to conform to requirements of specifications or for following reasons: 1. Fractures or cracks passing through pipe wall or socket, except single crack not exceeding 2 in. in length at either end of pipe or single fracture in socket not exceeding 3 in. in width nor 2 in. in length shall not be considered cause for rejection unless these defects exist in more than 5% of entire shipment or delivery. 2. Chips or fractures on the interior of pipe exceeding 2 in. in length, 1 in. in width and of depth more than 1/4 barrel thickness. 3. Cracks, sufficient to impair strength, durability, or serviceability of pipe. , 4. Defects indicating improper proportioning, mixing, and molding. 5. Variations of more than 118 in.Ain ft in alignment of pipe intended to be straight.. 6. Insecure attachment of spurs. 7. Damaged ends, where such damage would prevent making satisfactory joint. 8. Extensive patching or painting of any surface of pipe with exception of MAer p1pe formed by removal of wedge shaped sections from middle of pipe.: -',-v, V,, C. Acceptance of fittings, stubs, miters, cut -off or other specially fabricae-es) -jiipe Sections shall be based on visual inspection at job site. ry W 3.03 PROTECTION A. Protect pipe and bedding from damage or displacement until backfilling operation is in progress. END OF SECTION PIPE CULVERTS 02610-3 Howard R Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02628 HDPE MANHOLE STRUCTURES PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Prefabricated HDPE manholes. 2. Field modifications to existing HDPE manholes. B. Related Sections 1. Section 02316 — Trenching, Backfilling, and Compacting 2. Section 02629 — Plastic Piping and Appurtenances 1.02 MEASUREMENT AND PAYMENT N A. Refer to Section 01225 —Measurement and Payment. C.) r -� 1.03 REFERENCES A. ASTM D -3350 Specifications for Polyethylene Plastics Pipe and Fitti�gpaterials 9 B. ASTM D -2657 Practice for Heat Joining of Polyolefin Pipe and Fittin $-r" C. ASTM C -1147 Standard Practice for Determining the Short Term Tensile Welr d Strength of Chemical- Resistant Thermoplastics. C,, D. ASTM D -1505 Standard Test Method for Density of Plastics by the Density- Gradient Technique E. ASTM D -1238 Standard Testing Method for Flow Rates of Thermoplastics by Extrusion Plastometer F. ASTM D -638 Standard Test Method for Tensile Properties of Plastics G. ASTM D -1693 Standard Test Method for Environmental Stress - Cracking of Ethylene Plastics H. ASTM D -2837 Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials I. ASTM F -714 Specification for Polyethylene (PE) Plastic Pipe (SDR -PR) Based on Outside Diameter J. ASTM D -2321 Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications K. ASTM F- 1759 Standard Practice for Design of High- Density Polyethylene (HDPE) Manholes for Subsurface Applications HDPE MANHOLE STRUCTURES 02628-1 Howard R Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 1.04 SUBMITTALS A. Verify elevations of existing manhole, pipe sizes, and inverts where new piping will be connected. Submit information to Engineer for review prior to submittal of shop drawings. B. Shop drawings (plan and elevation views) from fabricator for manholes showing components and dimensions. Indicate elevations for all piping entering each manhole. C. Factory Test Results and Material Certification: 1. Certification that the HDPE material meets the specifications. 2. The fabrication technician shall be certified for butt fusion welding of high density polyethylene per ASTM D 2657 and for extrusion /hot air welding per ASTM C 1147. 3. Written certification of the Fabricator indicating manholes' test results. 4. Written quality assurance program used during fabrication of the manholes. The fabricator may be required to submit their overall QA/QC program for fabricating thermoplastic sump structures, the welding certification program for fabricating thermoplastic sump structures, the welding certification program for the fabrication technician per ASTM C 1147 and the facility safety program. PART 2 PRODUCTS 2.01 MANUFACTURERS A. - Manhole's: 1. Forrer Supply Co., Inc. 2. HQ Supply, Inc. 3'. Equal 2.02 MANHOLE§ AND APPURTENANCES A. Materials: 1. HDPE Material - High density, high molecular weight conforming to ASTM D 3350 with minimum cell classification values of 345434C. All pipe and fittings supplied shall be equal to HDPE material that meets this same specification. 2. Physical Properties of HDPE Compound a. Density no less than 0.945 gms /ccm as referenced in ASTM D -1505. b. Melt index no greater than 0.15 gms /10 minutes when tested in accordance with ASTM D -1238 - Condition 3.2.3. c. Flexural modulus 110,000 to less than 160,000 psi as referenced in ASTM D- 638. d. Tensile strength shall be 3,200 to less than 3,500 psi as referenced in ASTM D -638. e. Environmental Stress Crack Resistance (ESCR) in excess of 1,500 hours with zero failures when tested in accordance with ASTM D -1693 - Condition C. HDPE MANHOLE STRUCTURES 02628-2 Howard R Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa Hydrostatic Design Basis 1,600 psi at 23 degrees C when tested in accordance with ASTM D -2837. B. Manufacture Requirements: 1. Constructed to the dimensions shown on the drawings, and depths provided by the Contractor from field measurements. 2. The bottoms of the manholes shall be extrusion welded to the manhole cylinder using proper extrusion welding practices. 3. The inlets and outlets shall be extrusion welded on the inside and outside of the structure using good welding practice. Gussets shall be attached at 90 degrees, 180 degrees, 270 degrees, and 360 degrees around the inlets and outlets unless impractical. 4. All manhole connections larger than 4" nominal OD pipe shall be butt fusion welded, electrofusion welded or flanged connections. For 4" OD pipe and smaller a threaded transition fitting can also be used as well as the acceptable connections listed above. 5. Manholes shall be factory tested with 5 psi air for 30 minutes (with a 15 minute pressure equalization period) or with ultra -sound by the fabricator and certified to have leak free welds. Data to be supplied with the submittal. 6. The manhole shall be made from HDPE solid wall pipe extruded according to ASTM F -714. 7. Flange Connections. Flange adapters (where shown in the drawings) shall be attached to HDPE manholes inlets and outlets stubs during fabrication by butt fusion welds per ASTM D 2657. A carbon steel or convoluted epoxy coated ductile iron back up ring will be used with each flanged connection. The rings Will use a standard ANSI 150# bolt pattern. 2.03 SOURCE QUALITY CONTROL `{ g A. Tests and Inspections fir- 1. Each manhole shall be permanently labeled at the factory.? 1 2. Factory tested and certified watertight. 7` y 3. Accompanied with factory test certification upon delivery. w PART 3 EXECUTION 3.01 EXAMINATION /STORAGE /HANDLING A. Examine and verify conditions affecting installation of the manholes prior to commencing work. B. Store on clean, level, dry ground to prevent undue scratching or gouging of the pipe. The handling of the manhole should be done in such a manner that it is not damaged. Nylon slings are suggested. HDPE MANHOLE STRUCTURES 02628-3 Howard R Green Company Project No. 191130J 3.02 INSTALLATION FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Install in stable soils or fills, in a dry trench, using a stable foundation compacted to a minimum of 95% standard proctor density, or install on concrete anchor slab if indicated on drawings. Manholes should be backfilled in 12" lifts of clean fill compacted to a minimum of 95% standard proctor density, extending one diameter around the manhole. 3.03 FIELD QUALITY CONTROL A. Inspect existing manholes prior to installation for physical damage and report to Engineer. END OF SECTION r N in- 4 U o CD O_ 0 N HDPE MANHOLE STRUCTURES 02628-4 Howard R. Green Company Project No. 191130J PART1 GENERAL 1.01 SUMMARY FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02629 PLASTIC PIPING AND APPURTENANCES A. Section Includes: 1. HDPE piping for leachate collection. 2. PVC piping for groundwater collection. 3. Valves B. Related Sections 1.02 A. 1.03 A. 1. Section 02316 — Trenching, Backfilling, and Compacting 2. Section 2628 - HDPE Manhole Structures N G MEASUREMENT AND PAYMENT Refer to Section 01225 — Measurement and Payment. REFERENCES Q, g .<r PVC (polyvinyl chloride) materials: �! 1 ASTM D1784, Rigid Poly(vinyl Chloride)(PVC) Compounds and C�'OT -mated Poly(vinyl Chloride). ry 2. ASTM D1785, Poly(vinyl Chloride) PVC Plastic Pipe (Schedules 40, 80 arf&120). 3. ASTM D2464, Threaded (PVC) Plastic Pipe Fittings, Schedule 80. 4. ASTM D2467, Socket Type (PVC) Plastic Pipe Fittings, Schedule 80. B. HDPE Materials: 1. ASTM D -1505, Density 2. ASTM D -1238, Melt Index 3. D -790, Flexural Modulus 4. D -638, Tensile Strength 5. ASTM D -1693, Environmental Stress Crack 6. ASTM D -2513, D -3261, D -2683, Molded Fittings 7. ASTM D -3350, Materials 8. ASTM F -714, Dimensions and Workmanship 1.04 SUBMITTALS A. Product technical data including: 1. Verification of standards referenced. 2. Manufacturer's written directions regarding material handling, delivery, storage and installation. 3. Pipe and fittings technical data. PLASTIC PIPING AND APPURTENANCES 02629-1 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa B. Test reports: 1. Copies of pressure test results on all piping systems. 2. Pipe and fitting mill certifications. 3. Welding certifications for operators welding steel, stainless steel, or HDPE pipe. 4. Notification of time and date of piping pressure tests. PART PRODUCTS 2.01 HDPE PIPE MATERIALS A. High Density Polyethylene (HDPE) pipe: high performance, high molecular weight, high density polyethylene pipe. 1. SDR 17. 2. ASTM D 1248 (Type III, Class C, Category 5, P34). 3. Minimum cell classification values: 345434 as referenced in ASTM D3350-1981a. 4. Density: no less than 0.941 — 0.955 gms /cm3 as reference in ASTM D 1505. 5. Melt Flow: no greater than 0.15 gms /10 min. when tested in accordance with ASTM D 1238 — Condition E. Melt flow shall be no greater than 4.0 gms /10 min. when tested in accordance with ASTM D 1238 — Condition F. 6. Flexural Modulus: 110,000 to less than 160,000 psi as reference in ASTM D 790. r7. Tensile Strength at Yield: 3,200 less than 3,500 psi as referenced in ASTM D 790. Environmental Stress Crack Resistance (ESCR): in excess of 1,500 hours with zero failures when tested in accordance with ASTM D 1693 — Condition C. Hydrostatic Design Basis: 1,600 psi at 23° C when tested in accordance with ASTM 2837. B. V> Identify each length of pipe clearly at intervals of 5 ft or less. Include manufacturer's �namegnd trademark. Nominal size of pipe, appurtenant information regarding ,.,polyliier cell classification and critical identifications regarding performance " specifications, and "NSF' approvals when applicable. C. HDPE Fittings 1. Fittings from polyethylene compound having cell classification equal to or exceeding compound used in pipe to ensure compatibility of polyethylene resins. 2. Provide molded fittings rather than factory fabricated fittings in available diameters. 3. Be of same manufacture as pipe being provided. Engineer may allow substitution for approved material with use of flanged joint sections. D. Flange Joints: 1. 150 lb carbon steel or convoluted epoxy coated ductile iron backup flanges as recommended by manufacturer. 2. Stainless steel nuts and bolts. PLASTIC PIPING AND APPURTENANCES 02629-2 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 3. Flanges and bolt patterns consistent with ANSI 1316.5, AWWA C207, ASTM A536, and as recommended by manufacturer. E. Fitting dimensions shall conform to standard dimensions and tolerances, ASTM D3261. F. Markings, ea. fitting: 1. Manufacturer's name or trademark. 2. Nominal size. 3. Type of plastic pipe (i.e., PE 3408). 4. Standard dimension ratio. 5. Extrusion date, lot number or batch number. 2.02 VALVES A. As indicated on the Drawings D. Provide one valve wrench for each valve. 2.03 POLYVINYL CHLORIDE PIPE (PVC) A. Provide pipe, fittings and appurtenances as shown on the Drawings. B. Manufacture pipe, fittings and appurtenances from polyvinyl chloride (PVC) compound which meets the requirements of Type I, Grade 1(12454 -13) Polyvinyl Chloride as outlined in ASTM D1784. C. Furnish pipe meeting requirements of ASTM D1785. D. Provide fittings having same pressure and temperature rating as the pipe. E. Joints: ASTM D 3212 and Gaskets: ASTM F 477. PLASTIC PIPING AND APPURTENANCES 02629-3 N V B. Plug Valves 1. 100% port eccentric plug 2. Flanged connections 3. Cast iron body. Jn a. iT9 4. Resilient faced plugs and corrosion resistant seats, suitable for landfdtlpch�ge. F41 5. Dezurik PEF, or equal. y C. Gate Valves _ 7. ro 1. Non - rising stem gate valves, flanged connections. 2. PVC body; PVC, stainless steel, or PFDF gate; stainless steel bolts and metal parts, Viton seals and elastomers. 3. ASHAI American or equal. D. Provide one valve wrench for each valve. 2.03 POLYVINYL CHLORIDE PIPE (PVC) A. Provide pipe, fittings and appurtenances as shown on the Drawings. B. Manufacture pipe, fittings and appurtenances from polyvinyl chloride (PVC) compound which meets the requirements of Type I, Grade 1(12454 -13) Polyvinyl Chloride as outlined in ASTM D1784. C. Furnish pipe meeting requirements of ASTM D1785. D. Provide fittings having same pressure and temperature rating as the pipe. E. Joints: ASTM D 3212 and Gaskets: ASTM F 477. PLASTIC PIPING AND APPURTENANCES 02629-3 Howard R. Green Company Project No. 191130J 2.04 PIPELINE ACCESSORIES FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Tracer Wire 1. #10 AWG solid single copper conductor. 2. Linear low density polyethylene (LLDPE) insulation; suitable for direct burial applications. 3. Insulation thickness: 0.045 inches, min. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that survey benchmark and intended elevations for the work are as indicated on the drawings. 3.02 HDPE PIPE INSTALLATION A. Trench, backfill, and compact in accordance with Section 02316. 1. Lay pipe to slope gradients noted on drawings; with maximum variation from true slope of 1/8 inch in 10 feet. 2. Install manholes and cleanouts as shown on plans. Backfill uniformly around. 3. Handle joined segments of pipe so as to avoid damage to the pipe orjoining system. When lifting sections of pipe, avoid changes or cable type chokers. Nylon slings are preferred. Use spreader bars when lifting long fused sections. .4. Install HDPE pipe as flexible pipe, and all sections of these specifications with respect c� to trench installation of the flexible pressure pipe shall apply, except where Specifications contained or details on the Plans dictate otherwise. F ¢ 'B. `New, and existing pipe shall be joined by heat fusion or flange jointing where indicated on drawin.gq. Electrofusion methods may be used on a limited basis where necessary, as approved by the Engineer. C. Ieat Fusion of Pipe: Weld in accordance with manufacturer's recommendation for butt fusion methods. Provide qualified fusion operators. 2. Butt fusion equipment for joining procedures shall be capable of meeting conditions recommended by pipe manufacturer including, but not limited to, temperature requirements, alignment, and fusion pressures. 3. For cleaning pipe ends, solutions such as detergents and solvents, when required, shall be used in accordance with manufacturer's recommendations. 4. Do not bend pipe to greater degree than minimum radius recommended by manufacturer for type and grade. 5. Do not subject pipe to strains that will overstress or buckle piping or impose excessive stress on joints. PLASTIC PIPING AND APPURTENANCES 02629-4 Howard R. Green Company Project No. 191130J FY09 —Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 6. Branch saddle fusions shall be joined in accordance with manufacturer's recommendations and procedures. Branch saddle fusion equipment shall be of size to facilitate saddle fusion within trench. 7. Before butt fusing pipe, inspect each length for presence of dirt, sand, mud, shavings, and other debris or animals. Remove debris from pipe. 8. Cover at end of each working day open ends of fused pipe. Cap to prevent entry by animals or debris. 9. Use compatible fusion techniques when polyethylene of different melt indexes are fused together. Refer to manufacturer's specifications for compatible fusion. C. Flange Jointing: 1. Use on flanged pipe connection sections. 2. Connect slip -on carbon steel backup flanges with nuts and bolts. Convoluted ductile iron backup rings may be substituted for joining HDPE pipes per manufacturer's recommendations. 3. Butt fuse fabricated flange adapters to pipe. 4. Observe following precautions in connection of flange joints. a. Align flanges or flange /valve connections to provide tight seal. �Jtequire nitrile- butadiene (hycar) for petroleum applications) gaskets if n�e3ded to, achieve seal. Gaskets are required for flange /valve connections. b. Place U.S. Standard round washers as may be required on',ssome flanges in accordance with manufacturer's recommendations. Bolts sha0- jubftt ated in _ accordance with manufacturer's recommendations. -<r -o j C. Tighten flange bolts in sequence and accordance with �g ufacturer's' recommendations. Do not over - torque bolts. 5. Pull bolt down by degrees to uniform torque in accordance with= rYianuf�.Iurer's recommendations. 6. Protect below grade bolts with Tapecoat mastic and tape. D. Pipe Placement: 1. Grade control equipment shall maintain design grades and slopes during installation of pipe. 2. Dewatering: Remove standing water in trench before pipe installation. 3. Unless otherwise specifically stated, install pipe in accordance with manufacturer's recommendations. 4. Maximum lengths of fused pipe to be handled as one section shall be placed according to manufacturer's recommendations as to pipe size, pipe SDR, and topography so as not to cause excessive gouging or surface abrasion; but not to exceed 400 ft. 5. Cap pipe sections longer than single joint (usually 40 ft) on both ends during placement except during fusing operations. 6. Prevent migration of dirt and debris through perforations during placement. Remove dirt or debris from pipe before backfilling. 7. Notify Engineer prior to installing pipe into trench and allow time for Engineer's inspection. Correct irregularities found during inspection. PLASTIC PIPING AND APPURTENANCES 02629-5 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 8. Complete tie -ins within trench whenever possible to prevent overstressed connections. 9. Complete flanged branch saddle connections within trench. 10. Allow pipe sufficient time to adjust to trench temperature prior to testing, segment tie -ins or backfilling activity. 11. Place in trench by allowing minimum 12 in. /100 ft for thermal contraction and expansion. 3.03 PVC PIPE INSTALLATION A. Trench, backfill, and compact in accordance with Section 02316. 1. Install pipe, fittings, and accessories in accordance with these specifications and manufacturer's instruction. 2. Lay pipe to slope gradients noted on drawings; with maximum variation from true slope of 1/8 inch in 10 feet. B. Pipe gasketed connections 1. Inspect pipe or spigot end, fitting socket entrance, and gasket. Remove dirt or foreign material that could interfere with the proper assembly or performance of the joint. 2. Lubricate the pipe or spigot end around it's entire circumference, and lubricate the exposed area of the gasket. Keep the lubricated surfaces clean. 3 ,All pipe and spigot ends shall be chamfered and deburred prior to assembly. Field cut chamfdrs must be free of any sharp or jagged edges which could damage the gasket. 4: Inset the pipe or spigot into the pre - alignment area of the gasketed fitting for initial alignment of the components prior to assembly. To complete the assembly, while maintaining alignment, push with a firm, even motion until the pipe or spigot end touched the socket bottom. i a 3.04 FitRE PERFORATIONS N A. Provide pipe perforations in accordance with Drawings. Use standard jig or frame to produce even, uniform perforations. 1. Perforations shall be deburred. B. Remove cuttings from pipe before installations. 3.05 TRACER WIRE INSTALLATION A. Install with all buried piping. 1. Not required on piping located in or under landfill cell. 2. For common trenches with multiple pipes, install one tracer system along the center pipe. B. Install wire continuously along the lower quadrant of the pipe. Do not install wire along the bottom of the pipe. Attach wire to pipe every 20 ft min; use 2 inch wide, 10 mil thickness polyethylene pressure sensitive tape. PLASTIC PIPING AND APPURTENANCES 02629-6 Howard R. Green Company Project No. 191130J FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa C. Bring two wires to the surface at each structure location and secure to structure with tape. D. Verify continuity of the system in the presence of the Engineer. Repair discontinuities. 3.06 FIELD QUALITY CONTROL A. Pressure test all solid pipe; Air Pressure Test: ASTM C828. 1. Repair all observed leaks, regardless of test results. B. Televising 1. Televise the following piping after backfilling to proposed grades. a. All new leachate piping and existing leachate piping that connects to the new piping. b. The existing north -south leachate header following removal and or modifications of existing manholes. c. All accessible groundwater collection piping. 2. This information shall be considered part of the final inspection of the project. 3. Any line that has debris in the pipe shall be cleaned and retelevised, at the Contractor's expense. d 4. The television camera shall be mounted on a skid so that it is centergd;in the-,pipe. The camera shall have a cross -hair to maintain a constant reference onthelmage. 5. The camera shall be equipped with sufficient lights to completely illuminate & interior - of the pipe within the range of the camera. 6. A CD shall be made on the entire footage of pipe televised and delivered to the Owner:, The linear footage, along with other references of the pipe televised shall be integrated; into the CD for ease of identification of pipe being viewed. r.> C. Deflection testing: 1. Owner reserves the right to request Contractor to check for excess deflection in any portion of the pipe after placement of backfill material and televising. 2. Test with a 95% mandrel. a. For butt fusion welded HDPE pipe, a 92% diameter mandrel maybe used. 3. Maximum deflection; 5 %. END OF SECTION PLASTIC PIPING AND APPURTENANCES 02629-7 Howard R. Green Company Project No. 191130J SECTION 02721 AGGREGATE PAVING PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Crushed stone paving for access roads. B. Related Sections 1. Section 02079 — Geogrid Reinforcement 1.02 MEASUREMENT AND PAYMENT FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Refer to Section 01225 —Measurement and Payment. 1.03 REFERENCE A. Iowa Department of Transportation (DOT) "Standard Specifications for Highway and Bridge Construction," current edition. 1.04 SUBMITTALS , A. Source test results. C3 0 B. Submit in accordance with Section 01330. - -ic, PART 2 PRODUCTS 2.01 MATERIALS A. Base course 1. The product of crushing limestone, dolomite, or quartz. 2. Macadam Stone, IDOT 4122 3. Gradation: a. Nominal maximum size 3" b. Retained on 1/4" sieve. B. Top course 1. Crushed stone consisting of a uniform mixture of coarse and fine particles produced by crushing limestone, dolomite, or quartz. 2. Class A crushed stone, Iowa DOT 4120.04. AGGREGATE PAVING 02721 -1 Howard R. Green Company Project No. 191130J 3. Gradation: FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa Sieve Size Percent Passing 1" 100 3/4" 95 -100 '/" 70 -90 #4 30 -55 #8 15 -40 #200 6 -16 2.02 SOURCE QUALITY CONTROL A. Source testing by CONTRACTOR. 1. Particle size analysis (ASTM C136) for each product, one test for every 1,000 cy placed. PART 3 EXECUTION 3.01 PREPARATION A. Verify substrate has been inspected, gradients and elevations are correct, and is dry. P B. _correct irregularities in substrate gradient and elevation by scarifying, reshaping, and ( ,r ,e- compacting. p Y C. po not place aggregate on soft, muddy, or frozen surfaces. 3.02 1Ng- fALLATION � N A. Construct base course and top course in two layers of approximate equal thickness. B. Installed total thickness: 12 in. unless otherwise specified. C Compact after each layer has been placed and spread to thickness, width, and contour before succeeding layer is placed. D. Prior to and during compaction shape material and maintain to dimensions and contour. Keep surface of each layer true and smooth. E. Each layer shall be compacted until there is no further evidence of consolidation using a steel wheeled roller or pneumatic tired roller. Apply water if required for compaction. AGGREGATE PAVING 02721 -2 Howard R. Green Company FY09 — Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 3.03 FIELD QUALITY CONTROL A. Proof roll in presence of Engineer. END OF SECTION N O O ca-< — ;�� -71 =" N AGGREGATE PAVING 02721 -3 Howard R Green Company Project No. 191130J PART1 GENERAL 1.01 SUMMARY FY09 — Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02923 LANDSCAPE GRADING AND TOPSOIL A. Section Includes: 1. Topsoil and finished grading. B. Related Sections 1. Section 02924 — Seeding and Soil Supplements 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225 —Measurement and Payment. PART2 PRODUCTS 2.01 MATERIALS „1 A. Topsoil: =+c> 1. Upper portion of soil profile removed prior to excavation, containing a'good�upply`n' of humus and a high degree of fertility. Topsoil is free of rocks, clods , and, other' _ debris larger than 2 in. diameter. N 2. Fertile, agricultural soil, typical of locality, capable of sustaining vigorous pliant growth, free of roots, rocks larger than 1 inch, subsoil, debris, and large weeds, clay or impurities, plants pH value of minimum 5.4 and maximum 7.0. B. Source of topsoil: On -site from areas stripped and stockpiled previously, and under this Contract. PART 3 EXECUTION 3.01 PREPARATION A. Correct, adjust and /or repair rough graded areas. 1. Cut off mounds and ridges. 2. Fill gullies and depressions. 3. Perform other necessary repairs. 4. Bring all sub - grades to specified contours, even and properly compacted. LANDSCAPE GRADING AND TOPSOIL 02923-1 Howard R Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa B. Loosen surface to depth of 2 in. minimum. C. Remove all stones and debris over 2 in. any dimension. 3.03 PLACING TOPSOIL A. The compacted subgrade shall be ripped or disced to a depth of 2 inches. B. Provide finished surface free of stones, sticks, or other material 2 in. or more in any dimension. C. Provide finished surface smooth and true to required grades. D. Topsoil /Finish grade is established final grade as shown on Drawings. Grades not otherwise indicated are uniform slopes between points where elevations given or between such points and existing finished grades. 1. Slope grades to prevent ponding to required elevation tolerances. 2. Thickness of topsoil shall be 6 inches. 3.04 ACCEPTANCE A. Upon completion of topsoiling, obtain Engineer's acceptance of grade and surface. B. Make test holes where directed to verify proper placement and thickness of topsoil. END OF SECTION LANDSCAPE GRADING AND TOPSOIL 02923-2 r- 99 UO r r� v c� N LANDSCAPE GRADING AND TOPSOIL 02923-2 Howard R Green Company FY09— Stage1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02924 SEEDING AND SOIL SUPPLEMENTS PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Seeding, fertilizing, and mulching for restoration of areas disturbed by construction. 2. This section does not include native seeding for wetland mitigation nor associated native upland seeding. B. Related Sections. 1. Section 02923 — Landscape Grading and Topsoil. 2. Section 02930 - Native Plant Seeding 1.02 MEASUREMENT AND PAYMENT o A. Refer to Section 01225 —Measurement and Payment. <_? G ` 5 J 1.03 QUALITY ASSURANCE A. Referenced Standards: rl c —, 1. American Standard for Nursery Stock (ASNS). r 2. Standard Methods of the Association of Official Agricultural Chemists. N 3. United States Department of Agriculture, (USDA): a. Federal Seed Act. 4. Iowa Department of Transportation (IDOT) "Standard Specifications for Highway and Bridge Construction ", latest edition and current supplements thereto. 1.04 SUBMITTALS A. Product technical data including: 1. Acknowledgement that products submitted meet requirements of standards referenced. 2. Manufacturer's installation instructions. 3. Signed copies of vendor's statement for seed mixture required, stating botanical and common name, place of origin, strain, percentage of purity, percentage of germination, and amount of Pure Live Seed (PLS) per bag. B. Certification: Certify each container of seed delivered will be labeled in accordance with Federal and State Seed Laws and equals or exceeds Specification requirements. SEEDING AND SOIL SUPPLEMENTS 02924-1 Howard R Green Company FY09 — Stage1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa C. Other documents: Copies of invoices for fertilizer used on Project showing grade furnished, along with certification of quality and warranty. If Engineer determines fertilizer requires sampling and testing to verify quality, testing will be done at Contractor's expense, in accordance with current methods of Association of Official Agricultural Chemists. Upon completion of Project, a final check of total quantities of fertilizer used will be made against total area seeded. If minimum rates of application have not been met, Contractor will be required to distribute additional quantities to make up minimum application specified. 1.05 DELIVERY, STORAGE, AND HANDLING A. Seed shall be delivered in original, packaged and undamaged containers. Store and protect off of the ground to prevent wetting and deterioration. 1.06 SEQUENCING AND SCHEDULING A. Installation Schedule: 1. Provide schedule showing when groundcovers are anticipated to be planted. 2. Indicate anticipated dates Engineer will be required to review installation for initial acceptance and final acceptance. PART 2 PRODUCTS 2ki UMATERIAM A. $fed Mixture: IDOT 2601.04C Rural Seed Mix B. Gdtalch Material for Seeded Areas: Mulch shall be dry oat straw or equivalent. 1. Air dry condition free of noxious weed seeds and objectionable foreign matter C. Fertilizer: Granular type and delivered to site in the original bag in good condition for proper distribution. 1. N -P -K, 13 -13 -13 or equivalent. PART 3 EXECUTION 3.01 SOIL PREPARATION A. Preparation for Seeding: 1. Areas Accessible to Machinery: Thoroughly work areas accessible to field machinery to a depth of not less than 3 in. Soil brought to a loose, friable condition, and picked free of rocks and debris in excess of 1" diameter where weed SEEDING AND SOIL SUPPLEMENTS 02924-2 Howard R Green Company Project No. 191130J FY09 — Stagel Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa growth has developed extensively. Use of a disc allowed to disc these weeds into the ground if the weeds can be completely covered by this method. 2. Areas inaccessible to machinery: Prepare areas inaccessible to field machinery by hand to a depth of not less than 1 -1/2 in. The soil shall be brought to a loose friable condition. 3. The seedbed shall be inspected and approved by the Engineer prior to seeding. 3.02 INSTALLATION A. Fertilizer: 1. Rate of Fertilizer: Spread fertilizer uniformly at a rate of 750 pounds per acre. 2. Fertilize all areas to be seeded, in accordance with IDOT 2601.04B B. Seeding: 1. Seeding Dates: Spring seeding dates shall be between March I" and May 31", Fall seeding dates shall be between August 10`h and September 30h. Legumes shall only be seeded during Spring planting season before April 15`h. 2. Method of Seeding: On areas accessible to field machinery, all grasses and legume seed will be applied with a seed drill with a no till attachment. Nydraulic seeder on areas inaccessible to field machinery. _ 3. Seed Application Rate: 53 Ibs /acre, in accordance with [DOT 2601-.040 C. Mulching: ? 1. Mulch all seeded areas as soon as seed is applied. f-' 2. Rate: Apply mulch at a rate of two tons per acre. 3. Application of Mulch: The mulching shall be the final operation of seeding:.. Evenly and uniformly distribute and anchor the mulch into the soil. Anchor mulc[i -imt0 soil by means of mulch crimper. -t:- 3.03 MAINTENANCE A. Begin maintenance of planted areas immediately after each portion is planted and continue until final acceptance. B. Maintain seeded area by watering, mowing, and replanting as necessary to produce uniform stand of grass until Work is accepted in accordance with guarantee. 3.04 GUARANTEE A. Guarantee seeded area for duration of one year after Substantial Completion to be alive and in satisfactory growth at end of guarantee period. 1. For purpose of establishing acceptable standard, scattered bare spots, none larger than 1 -sq ft will be allowed up to maximum of 3% seeded area. 2. Acceptance will be based upon meeting this standard one year after substantial completion or after reseeding. SEEDING AND SOIL SUPPLEMENTS 02924-3 Howard R Green Company FY09 — Stagel Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa 3. No weed seeds allowed. If excessive weeds grow, Contractor may be required to spray and reseed at Owner's discretion. B. Retainage will be held back to cover full cost of reseeding until vegetative cover is established and accepted by Owner. 3.05 ACCEPTANCE OF SEEDED AREAS A. Contractor shall notify Engineer in writing 7 days prior to inspecting seeded area for acceptance. B. Contractor and Engineer shall inspect seeded areas for contract compliance and acceptance of work. Upon completion of inspecting seeded areas, Owner shall provide written acceptance or rejection to Contractor with further requirements for completing the seeding work. Seeding work remaining to be completed shall be reinspected by Owner before final acceptance. END OF SECTION SEEDING AND SOIL SUPPLEMENTS 02924-4 N Lam, c. C7 ! gg J U o rJ 0 d c.e SEEDING AND SOIL SUPPLEMENTS 02924-4 Howard R Green Company FY09 — Stagel Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02930 NATIVE PLANT SEEDING PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Installation of native plant seed to establish wetland and other native plant communities. B. Related Sections. 1. Section 02923 - Landscape Grading and Topsoil 2. Section 02924 - Seeding and Soil Supplements , 1.02 MEASUREMENT AND PAYMENT �? A. Refer to Section 01225 -Measurement and Payment. n -< — - 1.03 QUALITY ASSURANCE A. Qualifications of workers: Seeding contractor shall be company specializing ��iQQ native seeding installation. Provide at least one person who shall be present at1I times during the execution of this portion of the work, and who shall be thoroughly familiar with the type and operation of equipment being used. Said person will perform all work performed under this section. B. Standards: All materials used during this portion of the work shall meet or exceed applicable federal, state, county and local laws and regulations. All seed shall be identified as Pure Live Seed (PLS), free from weed seed, insects and disease. Species shall be true to their scientific name as specified. 1.04 REFERENCES A. Phebe Creek -Phase 1, Wetland Mitigation Plan, Transition Ecology, LLC, August 2009. 1. If there are conflicts with this reference and these Contract Documents, the Contract documents shall prevail. 1.05 SUBMITTALS A. Materials: Prior to delivery of any materials to the site, submit complete list of all seed to be used during this portion of work. Include complete data on source, quantity and quality. This submittal shall in no way be construed as permitting substitution for NATIVE PLANT SEEDING 02930-1 Howard R Green Company Project No. 191130J FY09 — Stage1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa specific items described on the plans or in these specifications unless approved in writing by the Owner. B. Equipment: Prior to commencement of any work, submit written description of all mechanical equipment and its intended use during the execution of the work. C. After the work is complete, submit "as- built" plans including a listing of all species installed and quantities installed. Mark in red ink on the original planting plan any field changes or deviations from the original plans. 1.06 DELIVERY, STORAGE, AND HANDLING A. Seed shall be delivered in original, packaged and undamaged containers. Store and protect off of the ground to prevent wetting and deterioration. 1.07 SEQUENCING AND SCHEDULING A. Installation Schedule: 1. Provide schedule showing when groundcovers are anticipated to be planted. 2. Indicate anticipated dates Engineer will be required to review installation. B. Native plant seeding schedule: 1:: Seed Mixes 1, 2, 3, 4, 6 - November 15 to December 15. a. Native plant seeding shall be within 15 days of excavation and grading of mitigation area. r t 2. Seed Mix 5 — April 1 to June 30 and August 1 to August 31 oa� vw PkRT 2 PRODUCTS �a 2.01 MULCH A. Threshed oat straw. 1. Air dry condition free of noxious weed seeds and objectionable foreign matter 2.02 EROSION CONTROL LINING A. In accordance with Section 02270. NATIVE PLANT SEEDING 02930-2 Howard R Green Company Project No. 191130J 2.03 COVER CROP SEED A. Cover Crop Mix Cover Crop Oats Rye - grass, annual % of Mix Component 80 20 100 FY09 — Stagel Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa Include 40 Ibs /acre with native seed mixes 1, 2, 3, 4 and 6. 2. Include 70 Ibs /acre with seed mix 5. 3. Cover crop seed to be applied in a separate operation from the native seed. 2.04 NATIVE SEED MIXES ra Seed Mixture #1: Upland Buffer 1. Broadcast at a rate of 15 Ibs of pure live seed per acre. 2. For use on berms and slopes as shown on drawings. 3. Mix: Forbs Partridge pea Dotted Mint Flowering Spruge Lanceleaf Coreopsis False Boneset Purple Prairie Clover Ohio Goldenrod Upland White Aster Ox -eye Sunflower Smooth Blue Aster Yellow Coneflower Old Field Goldenrod Stiff Goldenrod Rattlesnake Master Pale Purple Coneflower Ohio Spiderwort Hoary Vervain Prairie Cinquefoil Roundheaded Bushciover Compass Plant Grasses Little Bluestem Sideoats Grama Rough Dropseed Buffalo Grass N o Cassia fasiculata p rn Monarda punctata Euphorbia corollata Coreopsis lanceolata . Kuhnia eupatoriodes R, Petalostemum purpureum Solidago ohiensis Aster ptarmicoides Heliopsis helianthoides Aster laevis Ratibida pinnata Solidago nemoralis Solidago rigida Eryngium yuccifolium Echinacea pallida Tradescantia ohiensis Verbena stricta Potentilla arguta Lespedeza capitata Silphium lacinatum Andropogon scoparium Bouteloua curtipendula Sporobolus aspera Buchloe dactyloides NATIVE PLANT SEEDING 02930-3 Howard R Green Company Project No. 191130J La FY09 — Stagel Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa B. Seed Mixture #2: Wetland 1. Broadcast at a rate of 15 Ibs of pure live seed per acre. 2. For use in wetland basins, as shown on drawings. 3. Mix: Forbs Canada Anemone Silkweed New England Aster Flat- topped Aster False Aster Rattlesnake Master Joe Pye Weed Boneset Sneezeweed Sawtooth Sunflower Rose Mallow Great Blue Lobelia Great St. John's Wort Prairie Blazing Star Cream Gentian �. Compass Plant Evening Primrose Mountain Mint - Riddell's goldenrod Sweet Black -eyed Susan Grasses Big Bluestem r� Fox Sedge Virginia Wild Rye Prairie Cordgrass Fowl Manna Grass Anemone canadensis Asclepias syriaca Aster nova- angliae Aster umbellatus Boltonia asteroids Eryngium yuccifolium Eupatorium maculatum Eupatorium perfoilatum Helenium autumnale Helianthus grosseserratus Hibiscus militaris Lobelia siphilitica Hypericum pyramidatum Liatris pycnostachya Gentiana flavida Silphium laciniatum Oenothera biennis Pycnanthemum virginianum Solidago riddellii Rudbeckia subtomentosa Andropogon gerardii Carex vulpinoidea Elymus virginicus Spartina pectinata Glyceria striata C. Seed Mixture #3: Emergent Wetland 1. Broadcast at a rate of 15 tbs of pure live seed per acre. 2. For use in wetland basins, as shown on drawings. 3. Mix: Forbs Blue Vervain Blue Flag Iris Boneset Bur Marigold Bur Reed Verbena hastata Iris versicolor Eupatorium perfoliatum Bidens cernua Sparganium eurycarpum NATIVE PLANT SEEDING 02930-4 Howard R Green Company Project No. 191130J Swamp Aster Ironweed Marsh Blazingstar Monkey Flower Riddell's Goldenrod Swamp Milkweed Sweet Flag Water Dock Water Plantain FY09 — Stagel Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa Aster puniceus Vernonia fasciculata Liatris spicata Mimulus ringens Solidago riddellii Asclepias incarnata Acorus calamus Rumex orbiculatus Alisma plantago - aquatica Sedges, Rushes. and Grasses Dark Green Bulrush Scirpus atrovirens Fox Sedge Carex vulpinoidea Fringed Sedge Carex crinita Hardstem Bulrush Scirpus acutus o Soft -stem Bulrush Scirpus validus E5 a Spike Rush Eleocharis palustris c7 v D. Seed Mixture #4: Farm Wetland /Enhanced Riparian m a y 1. Broadcast at a rate of 15 Ibs of pure live seed per acre. — r_ 2. For use in areas outside of the constructed wetland mitigation sites; Vdjacent to, the creek wetland basins, as shown on drawings. '' a. Seeding should occur where accessible and sensible, i.e., lov7- mudd"reas or those eroding into the creek should not be further disturbed by the installation of this seeding activity. b. Do not remove trees greater than 2" in diameter, along creek. 3. Mix: Forbs Canada Anemone Cream Gentian Compass Plant Evening Primrose Flat- topped Aster Great St. John's Wort Great Blue Lobelia Joe Pye Weed Mountain Mint New England Aster Sawtooth Sunflower Sneezeweed Sweet Black -eyed Susan Anemone canadensis Gentiana flavida Silphium laciniatum Oenothera biennis Aster umbellatus Hypericum pyramidatum Lobelia siphilitica Eupatorium maculatum Pycnanthemum virginianum Aster nova - angliae Helianthus grosseserratus Helenium autumnale Rudbeckia subtomentosa NATIVE PLANT SEEDING 02930-5 Howard R Green Company Project No. 191130J Grasses Big Bluestem Fox Sedge Virginia Wild Rye Prairie Cordgrass FY09 — Stagel Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa Andropogon gerardii Carex vulpinoidea Elymus virginicus Spartina pectinata E. Seed Mixture #5: Storm Water Detention Basin 1. Broadcast at a rate of 15 Ibs of pure live seed per acre. 2. For use in inside the storm water detention basin, as shown on drawings. 3. Mix: Native Grasses Bluestem, Big Indian Grass Bluestem, Little Grama, Sideoats Wild -rye, Canadian Rough Dropseed PLS Rate tlb /acre) 3.0 2.5 2.5 3.0 2.0 1_0 15.0 F. Native Seed Mixture #6: Grassy Swale 1. Broadcast at a rate of 15 Ibs of pure live seed per acre. r-_2. For use in the grassy swale, as shown on drawings. ( 8& Mix: °' ' Forbs U'll Canada Anemone Evening Primrose Joe Pye Weed Mountain Mint New England Aster Sweet Black -eyed Susan Grasses Fox Sedge Virginia Wild Rye Prairie Cordgrass Anemone canadensis Oenothera biennis Eupatorium maculatum Pycnanthemum virginianum Aster nova - angliae Rudbeckia subtomentosa Carex vulpinoidea Elymus virginicus Spartina pectinata NATIVE PLANT SEEDING 02930-6 Howard R Green Company Project No. 191130J PART 3 EXECUTION 3.01 SEEDBED PREPARATION FY09 — Stage1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa A. Recently graded sites shall be disced and then harrowed to create a level, friable soil surface. B. Areas that are to have native seed but have existing vegetative cover shall first be sprayed with a 2% solution of a glyphosate herbicide (i.e. Roundup TM) 1. Use of chemicals should not occur during wind or rain. 2. Apply with a minimum temperature of 60 degrees F. 3. In those areas near a wetland or stream, an alternative herbicide, appropriate for use near water sources (i.e. Rodeo TM) shall be used. 4. Remove dead biomass by mowing. 5. Disc and then harrowed to create a level, friable soil surface. C. The seedbed shall be inspected and approved by the Engineer prior to seeding. 3.02 INSTALLATION o A. Seeding: P V .� 1. Native plant seeding shall occur according to seed type zones .designated -on the drawings. __{; ; (,-I J 2. If area to be seeded was treated with herbicide, seeding shall oorCAr; no-,less ft)A 14 days after herbicide application. 3. Thoroughly mix each seed mix by hand or machine before sowing—` 4. All seed mixes shall be installed by hand or mechanical broadcast seediry 5. Cover crop and native seed shall be broadcast separately. 6. For each seed type zone, seed shall be divided into two equal parts. The entire seed type zone shall be sown with first half before sowing second half. All seed shall be broadcast evenly throughout seeding zones after seedbed has been prepared. 7. Seeding shall be conducted on exposed soil or water <3" deep. 8. Within 24 hours, or as soon as site conditions permit, broadcast seeded areas shall be rolled with a cultipacker perpendicular to the slope. B. Erosion Control Lining 1. Install on slopes as indicated in Drawings. C. Mulching: 1. Mulch seeded areas where erosion control lining is not specified immediately after seed is applied. 2. Application Rate: a. One ton per acre in areas with native seed mixes 1, 2, 3, 4 and 6. b. Two tons per acre in the area of seed mix 5. NATIVE PLANT SEEDING 02930-7 Howard R Green Company Project No. 191130J FY09 — Stage1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa 3. Application of Mulch: Evenly and uniformly distribute mulch and anchor into the soil. Anchor mulch into soil by means of mulch crimper. 3.03 ACCEPTANCE OF SEEDED AREAS A. Contractor shall notify Engineer in writing 7 days prior to inspecting seeded area for acceptance. B. Contractor and Engineer shall inspect seeded areas for contract compliance and acceptance of work. Upon completion of inspecting seeded areas, Owner shall provide provisional acceptance or rejection to Contractor with further requirements for completing the seeding work. END OF SECTION N p- u � p _T c� cv NATIVE PLANT SEEDING 02930-8 N l7 O cr d N APPENDIX A MONITORING WELL AND SOIL BORING INFORMATION N WELL MODIFICATIONS AND ABANDONMENTS IOWA CITY LANDFILL AND RECYCLING CENTER Well ID Drilling Log Included Top of Casing Elevation (ft) Depth Measured from TOG (ft) Extension Elevation (1) (ft) Extension Length (1) (ft) Monitoring Wells to be Abandoned MW -22B No 695.8 21.2 - -- - -- MW-30A Yes 720.2 20.5 - -- MW-30C Yes 719.8 87.5 - -- - -- Monitoring Wells to be Extended 129.2 MW -24A No 714.3 27.2 730.5 16.2 MW -25A Yes 713.8 33.0 717 3.2 MW -25C No 713.2 64.5 715 1.8 MW -25E Yes 713.7 153.5 716.5 2.8 MW -31B Yes 724.1 20.5 749 24.9 MW -31C Yes 723.8 65.5 748.5 24.7 MW -31E Yes 723.6 128.5 747.5 23.9 MW -35A Yes 768.9 22.5 780 .1 MW -214A Yes 735A -- 766.5 31.1 MW -215A Yes 712.7 727.5 1T. 8 Other Wells in Construction Area (For Informational Purposes) 1 4.5 c. MW -32A Yes 762.9 47.7 - MW -33A Yes 724.6 28.4 - -- - MW -33C Yes 725.2 59.8 - -- MW-34A Yes 779.6 27.8 - -- - MW -37B Yes 693.1 20.3 - -- - -- (1) Elevations and lengths for well extensions are approximate. Contractor to verify. Field boring log Project Name 3 R'a't -&W &I Boring No MW 3oA Drilled By Date..Started., IVGLOI Logged By � — Job No 07— 0 (99 Date Completed 11/eo/61 Rig ()R� subsurface stratigraphy water levels Flight Auger H.S. Auger Rotary While Drilling Size Size Size 0 Hours A.B. From To Description Hours A.B. D ►-rll- io'roWo S bYOWV) - ffiTme . 8 011 -ZOVNC-s well dOtEWIS Tank BYWR -gjl Clay IA)/ . +(MLR- Sanct Y-4vef FluskMou6t�over 7 R grade Bottom of Boring Azj (auger sample) U6 (COMLIOUS sample) ARS (air rotary sample) S8-(spIlt spoon sample) ST (shelby tube sample) NO2 (YOrellne, rock coring) vo . d . Field boring log Project Name Ie`N MX1 Boring No IMW 30 CO Drilled By bob Job No 07 CW Q Date Started Date Completed Logged By Rig 0RN subsurface stratigraphy water levels Flight Auger_ H.S. Auger Rotary While Drilling Size___ Size D1 Size 0 Hours A.B. From To Description C7 Z, SW byowvt Kill qoc, lces5 --�— Iq Mon rn®`t•-tb 4 bit W yes 9CI 1 X3,5 Bfovjr� iW clay otira.ce -(s Bc7lom of Boring sample '`data Depth ln�t5 15 =i7 Zv: -zS 3 5� 0 Hours A, B. Numberrrype ICS ZGS -20 CS IS y cs CGS . Depth 4o' 45 Ara- 50 - 55 55; (00 uu�Z ?) � 75: 7 Number/Type G 65 10(,S I1 GS t2 GS 1 °C AS (auger sample) CS (continuous sample) ARS (air rotary sample) SS (split spoon sample) ST (shelby tube sample) NQ2 (wireline rock coring) 1034101 field boring loci Job No Project Name Boring No . r Da a Started _ bate Completed Drilled By Logged By Rig subsurface stratigraphy / water levels FllghtAuger_— H.8 A V r Rotary While Drilling- _. —.._ Size —. Size Size 0 Hours A.B.._. —__ —__ From T De r'tp�i n� ,J ___ Hours A.B. ... _ .. e ell details Stick-up Cove ;r Flush Mount Cover ........ bottom of Boring sample data Depth Number/Type 7 Depth Number/Type AS (auger sample) CS (continuous sample) ARS (air rotary sample) SS (split spoon sample) ST (shelby tube sample) NQ2 (wireline rock coring) , t. (') v N grade —:M' �p �O h, y� oquodri I I - Head boring log Project Name A Greth R Boring No MW "? Drilled By Job No C —&9s I pate' Started . ,k1 lt? -1 6 Date Completed 11' .5o /0% Logged By ��M Rig CM -16 subsurface stratigraphy // Flight Auger H.S. Auger 'v size" Size From To D 11, %® TZ 2a— 3�1, 1s sample`data Depth NumbWrype �r W 5 -GS 1.n:.P.S. Jo . Depth q® —�5 h), U tv . AS (auger sample) CS (c nuous ample) SS (split spoon sample) ST (shelby tube sample Rotary Size 4 A water Levels While Drilling.._ o Hours A.B. Hours A.B. details . Cover Nush Mount Cover FA . - ... F e p- s A - .� a - f rk - , ;mss.. i 3e +yv_:�= �:���q fix: . - M-5 .k u h ,O f%...; n, • ;'•:s y= rroC::.i- ►+ .:. M ,. ARS (air rotary sample) - rock field boring loci Job No�'7- -t ProjectNameee- in C� 1owa.Ci�,� La�;ll Boring No r__1qtl1u_V�'� Date Started i��,��I �� Date Completed Drilled By Logged By �1(� `i Rig W G� b� subsurface stratigraphy Flight Auger — H.S. Auger V Rotary J Size Size—Ilk/4— Size A&P From To Description water levels While Drilling 0 Hours A.B. Hours A.B. _ Bottom of Boring sample data . Depth Number/Type AOC T "d c 2 WF.S Depth �,...7 . 1.37 112 'J t AS (auger sample) CS (continuous sample) AIRS (air rotary sample) I _ SS (split spoon sample) ST (shelby tube sample) NQ2 (Wireline rock coring) c�quaeJri I IJ. field Loring log Project Name a! LN& �y VC I I _ {{��4`ta� 1 Boring No 31� Drilled By Job No Date Started ��` (�j o� Date Completed I?,' I S/67 Logged By JU`I Rig cnt; -76 subsurface stratigraphy Flight Auger_ H.S. Auger Size Size From To l� Rotary Size _ water levels While Drilling 1C) fi — 0 Hours A.B. Flours A.B. well details / Stick =up Cover Flush Mount Cover sample data Depth NumbedType Depth. AS (auger sample) CS (continuous sample) AR-3 (air rotary sample) SS (split spoon sample) ST (shelby tube sample) NO2 (wireline rock coring) 0cluc�ri l l Field boring log Project Nam�ery11apKlSmn i, Boring No W 916 Drilled By WO Job No O -7— OU S C) wa Ct t Date Started i�'r� Date Completed Logged By -��t�1 Rig G G ;5 subsurface stratigraphy Flight Auger_ Size H.S. Auger Rotary Size Size From To Description C� +otN Sep i ! 10 r U lorawy) 10 19:5 Browti' +avp .csl owwl qraves I . 15 Al qLau CLa a> -�.�r� ahvel. . U3 aj& LA--4 v'av Bottom of Boring tiJ sample data D pth NumbsrlType Depth water levels. While Drilling 0 Hours A-B, Hours A.B. details well ..- x 1 ' v ^r + a , ilr:; rtii i ;yF t Ma Numberffype- f3- �''•'; ;t AS (auger sample) CS (continuous sample) AIRS (air rotary sample) SS (split spoon sample) ST (shelby tube sample) NO2 (wireline rook coring) field boring log Project Name rte �a� ► 1 `dam 1 UNk Boring No W— M 1E Date Started Drilled By Logged By subsurface stratigraphy Flight Auger_ H.S.AuAu e Size �.� Size •`�� From b i� t� tA� T I 1(7 Is. gi (o2- A03 li_t Job No M -0 US of Date Completed — R19 ME 75 water levels . Rotary IJ While Drilling Size -A1a:bi LvKe, 0 Hours A.B. Hours A.B. well details Stick -up Cover Flush Mount Cover" `aid' 9Q � �tAl�2 lq'2l 2UA?I 1$' /z AS auger sa pie) CS (continuous sample) ARS (air rotary sample) SS (split spoon sample) ST (sheiby,tube'sample}r� N(7� (wlreline rock coning) -_:.q Q Jri Field boring log Job No r Project Name ��1, L -5YMYI L" IVIN(1 it LM UAVVII l J 11-1116 °7 Boring No )Ji_'�1� ° B C+ Date Started �Il�` �? Date Completed ° d Drilled By � �1-�01 Logged By _ JGb�I _ Rig CM G f 5 subsurface stratigraphy FllghtAuger_ H.S.Auger� Size Size From To Bottom of Boring satnple_ data r C/'P`1 1nt1'r^ IUUk 111 M — W AM �t r. t Description Rotary Size water levels While Drilling 0 Hours A.B. Hours A.B. . _ Pepth Numb5TypQ.'..: _;..fin Oil . w AS (auger sample) CS (continuous sample) AIRS (air rotary sample) I SS (split spoon sample) ST (shelby tube sample) NO2 kreline rock coring) field boring log Project Name kkR 6�fe-&t) 0' I C)LA) 0 . C (- -LA "e)01? 11 - Boring No Date Started 1-0 Date Completed i (lWlo� Drilled By ��b Logged By 3D � Rig om subsurface stratigraphy Flight Auger—, H.S. Auger Size, Size 44. 7- From To U_. L Bottom of Boring _ sample data Depth i/a��c.5 (7 >']d ' M1 N. .N Number[Type Depth I. %S ZGS S GS Rotary Size _ Numberfrype AS (auger sample) CS (continuous sample) ARS (air rotary sample) SS (split spoon sample) ST (shelby tubs;sample) NO2(wirellne rock coring) water levels While Drilling 0 Hours A.B. _ Hours A.B. well details Stick -up Cover' . Flush Mount Cover grade � ' ,.o U-0dr-ilk-- ii F BRAUN' I NTER��T. ECV9 LOG OF BORING Braun Project CR -09 -01452 BORING: MW -214A' Monitoring Well Installation Iowa City Landfill LOCATION: See attached sketch.' Iowa City, IA DRILLER: K,Keck METHOD: 41 /4 "HSA,Autohammer DATE: 619109 SCALE, V =4' Depth feet. ASTM Description of Materials 6PF WL MC DD Tests or Notes 0.0 Symbol (ASTM 02488 or D2487 % pcf OL — ORGANIC CLAY, black, moist. (Topsoil) - FILL FILL: Loan Clay with Sand and. Gravel. 5 15 i o s 1s a a — o , i i ^ 13 14 i_ I I- - 14 18 21.0 CL SANDY LEAN CLAY, brown, wet, soft. TN 35 86 25.0 END OF BORING. - i i; I 'i Braun lntetlec.Coporaiw " "" _ ,pdWQ14A page.loil : I 13RAUN LOG OF BORING INTERTEC Braun Project CR -09- 01452. BORING: MW -215A Monitoring Well Installation Iowa City Landfill LOCATION: See attached sketch. Iowa City, IA DRILLER: K. Keck METHOD: 41/4" HSA, Autohammer DATE: 619109 SCALE: Depth feet ASTM Descnpfion of Materials BPF WL MC DO Tests or Notes 0.0 Symbol (ASTM D2488 or D2487) % pct OL ^ ORGANIC CLAY, black, moist. _- 1.0 (ropsoil) CL LEAN CLAY, dark gray, wet, soft. - _ (Alluvium) 3 31 u, o— m m a o a 27 I m y o Brownish gray at 13 feet. •€ _ ., 3 29 FT N 0 16.0 N - CL SANDY LEAN CLAY, with a trace of Gravel, broom, moist, medium to stiff. (Glacial Tilo 7 18 i m— I 0 s- „ z 14 15 o- J 2 . CR-09 -01452: .... .... efdun lnlertec Cq gallon. .. . MW -215A page,1 o12 fi �i i t U BRAUN' INTERTEC LOG OF BORING Braun Project CR -09 -01452 BORING: MW -215A Cont. Monitoring Well Installation LOCATION: See attached sketch. Iowa City Landflll Iowa City, IA DRILLER: K. Keck METHOD: 41 /4 "HSA,Autohammer DATE: 619109 SCALE: V=4' Depth feel ASTM DescdptlonofMaterials BPF W. MC DD TestsorNotes 32.0 Symbol (ASThl D2488 or D2487 % pcf SANDY LEAN CLAY, with a trace of Gravel, brown, moist, medium to stiff. (Glacial Till (continued) TW ib 120 36.0 — END OF BORING. i r` i 1 CR -0'}U145L ,: "" tlfaU111tllEM12C GOtp0la:Qa - rAWLIbR �' B.2 Df2 field boring log Project Namr�e t s % 1� J �C1 l Boring No MW 92, A Drilled By Job No V "°'1 WSL in Date Started �` ►� f �7 Date Completed —17- Logged By Rig_ OM subsurface stratigraphy FlightAuger— H.S. Auger V Size Size -7113 Rotary Size _ From To Description 0 4 aYK iQtroc� 0. St 9 I(OLOn Si It rsJ� li�� �(fa64 RcCkLI sV, 4�MrP-,3" yard" S i IN e t �t rat l i�r�c S �t trav�A . i i r BOOM of Boring J? sample data Depth Number(rype 4GS GS . G� � GS water levels While Drilling 0 Hours A.B. _ Hours A.B. well details Stick- up.Cover. ._ Flush Mount Cover grade ;> Depth AS (auger sample) CS (continuous sample) ARS (air rotary sample) SS (split spoon sample) ST (shelby tube sample) N42 (wireline rock coring) field boring log Job No Project Name WRGaen P Iowa- Ott, LAMJR(I j Boring No MVV °33A Date,Started ����, ®� Date Completed Drilled By Logged By Rig DPW subsurface stratigraphy / Flight Auger_ H.S. Auger ` Rotary Size Size. 4e_;O_. Size_ From To ZIP Description xi i i - C water levels While Drilling 0 Hours A.B. Hours A.B. _ well :det.a pls.. Sul k up.cover -�• Nush'Mount Cnver . AS (auger sample) CS (continuous sample) ARS (air rotary sample) SS (split spoon sample) ST (shelby tube sample) N62 (wireline rock coring) ,o- quodril field boring I ®g P. Job No �a__ Project Name 11 �>(Q C�V�1 loves C � ' >a� �i 0 Boring No MIN 83V Date Starled7� �� �� ��� Date Completed 11 J % {0 —7 Drilled By Logged By Rig subsurface stratigraphy Flight Auger_ H.S. Au er Rotary Size' Size . % Size _ From To t M t� Bottom cf Boring sample data Depth Number/Type 0 °5 Gs 5 -10 2C W -iE5 SC's '35- Depth i4©- q'5 water levels While Drilling — 0 Hours A.B. Hours A.B, well details Stick -up Cover —AL— Flush Mount Cover_. • �. AS (auger sample) CS (continuous sample) ARS (air rotary sample) 40 , . Y SS (split spoon sample) ST (shelby tube sample) NQ2 (wireline rock coring) 0, Q9c011 grade Number[Type ? ' 415. 5:? AS (auger sample) CS (continuous sample) ARS (air rotary sample) 40 , . Y SS (split spoon sample) ST (shelby tube sample) NQ2 (wireline rock coring) 0, Q9c011 field boring log Job No O7 ca�� Project Name. M& men 6) [oloa �.61�i. a! �f�(�°-Ll l` / Boring No t t 1 Vj 3� PC Date Started `,1�� 107 Date completed 11 62-gYO7 Drilled By Logged By , bG(Y_j___ Rig OM subsurface stratigraphy FllghtAuger_ H.S. Au er?� Rotary size, Size Size _ From To Description C) a S `°uric brown 5i ffij dau loess - 1� 1W Brown sw- ILo rocon LW use h s i I sur) d Bottom of Boring sample.data Depth water levels While Drilling 0 Hours A.B. — Hours AB. Number/Type I0S... S C'S. CGS G GS Depth AS (auger sample) CS (continuous sample) ARS (air rotary sample) SS (split spoon sample) ST (shelby tube sample) NO2 (wireline rock coring) field boring log Project Name �fl R 6 S s Greer) Ri tr Boring No � i u Drilled By Job No ® —OCDS Date' Started 12� � Date Completed , O' Logged By on Rig subsurface stratigraphy Flight Auger_ H.S. Auger —�L Rotary Size Size �.25 Size From 2..15 ITS To t ®. 1� Description btlYK 6yoW n sit p` : l'cc� kC$s water levels While Drilling 0 Hours A.B.- _ Hours A.B. [J sample data Depth Numberrrype �n arriples ample) ARS (air rotary sample) AS (split on le p ) ST (steel (continuous tub sample) NO2 (wireline rock coring) SS s tits oonsam le ST sheib tube C1glJ.C�C�_Cl;�.� J field boring log Project Name - 41,I -a L-:;)1 ) Boring No I r 6 W� )3 P ry b Drilled By 1)M VI S Job No o7°ocgg Q !nw Date Started I I I Zc /o? Date 6Coompleted ( t / yd Logged By Rig subsurface stratigraphy Flight Auger _ H.S. Au-qeh V l Size Size `_> 9_ From To �aw�[ /��1111'i�►'� 10 5 6 ryry +�,,,, �> ! ^��g� 27G•� 2, Bottom of Boring . sample data Depth Numbergype. ICS 2:cS 3 �S 51 GS CS c,5 U GS .GS` `6 GS water levels Rotary While Drilling / + — Size 0 Hours A.B. Hours A.B. i .h AS (auger sample) CS (continuous sample) ARS (air rotary sample) SS (split spoon sample) ST (shelby tube sample) NQ2.(Wrellne rock coring) n �aw�[ /��1111'i�►'� l ys`N Mi�$i gt, . - �� :s :. `ro - 'k i re cg i .h AS (auger sample) CS (continuous sample) ARS (air rotary sample) SS (split spoon sample) ST (shelby tube sample) NQ2.(Wrellne rock coring) APPENDIX B IOWA DOT STANDARD DETAILS r.� `tl Note: The following details are included for reference only. If there are any conflicts, the project plans and specifications shall take precedence. N Vl « I \ i \ \ ))& 2n& \ / \ 17, \ }G \ \\ us � � ! \\ \\ 10 L }� �\� } \> } ` Eq ; fi « I \ i \ \ ))& 2n& \ / \ 17, \ }G \ \\ us � � ! \\ « I \ i \ \ ))& 2n& \ / \ 17, \ }G \ \\ us � 3 a gY m r8 V m� co g�a Lu z OE 5v Eta egg of p o S $ s " m.E USS c n88 cc° E N C O F 05 on 3°aSQ 53 Ny G t W 6 aE`n Q W V LLl peo ¢ pK ae ao� s;� vg r- In � � 30LL Ow aaca w o N O 3 U t rJ G J s - - - s s 2 O ¢' � of E z 9 4 E ° i a wa ry, I N S ry n p N ! / E T18 ag 5c� � rb ♦ �d€ F.i; / \ ��� i of G.e`� � - < °� y a rc 3s. / _ \ �H � 1 � � z E' I z $ £� I O g o O EP 3� 3E T I E $° 8E8 go 8 BIN �9 • $ M11 11 7,c 3E; 9`w �g m8 gem °a 08 s cme 8 °nYa gE `m cm e8nm° a E jig o8 �� a8 � « �v o`m mm Eg Es6 was i- -i°, a@ n9`mm a8o 8gg- E" u-i a Y ma g a_`m al ^ -m.. 'c c° allo AEp9� ° _° �L a 8 U a w g�a °8m og� Of W2 - `8¢ °3J ag � ?p o sEOR a_y e� oq° 1A in! ?g E $g °E mTE flFL° q �H OO mQE o'E3 ,`o,EB 'd § 5 C 23 g8s s5E $�� -�`sma e o =' $a EDO aa� » „a awes °s” a? On O(g$9a Cn 0En E � 3 f a � N Q � a rte• � L' 1 N ZQ v Nz F o z } \ L 1 1 1- m -- 4--- ----- __.___I__ 1�1 1,1_— __.___I- i 1 1 w u SI J , ��.t•� j� Fa € w o 1=i � (Or�, E �E M t m W e E vm '8eE y a $ W $ a 5 mg a C S z z °$ $E E 2n§`o ce oc S O ry J m� Q p $ i`oc0 03 u c t p� Q6 �m Wa mms a =o <g $$ 2 D °s ca -`g ygx' Ec° BF occ m$� Epp EE ��2 8`0 `o u °n u�5n � � Q ��•, n a° N F �F em F aOaF E N s`so s� o s InC -1 Q� J Cn Q ad , e w = c E o a m u F Fd m > d z a w K z u m � � F $ g N o x m c$ E °N' aFb �i W � Cm D LL e =aKgmaa$ o�po S q e =g$Ea �saf f @o Eo B aRR CD All IL hB LL0 W �m Fw �� Q FF§ N o_ U ° Fn Y I 0 j = aE r= 0 N Ul W ryy ❑ d. ya 0 Q p G 0 _J Q y � rjI i I� �• W J Q U w x t W W J Vl O LL I s` w U W LL J N N O O O I j 8 g w �- Y � w LL �' V _ J -- R' 5 � � rjI i I� �• W J Q U w x t W W J Vl O LL I s` w U W LL J N 0 LU W I u � 0d Z Z� 0 0 u U - JUv�o LU uj u IUN r00d w�Z3 d0 d J- J_ N -r z } d L J r� z —a - �X A IIII o ° c m� �E "a 331 V -os 3Atl 831tlW 3Atl SVSNV C a LI' 1�1<11 a .I ao 3 8 z K Ng s F gN S E e,vu G o e y �'uQ ?u$Xfr `J 0 r� z —a - �X A IIII o ° c m� �E "a 331 V -os 3Atl 831tlW 3Atl SVSNV C a LI' 1�1<11 0 LJ — YJ o O 2 Q 7 W 88x88^88 8em= �A°'aF�__`_`a „._.,_a`Sang3 -- -- - - - -- ='R`am W 0 f _ W UJ Q U W � � 4 i a 3 eTi a s € a Air s $ I rim r� Y: E k $k3 J J -23 - y 55 YaE �' Y [kg. cy eaa 4Y93mw �3�fr i>° F J4 k - P TpNCT Y03 IL 4T a J C �0. k y � k i i i i i i s 4 3 e i z - ., z sa& E� J � • � � ° �� � � n F/ eYl `Y V FYI si�, y' < n W4 E s_-r / a t� I�IJ — A U �i�r r' [ q III II It ll U s 11 �r✓ r _ � '�r�f, �' ��I � �I � 1, � � � i � �_ �r- I�I I,I� � 1�1�� �II - ��� r 9 — rl I � OVA- JJ i i P os3$ /y �/j —� IF LL— I p ° . Al 7 IyTflll I�, 14' 8z I TI -i a�Slz z i v a ,3E Jula2 IJ \\IG— gs 6 ys l . =$Rs - 3 Ii�l�r It � I sw �• --A t ��' AVA t t &It it L� � I I /I i I J I l I i E �u \\ \ Qom\ \ sat \ An \ I\ j \ PPP v9 V y E l +J : 4 z \1 a e � a� mg u, 3 � I � Sall wwm \ I OZ ORV ( \ W / VA\ 1za ��o O g � A 41 -p: into JIM N wig � i4o Al �� °3 s5 Sb :1 Am to 0gy, 4f3 y Qq � i- r J l a GNP 9 102HEE m AN 25 l f aIT " r / / VY' /i T,N / / / /� .�, ✓/ J. / / /(�/ // ,l I/ �•.�..I VIII �If I' I' . \ j,% . I / /s� � / l// � �� III II II I I �} /�i 1 9 /T��� /I,� T r'� " P. �/r f � I I III 11 II — I_ ° 1 IIIIIIII IIII �: r rr . F III• ................... � 0 a f E I �vA z 111 U Ljl ' � U ' o 0 � o \ $ao I I �i4s � m f U OZ 111 U Ljl ' � U s !I � � U 0 u5< \ $ao I I �i4s I � > U ti- J II 711 n d W 2 6 0 LL Z U J� 3 �U iU y�yJ U� �g i� �O 1 n II \l \ \ 925Ci 3 a Al F 50 l 5 99 � _ \ \ y 1 \ \ b _ v d 1 n � h — _ Y� y I i 2 I i I 2 JI I n d W 2 6 0 LL Z U J� 3 �U iU y�yJ U� �g i� �O / a A IS � Y5 E zp k l rz U J y W j � 3 jI __. ILL al I I r 1 Cry -• i I I � I n � s is I iI G w I I \ ❑ x w 17I �U L I I ILrI — 1� 1 it 1 aA dj �, hllk`�'a III Ir I I , Id I g 3 8 - - — .S 2 z a Ca F F. y 9 E� ^• U J a a a U � n£ s 5 p EEEC- gg 3 €d e k g as i k€ f E 9Y k E L d 43 �. - 34 k� @ ! y tl L k tl< 4gtlY q,+ 3 g 6 k i 0i S L tl k ke ; @ ., iY x e € AN g 5 "RK F — ey F � Yea. � i`y X35 5d £43� | } }} \ } }, }.. }} }' „ `\ aR#463RGR \\ \\ It : >•, -_ - p, ;}} \ '§ {§j /\ \) {))\ \ S \\ (} (\ 2Rm kst'; k 11 F(, [� § ( , ( () )\ \ \< >[! ( §] `\ \\ \\ >•, -_ - p, ;}} \ '§ {§j /\ \) {))\ \ S \\ (} (\ 2Rm kst'; k 11 F(, [� § ( , ( () )\ \ \< >[! ( §] \\ / l^J Y � A I I ✓ (%\�ti 1. TI it I 4/� L I I S I II / I — - ;�� +fig —7 (�j �, J II. 111 L ICI I I' li j - III TIll (Ip,� r I i f w i r �r N — I F� A A � _ A � 4 may:' f �,' ',�' � c o � a A A � _ A � 4 a a� 3 C`E ° C f 5 i y 2 V k �dv u3 s�a € o.4 p S D 2z u!w .. 'v 1�c v - ; Vid rl g f s ' r h k 3 Y � 33 5 1 5 fu $ E � L �j4 I X � k Py � fi n a a� 3 C`E ° C f 5 i y 2 V k �dv u3 s�a € o.4 p S D 2z u!w .. 'v 1�c v - ; Vid rl 61 P� �,- . .rvI -W t ho i tl maa� 5 /\ �r 3€ 3m 3� 2 6 zo 8 F yz n � e L- a z e 22Z : v 3 8 '3 n5g �Su3� g 3 a Hog F� -g_ w a A 215 o U ¢ $3� a o s 6 d "g C §e£m } � $ \ � � � | \� 2 § !, h / » - /a� ( \ ( \ - - -�- � \ � - [ ; - -- / - - - -� � _ _ I x» H-9 )[ {( 2a� �(\ � ;! ) ( 1 \ } � $ \ � � � | \� 2 § !, h / » - /a� ( \ ( \ - - -�- � \ � - [ ; - -- / - - - -� � _ _ I x» H-9 )[ {( (�\ ) � \ \ &\ _ ( \� . .�, `� A! j \! m! , \ \ ! \ : _ /( : \] _ - /! w y � [ ®� ( \ ,( §_ ) (\ §§ \!< \(| , !!° � _ / 7 \ - ( _ !( t\ !] a � (\ §• G ° w 2 / !! § \ =!: \ \� (�\ ) � \ \ &\ _ ( \� . .�, `� A! j \! m! , \ \ ! \ : _ /( : \] _ - /! w y � [ ®� ( \ ,( §_ ) (\ §§ \!< \(| , !!° � _ / 7 \ - ( _ !( t\ !] a � (\ §• G ° w 2 / !! § \ =!: O •�6Rn 4x8 'a 2 c�5 O \ 5•. hi h 1'BS f WSJWJ Y Y � 4 3 � 2� _•- °egdt it n gG4 � So 3 9j g36 3 22 '?38 \\� U: - J ` A: ) - Q \27 0n ° 5's - / 7 K 9 : -) . A\\ _ H \ \ ( H, T \ » S ( \ \ . ) \\ ; - a ° a e! ( . T % §! H § B o 5 a� se eg � gn o s .ice � 1 I Ir kaI III:. = I IIII -11 S s"� �I I III I I III I � �i II IIII I I � g � �°- I� MI S— II� CJ II v i -" r�.i III Ih y IIII III I�' z _ a 'I X111 ��. 1� �11II 11111 'e 1 1 ,1111 II �GI I 11. �+I P X11 II �l`S II 11� � III X1,1 1 atil III ,�I I IIII, II la I �yo 5� J IIII III O? sl III y JI 1I III 1 to V �y 1 �� F yyy I III "�k.7 c e 1 IIII I g.m �I a A se s is 4 a€ t t g e 8 8 _ I as' d£ 3 G O I s � I� 3f� - 0i III U �6z �u U a 3 J� w� Q�< U� ffi4� a' �1LIJ 0 N O 3 `K a a3 �fi3c 3� Y I - �y/ JI e �I I I ICI � ff - 3 8 � IIIIIII ��I ..� .III IIIIII .III <fE���` v � 1 I Ir kaI III:. = I IIII -11 S s"� �I I III I I III I � �i II IIII I I � g � �°- I� MI S— II� CJ II v i -" r�.i III Ih y IIII III I�' z _ a 'I X111 ��. 1� �11II 11111 'e 1 1 ,1111 II �GI I 11. �+I P X11 II �l`S II 11� � III X1,1 1 atil III ,�I I IIII, II la I �yo 5� J IIII III O? sl III y JI 1I III 1 to V �y 1 �� F yyy I III "�k.7 c e 1 IIII I g.m �I a A se s is 4 a€ t t g e 8 8 _ I as' d£ 3 G O I s � I� 3f� - 0i III U �6z �u U a 3 J� w� Q�< U� ffi4� a' �1LIJ 0 N O 3 `K a a3 �fi3c 3� All A sit IT7I�' UZI v W— m Eo a �" s. - g tly ez al Q o L T gq r I� ^G Ms Tom 41 its Toy—_' z W G ,I 1 �A' r I§ 1 1 I r JI J: jjII � i M < '� li 111 - ' Nell '_w 3 a F 5 e s � 1 i O d gi a� a 0 0 �3 y4 �� FFri U� U �W ppQ JJU� UQ 9 $Qu �o� i � €GM 'T.. L� yo s yll em`o kF 3gaw s y 4!0�:� ,5 dF 5 �T 3 L @ 4:wSs . 7. I r;,l. 5e(4) Prepared by: Dan Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356 -5144 RESOLUTION NO. 10 -124 RESOLUTION SETTING A PUBLIC HEARING ON MAY 10, 2010, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE LANDFILL FY09 STAGE 1 CELL CONSTRUCTION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above - mentioned project is to be held on the 10TH day of May, 2010, at 7:00 p.m. in Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above -named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above -named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 27th day of April 2010. MAYOR Approved by ATTEST:��i� CIT LERK PwengVesUandfill cell constuctlon.doc City Attorney's Office Resolution No. 10 -124 Page 2 It was moved by Champion and seconded by Wilburn the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion x Dickens _ x Hayek x Mims x Wilburn g Wright wpdatarglosmry/resolution- ic.doc NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE LANDFILL FY09 STAGE 1 CELL CONSTRUCTION PROJECT AT THE IOWA CITY LANDFILL AND RECYCLING CENTER TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the Landfill FY09 Stage 1 Cell Construction Project in said city at 7:00 p.m. on the 10th day of May, 2010, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NOTICE OF PUBLIC HEARING 00106-1 ro l 05-10- 0 10I Prepared by: Dan Scott, Project Engineer, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5144 RESOLUTION NO. 10 -261 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE LANDFILL FY09 STAGE 1 CELL CONSTRUCTION PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above -named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 10:30 a.m. on the 8 I day of June, 2010. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meetinpq, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 15 day of June, 2010, or at a special meeting called for that purpose. Passed and approved this loth day of May _,20 10 4AN,� MAYOR Approved by ATTEST: 24azz,42J -C , 7«i/if/ .1/Q.(G Aye,� CITY'CtERK City Attorney's Office 4IIV I t o pwengVes\09oellconstruction.doc l Resolution No. 10 -261 Page 2 It was moved by Wright and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: x x x x x x x wpdalarglossa ry/resdulion- ic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright 61 z�0 11 ro� Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5144 RESOLUTION NO. 10 -320 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE LANDFILL STAGE 1 CELL CONSTRUCTION PROJECT. WHEREAS, Connolly Construction Inc. of Peosta, Iowa has submitted the lowest responsible bid of $4,690,386.48 for construction of the above -named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above -named project is hereby awarded to Connolly Construction Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above -named project. Passed and approved this 15th day of June 20 10 ,� 71= 'y Approved by ATTEST: A 6ULc AoVny ,,*z n �L� t✓ CITYULERK City Attorney's Office It was moved by w- 1hurn and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: _X Bailey X Champion x Dickens x Hayek x Mims X Wilburn x Wright pweng \res \awrdcon -la ndri Islag el.doc 6110 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J ov ✓a City landfill and Recycling Center Iowa City, Iowa FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City'), and Connolly Constriction Im, ( "Contractor')_ Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 14 day of April _, 20 1 tl for FY09 — Stage 1 Cell Construction, Iowa City Landfill and Recycling Center ( "Project "), and Whereas, said plans, specifications, proposal and bid documents accurately and fully descrihe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers I , 2 , 3 b. Drawings; C. Specifications as listed in the General Table of Contents of the Project Manual; d. Advertisement for Bids; e. Notice of Public Hearing, f. Note to Bidders; g. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects, h. Contract Compliance Program (Anti - Discrimination Requirements); 1. Instructions to Bidders, j. Form of Proposal and Bid Documents, k. Performance and Payment Bond; I. General Conditions; m. Supplementary Conditions; and n. This Instrument (Form of Agreement). The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. FORM OF AGREEMENT 00500-1 I toward R_ Green Company FY09 -Stage 1 Cell Construction Project No 191130J owa COY I andldl and Recycling Center lov✓a City. Iowa 3_ 1 he names of suheontractors approved by City, together v "ith c{uantities, unit prices, and extended dollar amounts. are as follows (or shown on an atta(,hment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. ih DATED this LS day ofJr� V,Ol ,2.0 /o . CITY CONTRACTOR V\,1 Mayor Mayor ATTEST: City Clerk Title Pfe6'I jQnA ATTEST: Title)Ce t f e (Company Official) Approved Fay: City Attorney's Office y Z I FORM OF AGREEMENT 00500-2 Iowa City Landfill FY09- Stacie 1 Cell Construction Subcontractors S_iSf —lean Air and Vv'al r Sy h in 121 Flnt Street Dousman IM 53118 (262)-965-4366 - t Bid Henn - �a r iq i�,n .,'uantity Limit Uwe e< < n�I °ci Fue� _. I — 3 0 A' S oa.391 .00 HD r Cn lii g-om ura, C sir o "th 46 100 of S __i N �i re t 1i. ,eo t cfabiare text red 2.07 500 SF S 0 48 90,60'x.00 - - -1 - r �c „I 1 got, xtile Composite 682,000 S� S 0 _:` S 394,052.78 J ?fat 1 543,043.78 _.. - .,... -.. .._. - -._.. "I n.., ...... - !A c9M9 tt:4:4LSRfx..n5dR Bid Item 55 56 Descrption Hay Bales Fence Quantity 500 4,700 Unit LF _ LF _Unu Price S 2.55 S 1.50 Extended Price 3,825.00 S 7,050mOO 58 _Sill Fence Removal 3,000 LF $ 0.10 $ 300.00 59 _Silt Erosion Control Lining 37800 SY $ 1.10 S 41,580.00_ 60 Stauization Seeding 10 _ AC_ $ 52.00_ $ 520.00 __ 61 _ _ Stabilization Mulching __ 10 AC $ 400.00 $ 4,000.00 63 64 Seeding /Fertilizing /Mulching (Rural Mix) Native Plant Seeding /Mulching (NSM #1) 66 6.00 AC AC S 930.00 $ 1,680.00 $ 61,380.00 $ 10,080.00 65 Native Plant Seeding /MLIlchin9 (NSM #2) 2.50 AC $ 1,830.00 $ 4,575.00 66 Native Plant Seeding /Mulching (NSM #3) 1.10 AC $ 2,300.00 $ 2,530.00 67 Native Plant Seeding /Mulching (NSM #4) _ 2.50 AC $ 1,725.00 $ 4,312.50 6-8 Native Plant Seeding /Mulching (NSM #5) 12.10 AC $ 760.00 $ 9,196.00 69 Native Plant Seeding /Mulching (NSM #6) 0.20 AC $ 2,725.00 $ 545.00 N A.fn 401 CA icnai 114 iHm Ierrs euy Bid [tern «�u I I � L-«.,: ...,::..: I ...,, ...........,.., ...--' Description '- �--- - Quantity — -- Unit Unit Price Extended Price 80 Gas Extraction Well 613 LF $ 80.09 $ 49,094.99 81 Borehole /Refusal Abandomm�et 40 LF $ 60.0_$ . _._. - 2,400.00 .. _4 non 00 I.--- r-A,, IA 69d44 /C1 AMCIR_9RRn Bid Item Description Quantity Unit Unit Price Extended Price g6 Su veying 1 LS $20,000.00 $ 20,000.00 Howard R. Green Company FY09 - Stage 1 Cell Construction Project No. 191130J Iowa City Landfill and Recycling Center Iowa City, Iowa PERFORMANCE AND PAYMENT BOND Bond Number IAC -97337 Connolly Construction, Inc. 18409 N, Cascade Rd., PO Box 68, Peosta, IA 52068 as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Merchants Bonding Company (Mutual) 2100 Fleur Dr., Des Moines, IA 50321 - as Surety, hereinafter (insert the legal title of the Surety) called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Four Million Six Hundred Eighty -nine Thousand Six Hundred Sixty and 08/100-- - - - - -- Dollars ($4 689 660.08--- - - - - -- ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of jw I} , zulo , entered into a written (date) Agreement with Owner for the FY09 - Stage 1 Cell Construction Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Howard R. Green Company, which Agreement is by reference made a part hereof, and the agreed -upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. H The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owners obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even PERFORMANCE & PAYMENT BOND 00610- 1 Howard R. Green Company Project No. 191130J FY09 - Stage 1 Cell Construction Iowa City Landfill and Recycling Center Iowa City, Iowa though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The teal "balance of the Contract Price," as used in this paragraph, shall mean the total arnount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS IN THE PRESENCE OF: v ✓ Witness Witness 23rd DAY OF June 20/0 Connolly Construction, Inc. ( Principa)) Q r�- (Title) M re ants B n in Company (Mutual) (Surety) Joyce O. Herbert, Attorney -in -Fact (Title) 2100 Fleur Dr. (Street) Des Moines, IA 50321 (City, State, Zip) 515.243.8171 (Phone) PERFORMANCE & PAYMENT BOND 00610-2 MERCHANTS BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office In the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint F. Melvyn Brubetz, Greg T. Lai Joyce O. Herbert, Nancy 1). Schwarz, Mark F. Kcairnes, Patrick K. Duff, Jeffrey R. Baker, Joseph L Schmit of Des Moines and State of Iowa ila true and lawful Attorney -in -Fact, with full pourer and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations In the nature thereof, subject to the limitation that any such instrument shall not exceed Ilia amount of TEN NIILLION ($10,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By- Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE II, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorizo them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contacts of Indemnity and other wrifings obligatory In the nature thereof. ARTICLE 11, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by Its President and its corporate seal to be hereto affixed, this 16th day of June , 2009. STATE OF IOWA COUNTY OF POLK ss. •V •V.r,yc: 4' 1933 ; •y ; ,•y�,IV • .... MERCHANTS BONDING COMPANY (MUTUAL) By /-t7 �7� esident On this 16th day of June , 2009 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is Presldent of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the sald Corporation and that the said instrument was signed and sealed In behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. r CINDY SMYTH I Commission Number 173504 WW'tr U .rr My Commission Expires March 16, 2612 1 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. 1, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing Is a true and correct copy of the POWER -OF- ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which Is still In full force and effect and has not been amended orrevoked. In Witness Whereof, i have hereunto set my hand and affixed the seal of the Company on this 23rd day of June 2010 . �p)0 . co,�jA, :i, -o- a' 1933 : ti POA 0001 (1/09) Secretary Client#: 19390 CONNCONS ACORD,,, CERTIFICATE OF LIABILITY INSURANCE YY, POLICIES. AGGREGATE UNAITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAPAS. U LTR 6�22�2010 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION La Mair- Mulock- Condon Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 4200 University ve Ste 200 y HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. West Des Moines, IA 50266 -5945 ,_ GENERAL LIABILITY K81335 515 244 -0166 INSURERS AFFORDING COVERAGE NAIC # e1SURED Connolly Construction, Inc. 18409 N. Cascade Road INSURER A Acuity Insurance Company msua¢ft B. - P.O. Box 68 Peosta, IA 52068 -0068 Irlsuleea c. Irl$URER D. -- -- INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERN OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE DAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE UNAITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAPAS. U LTR NSR TYPE OFINSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDDIYY POLICY EXPIRATION DATE MMIDDIYY LIMITS A ,_ GENERAL LIABILITY K81335 12/01/09 12/01/10 EACH OCCURRENCE $1000000 X COl.1!.1ERCIAL GENERAL LIABILITY DAMAGE RENTED $250000 CLAMS MADE OCCUR MED FAB(My one person) $10000 PERSONAL a ADV INJURY $1000000 X PD Ded:$500 GENERAL AGGREGATE 53 OOO OOO GENL AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOP AGO 53000000 POLICY X PRO LOC rECT X A AUTOMOBILE X LIABILITY ANY AUTO K81335 12101/09 12101/10 COMBINED SINGLE LMT (Ea accident) $1,000,000 80 INJURY (Per person) $ ALL. OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accitlenp $ X X HIRED AUTOS NOW OWNED AUTOS PROPERTY DAAIAGE (Per acGdent) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC S ANY AUTO $ AUTO ONLY AGO A EXCESSRIMBREULA LIABILITY K81335 12101/09 12/01/10 EACH OCCURRENCE $3000000 X1 OCCUR ❑ CLAIMS MADE AGGREGATE s3,000,000 5 $ DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND K81335 12101/09 12/01/10 X WC STATU- OWN EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNEWEXECUTIVE E.L. EACH ACCIDENT 5500,000 E.L. DISEASE - EA EMPLOYEE 5500,000 OFRCEROJEMBER EXCLUDED? If p es, describe under SPECIAL PROVISIONS below EL DISEASE- POUCYLIMIT $500,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: FY09 Stage 1 Cell Construction - Iowa City Landfill and Recycling Center City of Iowa City 410 East Washington Street Iowa City, IA 52240 ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION HEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _au_ DAYS WRITTEN TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO 814ALL NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ACORD 25 (2001 /08) 1 of 2 #S179916IM167648 KELMU © ACORD CORPORATION 1988 4'1 4d(7) Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5410 RESOLUTION NO. 12 -28 RESOLUTION ACCEPTING THE WORK FOR THE LANDFILL STAGE 1 CELL CONSTRUCTION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Landfill Stage 1 Cell Construction Project, as included in a contract between the City of Iowa City and Connolly Construction, Inc, of Peosta, IA, June 15, 2010, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Landfill FY09 Cell Construction Projects account #32250; and WHEREAS, the final contract price is $5,320,917.19. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 24th day of January , 20 12 MAYOR Approved by ATTEST:22i�� 9 2! dada- Awt to � udc4e- i CITY C RK City Attorney's Office ltfl//2 It was moved by Champion and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: x— x x _ x x x x Pweng /res /1andN1stg1ce11 constcdoc 1112 NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton