Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
LANDFILL FY09 CELL RECONSTRUCT 2012/2013
Rtc6ns-ir(..c- or cteQ I U� a-ofar/ ot3 - �cSv L o--, � 2- 3 7 47I- Af �c7v�n 9_1 qy4-1-6 c":1 Z 1 rt, d r 4 ty) 4 <<�'� c��� t C, C/e c t{ ^�o c�-4-4-es-i- h c rte�+,e�- ' land t�ttti �,� _ C�},, s4 &oat C;,�< and 4• Gr4-9-h � 1ra_C_._ 1 S rr -fh.t Lan 11 • / Pep? �m�� �n� �►te���n Con �f-an`7� S�r�%Gc -tv. C�•/ i � 7- ., r 3 I P _ . gra •�� Banka-�- -- _ I J C-- - '3 I ID P N , af I _ g_z-A4 sol o- - I'f S� -ir�A 0. flib1;c !lettr OThn Amar) c '2-/'/.3•yErm`5 . rr►. Of.-cest-;met& o'r 0.0s4- ?or' m-, _._D e _ land., 1 j_ Ce/1 econ44-r s PI-LA►� - � ) I I t r'a p - cZ;rtc- 9 C-1), �n�, nt -v -�a p L c e s��d lc •rl on-�:4_4_1" I J / Q. phi , c .. • J - Se.MGA- -Po f- `D. GfS IAaq L,,dC;() Ce!r _ I 4-� C4 L -CI! RQc Cep, k - - ' ' C '1 —PDC r rn r-!-rd �•v �sip /3 ox 3 Qpr�Dv p r��-1=---�r �Lt‘. n d • „ • cis---- J? - c. cc7�s�r-u t low crP LA.net.I`I r t c 9 acc-oro n Qst_ /c q ek -_d djr. 0;17 --kr_ 7'o rc,Jxslj no ;c �p �•CYPIP /I ++ ,Y.nG �,rn• g P (ac ? -tor ('tfY'y7 o-P 1j, dS F•dka7-DrD oa1c._} 1 vto 2Cosa 6 . (-ones -�' ,-j' �'�1-&, .d lid) 04 /I 171.4)91 (16's ..a-roV\I r11.7L .gu r 1�QytY, --/)1"/"D 1•'�71JcY+ q� - c/ + 4 `4 4_ I wrp u,fTb �� _43.J r a-r-;-%1 ‘`''_r.'1"1:7'a� 1/-j b n/ J I f :j--v o v 3d (°j Prepared by: Daniel Scott, Civil Engineer,410 E.Washington St., Iowa City, IA 52240; (319)356-5144 RESOLUTION NO. 12-374 RESOLUTION APPROVING, AUTHORIZING AND DIRECTING THE MAYOR TO EXECUTE AND THE CITY CLERK TO ATTEST AN AGREEMENT BY AND BETWEEN THE CITY OF IOWA CITY AND H.R. GREEN, INC. TO PROVIDE ENGINEERING CONSULTANT SERVICES FOR THE LANDFILL FY09 CELL RECONSTRUCTION PROJECT. WHEREAS, the City of Iowa City desires to reconstruct the landfill FY09 landfill cell; and WHEREAS, the existing landfill FY09 cell was severely damaged by a fire and needs to be repaired in order to provide solid waste disposal services; and WHEREAS, the City desires the services of a consulting firm to prepare preliminary and final design for construction of the Landfill FY09 Cell Reconstruction Project; and WHEREAS, the City of Iowa City has negotiated an Agreement for said consulting services with H.R. Green, Inc., to provide said services; and WHEREAS, it is in the public interest to enter into said Consultant Agreement with H. R. Green, Inc.; and WHEREAS, funds for this project are available in the Landfill FY09 Cell Reconstruction Project account #3321-550900;and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The Consultant's Agreement attached hereto is in the public interest, and is approved as to form and content. 2. The Mayor and City Clerk are hereby authorized and directed to execute the attached Consultant's Agreement. Passed and approved this 21st day of August ,20 12 . MAYOR Yf )� y Approved by ATTEST: -22t J • it lALf) 4�'tattakonr9' �' ' CITY CLERK City Attorney's Office dt�l2 Pwons/mastersldesignogtdoo Resolution No. 12-374 Page 2 It was moved by Champion and seconded by Payne the Resolution be adopted,and upon roll call there were: AYES: NAYS: ABSENT: x Champion x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into this 21st day of August , 2012, by and between the City of Iowa City, a municipal corporation, hereinafter referred to as the CITY and HR Green, Inc., of 8710 Earhart Lane SW, Cedar Rapids, IA 52404, hereinafter referred to as the CONSULTANT. WHEREAS, the CITY desires to secure the services of a consulting engineering firm to provide final design and preparation of construction/bidding documents for reconstruction of the portion of cell FY09 at the Iowa City Landfill and Recycling Center that was damaged by fire in the spring of 2012. WHEREAS, the CITY desires the CONSULTANT to provide an on-site field representative during reconstruction of the damaged portions of the FY09 cell and implement a Quality Control and Assurance (QC&A) program in conformance with 567 IAC 113.7(6). NOW THEREFORE, it is agreed by and between the parties hereto that the CITY does now contract with the CONSULTANT to provide services as set forth herein. I. SCOPE OF SERVICES CONSULTANT agrees to perform the following services for the CITY, and to do so in a timely and satisfactory manner: A. FINAL DESIGN, BIDDING DOCUMENTS, AND BIDDING ASSISTANCE This task is to design and prepare bidding documents for reconstruction of the fire damaged portions of cell FY09. While the final objective is to return the entire cell back to its original functionality, additional design measures will be included with the intent of reducing the risk of potential fire propagation if such a fire occurs in the future. The design measures will include installation of sand partitions within the cell and immediate covering of tire derived aggregate (TDA) on the cell floor, to the extent possible, as part of the construction contract. Construction drawings will be prepared to a detail level appropriate for bidding and construction. These will be based on existing electronic design files and surveys. The construction drawings will include: • Title and Index Sheet • Existing Site Conditions • Cell Design Plan (including liner, borrow areas, and stockpile areas) • Leachate Collection System (piping plan) • Storm Water Management Plan • Detail Sheets (3 sheets) Drawings will be prepared in electronic format and plotted on a sheet size of 11" x 17". The project manual will be prepared to accompany the Construction Drawings and will include bidding and contract requirements (front ends) and technical 1WRGCRNASDATA@0100062.OPDESIGN1CONTRNCTV4GT-080112-IC_FYOB RECONST DESIGt_OCIA_REVOIDOC Page.1 of 10 specifications. Technical specifications will be prepared following standard Construction Specifications Institute (CSI) format. The bidding requirements (front- ends) will outline CITY requirements and follow the format used for previous landfill projects. In general, technical specifications will include: • General requirements such as site health and safety, contractor coordination and meetings, submittal requirements, quality control, environmental protection, etc. • Earthwork • Clay liner requirements • • Geomembrane and geocomposite requirements • Testing and quality control requirements • Aggregate drainage for leachate collection • Piping (for leachate) • Aggregate surface paving (if desired) • Seeding and mulching (if desired) • Liner protection CONSULTANT will submit review drawings to the CITY at the 50% level of completion. Both the drawings and the project manual will be submitted to the CITY for review at the 90% level of completion. CONSULTANT will attend two meetings with the CITY at the landfill office or by conference call to discuss the submittals. CITY will provide comments and issuance to proceed after each submittal. Concurrently with the 100% completion of the bidding documents, CONSULTANT will prepare and submit an Engineer's Opinion of Probable Construction Cost. CONSULTANT will assist the CITY with the public bidding process and will produce the required number of final bidding documents for distribution to prospective bidders and plan rooms. It is anticipated that 30 sets of documents will be required. CONSULTANT will be the "issuing office" for the bidding documents and will maintain a planholders list through the bidding period. CONSULTANT will prepare for and attend a pre-bid conference at the landfill office. If warranted, pertinent items discussed in the meetings that warrant a change in the bidding documents will be addressed in an addendum to be sent to all plan holders. During the bidding period, CONSULTANT will address contractor's questions and will prepare addenda as needed. B. ON-SITE FIELD REPRESENTATIVE AND QUALITY CONTROL AND ASSURANCE (QC&A) IMPLEMENTATION CONSULTANT will provide an on-site field representative during the cell reconstruction activities. A project manager will provide support to the field representative as required for certain technical and administrative tasks. A general description of these services is as follows: \WRGORNASDATA20100082.011GESIGNWONTRACTWGT.080112dC FY08 REGGNST_DESIGN OCS4REV01DOC Page 2 of 10 CONSULTANT's project manager and the on-site field representative will attend a preconstruction meeting held at the landfill with the contractor and Iowa City staff to address items associated with construction start-up. CONSULTANT's purpose at the meeting will be to discuss anticipated construction challenges, establish the communication and authority chain, discuss QC&A requirements and expectations, site safety, and to verify the construction schedule and sequence. The meeting will be summarized in a memorandum provided to all attendees. The contractor will be required to hold, at minimum, weekly progress meetings to be attended by representatives of the CITY, HR Green, and the contractor. HR Green's field representative will attend and facilitate each of the weekly meetings. The project manager is budgeted to attend up to four meetings over the construction period. When not at the site, the project manager may participate in the weekly meetings by telephone, as needed. Meeting minutes will be prepared after each meeting and distributed to all attendees. The agenda for these meetings include, but are not limited to, the following: • Review and approval of the previous week's meeting minutes. • Work progress since last meeting. • Planned work activities. ▪ Field observations/problems/conflicts. • Schedule. • Safety. • Special coordination with landfill activities. • QC, compliance with specifications. • Submittals/requests for information. • Changes or modifications in plans and specifications. • Billings. • Next meeting (schedule and preliminary agenda). CONSULTANT's project manager will also fulfill the role of QC&A officer. The QC&A officer is a professional engineer registered in the State of Iowa and will implement the QC&A program in accordance with the Iowa Administrative Code and the IDNR approved QC&A Program Manual for the cell construction. CONSULTANT's on-site field engineer will be delegated by the QC&A officer to provide on-site construction quality assurance services for documentation of the liner and leachate collection systems. The on-site field representative will be under the direction of the QC&A officer. QC&A services include the following: • Observe and document remaining cleanup of fire debris and damaged liner materials. • Collect and catalogue source testing results of materials as may be required by the contractor in the contract documents. • Observe and document contractor's placement of clay liner. • Coordinate CITY's testing laboratory to conduct field moisture/density testing of the clay barrier layer. • Assist in coordinating required surveying for QC&A documentation. All surveying will be conducted by the Contractor, as will be required in the contract documents. ▪ Observe and document the installation of the geomembrane liner. SHRGCRNASIDATAW0100062041DESIGN0ANTRACTIAGT.080113-10}Y09 RECONSTDESIGNOCSA REWIDOC Page 3 of 10 • Record lot/batch numbers of all geosynthetic rolls delivered on-site. • Document geosynthetic non-destructive testing performed by installer, • Coordinate collection of destructive test samples for laboratory analysis as needed. Coordinate destructive testing with CITY's contracted testing laboratory. • Observe and document the installation of the geocomposite drainage layer. • Observe and document the installation of the aggregate drainage layer (TDA and sand), trench rock, and leachate collection piping. • Compile QC&A data in tabular form as it is submitted. • Take construction photographs. • Prepare daily field progress reports detailing major work and quality assurance activities, problems encountered, and compliance with specifications. • Attend weekly construction progress meetings and participate in issues pertaining to QC&A. Other administrative tasks to be provided during the construction period include: • Log in, review, and approve contractor submittals and shop drawings. • Review and provide recommendation of contractor's pay requests. • Initiate correspondence with contractor regarding coordination of field orders and change orders. • Respond to requests for information. • Review, interpret and clarify drawings and specifications, as needed. • General correspondence with CITY, HR Green employees, and contractor. • Participate with the CITY in the punch list and project closeout process. During and upon completion of the cell reconstruction, the on-site field engineer will forward copies of construction testing, surveying, and other QC&A documentation to the Project Manager (QC&A officer) for review. Based on this documentation, the QC&A officer will prepare and submit a final report to the Iowa DNR that verifies compliance with the requirements of rule 113.7(455B), and the approved plans and specifications. The final report will contain the items required under the Iowa Administrative Code, including the following: • A title page and index. • The name and permit number of the facility. • Contact information for the QC&A officer and persons delegated by the QC&A officer to supervise or implement an aspect of the QC&A program. • Contact information for all construction contractors. • Copies of daily construction/QC&A reports. • Results and locations of materials testing. • Record drawings. • A signed and sealed statement by the QC&A officer that the MSWLF unit was constructed in accordance with the requirements of rule 113.7(455B), and the approved plans and specifications. ASSUMPTIONS • The cell design will include measures that would reduce the risk of a potential fire source from spreading to the entire open cell. These measures are not designed to reduce the risk of fire itself, which can only be addressed through the landfill's daily operational practices. \WRGCRNASIDATA120100062.041)ESIGN\CONRWCPAGT.080112-IC FY09 RECONSTpESIGN OCBJLREVOI.GOC Page 4 of 10 • CONSULTANT will provide on-site field services, including QC&A program implementation over the construction period. The proposed budget is based on the current schedule that identifies the award of the construction contract in January 2013 and completion in August 2013. Since the construction contract will be awarded during winter months, initial activities will be limited and would likely include site preparation, delivery of flexible liner membrane and leachate aggregate, and associated QC&A activities. The construction activities and need for more QC&A involvement will increase starting in April and last through the end of the construction period. The budgeted hours of the on-site field representative are estimated to average 8 hours per week from the time of contract award through the end of March (10 weeks) and then average 45 hours per week from the beginning of April until substantial completion (20 weeks). • CONSULTANT will not provide "means or methods" to the contractor during construction. ▪ Surveying needed during the design phase will be provided by the City. Surveying during the construction phase will be provided by the Contractor under the construction contract with the City. • CONSULTANT will coordinate moisture/density testing, in-situ liner sampling, and geotechnical laboratory testing with the CITY contracted testing firm. Contracting and payment for these testing services will be made directly by the CITY. SITE SAFETY CONSULTANT will be responsible for initiating and maintaining safety precautions and programs for CONSULTANT's employees. CONSULTANT will prepare site-specific health and safety plan (HASP) following the requirements of 29-CFR 1910.120, and 29-CFR 1910.146. When CONSULTANT is present on Project site to perform engineering services, CONSULTANT will comply with CITY's and CITY's contractor's safety plans, programs, and procedures. If CONSULTANT determines that CITY's and CITY's contractor's safety plans, programs, and procedures do not provide adequate protection for CONSULTANT, CONSULTANT may direct its employees to leave Project site or implement additional safeguards for CONSULTANT's employees. If taken, these actions will be in furtherance of CONSULTANT's responsibility to its own employees only, and CONSULTANT will not assume responsibility for protection of any other persons affected by Work. If CONSULTANT observes situations which appear to have potential for immediate and serious injury to persons, CONSULTANT may warn persons who appear to be affected by such situations. Such warnings, if issued, shall be given based on general humanitarian concerns, and CONSULTANT 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. \UIRGCRNASDATA20100082.W\DESIGN\CONTRACTIAGT-080112-IC FY09 RECONSTDESIGN OC&A_REVOI DOC Page 5 of 10 II. TIME OF COMPLETION CONSULTANT will provide services for this project as estimated in the following schedule: Assuming authorization of agreement by August 21, 2012. Design Phase • 50% Draft Construction Documents by September 28, 2012 • 90% Draft Construction Documents by October 19, 2012 • Review documents submitted to the Iowa DNR by October 31, 2012. • 100% Bidding Documents to City by October 31, 2012 • Iowa DNR approval of construction documents - Est. November 30, 2012. Bidding/Award • City Council to Set Public Hearing - Est. December 4, 2012 • City Council Approval of Bidding Documents—Est. December 18, 2012 • Bids Due— Est. January 15, 2013 • City Council Award of Project— Est. January 22, 2013 Construction Phase: January 22, 2013—August 16, 2013 • Construction Contract Awarded— Est. January 22, 2013 • Cell complete for certification and IDNR approval: Est. July 19, 2013 • IDNR approval for waste disposal: Est. July 26, 2013 • Start placement of select waste and soil cover July 26—August 16, 2013 • Substantial Completion: August 16, 2013. III. GENERAL TERMS A. The CONSULTANT shall not commit any of the following employment practices and agrees to prohibit the following practices in any subcontracts. 1. To discharge or refuse to hire any individual because of their race, color, religion, sex, national origin, disability, age, marital status, or sexual orientation. 2. To discriminate against any individual in terms, conditions, or privileges of employment because of their race, color, religion, sex, national origin, disability, age, marital status, or sexual orientation. B. Should the CITY terminate this Agreement, the CONSULTANT shall be paid for all work and services performed up to the time of termination. However, such sums shall not be greater than the "lump sum" amount listed in Section IV. The CITY may terminate this Agreement upon seven (7) calendar days written notice to the CONSULTANT. C. This Agreement shall be binding upon the successors and assigns of the parties hereto, provided that no assignment shall be made without the written consent of all Parties to said Agreement. 1WRGCRNASEDATM20100062.040ESIGMCONTRACTWGT-050112-1CFYO9fiECONST OESIGN_OCAA_REVO1 DOC Page 6 of 10 D. It is understood and agreed that the retention of the CONSULTANT by the CITY for the purpose of the Project shall be as an independent contractor and shall be exclusive, but the CONSULTANT shall have the right to employ such assistance as may be required for the performance of the Project. E. It is agreed by the CITY that all records and files pertaining to information needed by the CONSULTANT for the project shall be available by said CITY upon reasonable request to the CONSULTANT. The CITY agrees to furnish all reasonable assistance in the use of these records and files. F. It is further agreed that no party to this Agreement shall perform contrary to any state, federal, or local law or any of the ordinances of the City of Iowa City, Iowa. G. At the request of the CITY, the CONSULTANT shall attend such meetings of the City Council relative to the work set forth in this Agreement. Any requests made by the CITY shall be given with reasonable notice to the CONSULTANT to assure attendance. H. The CONSULTANT agrees to furnish, upon termination of this Agreement and upon demand by the CITY, copies of all basic notes and sketches, charts, computations, and any other data prepared or obtained by the CONSULTANT pursuant to this Agreement without cost, and without restrictions or limitation as to the use relative to specific projects covered under this Agreement. In such event, the CONSULTANT shall not be liable for the CITY'S use of such documents on other projects. I. The CONSULTANT agrees to furnish all reports, specifications, and drawings, with the seal of a professional engineer affixed thereto or such seal as required by Iowa law. J. The CITY agrees to tender the CONSULTANT all fees in a timely manner, excepting, however, that failure of the CONSULTANT to satisfactorily perform in accordance with this Agreement shall constitute grounds for the CITY to withhold payment of the amount sufficient to properly complete the project in accordance with this Agreement. K. Should any section of this Agreement be found invalid, it is agreed that the remaining portion shall be deemed severable from the invalid portion and continue in full force and effect. L. Original contract drawings shall become the property of the CITY. The CONSULTANT shall be allowed to keep mylar reproducible copies for the CONSULTANT'S own filing use. M. Fees paid for securing approval of authorities having jurisdiction over the Project will be paid by the CITY. N. Upon signing this agreement, CONSULTANT acknowledges that Section 362.5 of the Iowa Code prohibits a CITY officer or employee from having an interest in a contract with the CITY, and certifies that no employee or officer of the CITY, which includes members of the City Council and CITY boards and commissions, has an IWRGCRNASDATAC!0100082.CODESIGNICONTRACTIAGT.080112.1C FY00_RECONSTpESIGN GCULREV0L000 Page 7 of 10 interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5. IV. COMPENSATION FOR SERVICES Fees for professional services outlined in this agreement are on a time and materials, not to exceed basis, per the attached 2012 Billing Rate Schedule. A. Final Design, Bidding Documents, and Bidding Assistance $69,800 B. On-Site Field Representative and Implementation of QC&A Program 199.600 $269,400 Payment Schedule: CONSULTANT shall bill CITY monthly for services and reimbursable expenses. Payment shall be due and payable within thirty (30) days of CITY'S receipt of invoice. The monthly payments shall not total an amount in excess of the total contract. CONSULTANT services rates and reimbursable expenses rates are included as Attachment A to this document. V. MISCELLANEOUS A. Insurance Requirements 1. Certificate of Insurance, Cancellation or Modification a. Before commencing work, the Consultant 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. b. The Consultant shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. c. Cancellation or modification of said policy or policies shall be considered just cause of the City of Iowa City to immediately cancel the Agreement and/or to halt work on the Project, and to withhold payment for any work performed on the contract. 2. Minimum Coverage a. Any policies of insurance purchased by the Consultant to satisfy its responsibilities under this Agreement shall include contractual liability coverage, and shall be in the following type and minimum amounts: Comprehensive General Liability Each Occurrence Aggregate (1) Bodily Injury $250,000.00 $500,000.00 (2) Property Damage $100,000.00 1V IRGCRNA510ATAO010006I 041DESIGNICONTRACT4GT-00014-IC FY09_RECONST OESIGN_OC8A_REV0L000 Page 8 of 10 Motor Vehicle Liability and Property Damage Insurance Per Person Per Accident (1) Bodily Injury $250,000.00 $500,000.00 (2) Property Damage $100,000.00 Workers' Compensation insurance as required by Chapter 85, Code of Iowa. Professional liability coverage minimum: $1,000,000.00. 3. Professional Coverage The Consultant agrees at all times material to this Agreement to have and maintain professional liability insurance covering the Consultant's liability for the Consultant's negligent acts, errors and omissions to the City in the sum of$1,000,000. 4. All provisions of the Agreement shall be reconciled in accordance with the generally accepted standards of the Engineering Profession. 5. It is further agreed that there are no other considerations or monies contingent upon or resulting from the execution of this Agreement, that it is the entire Agreement, and that no other monies or considerations have been solicited. FOR THE CITY FOR THE CONSULTANT .o By: A' 44n. By: atua�/oG . 4L7.- Matthew .Matthew J. Hayek Title: Mayor Title: /1%ccr/ Date: August 21, 2012 Date: 3/13/H` ATTEST: 7k62-1. .4cJ ,4 . kaAit� City-Clerk Approved By 61- AAL, ,. 4-44_ City Attorney's Office \'1RGCRNASIDATAI20100062.041DESIGINCONTRACTWGT-060112.C_FY09_RECONST_OESIGN OC&A_REVOI.DOC Page 9 of 10 ATTACHMENT A I-t t HRGreen HR GREEN, INC. Billing Rate Schedule Effective January 1, 2012 Professional Services Billing Rate Range Principal $185 - $230 Senior Professional $150 -$200 Professional $110 - $160 Junior Professional $80 - $115 Senior Technician $80 - $110 Technician $50 - $85 Senior Field Personnel $100 -$150 Field Personnel $70 -$105 Junior Field Personnel $50 -$80 1 Person w/GPS or Robotic Equipment $105 2 Person Crew w/GPS or Robotic Equipment $155 Administrative Coordinator $35 -$100 Administrative $40 - $80 Corporate Admin $55 -$90 Reimbursable Expenses 1. All materials and supplies used in the performance of work on this project will be billed at cost plus 10%. 2. Auto mileage will be reimbursed per the standard mileage reimbursement rate established by the Internal Revenue Service. Survey and construction vehicle mileage will be reimbursed on the basis of$0.85 per mile. 3. Charges for sub-consultants will be billed at their invoice cost plus 15%. 4. A rate of$6.00 will be charged per HR Green labor hour for a technology and communication fee. 5. All other direct expenses will be invoiced at cost plus 10%. RNRGCRNASDATA@0100062.0EIDESIGN1CONTRACTAGT-080112-IC FY09 RECONST DESIGN OCSA-REV0I.DOC Page 10 of 10 FY09 CELL RECONSTRUCTION •..„ . • -- .-, r- •,IOWA CITY LANDFILL AND RECYCLING CENTS - ' : Z: r9 IOWA CITY, IOWA 0V�4 c'1�" (.,..,,•, 2013 SHEET INDEX LOCATION M A P 1 INDEX AND COVER SHEET 2 LEGEND & ESTIMATED PROJECT OUANTTTIES i c------- i I I �. �` D ^�L 1/ 3 EXISTING SITE CONDITIONS 1 r {I l( - / 4 FINAL GRADING PLAN J C J ) ,—. 5 INITIAL WASTE FILL PLAN SA 340TH ST 340 / 6 LEACHATE PIPING PLAN 0.0 � ) 7 GROUNDWATER PIPING PLAN �� J_ 8 PIPING & STRUCTURE SCHEDULE ( 'c 9 STABILIZATION PLAN _ Q 10 DETAILS > �+ • ` 11 DETAILS .�� T `� 12 DETAILS N Q z T 13 DETAILS Y • 655 I H iSi. 14 DETAILS 0TH ST > 360T ST \\ i 6'1'** -.N."\L-- . �j w 4 z > > w" O ›— > v / Va1 Q o 4 / 4 NEUZIL RD �� P'OJECT LOCATION J _ r Q '•� IWV RD �— > IWV RD F46 w - -____.------1 BOTH ST �� Or ` J — \411110 I hereby certify that this engineering document was prepared by me La or under my direct personal supervision and that I ore o duly licensed / 0ce Professional Engineer under the lows of the State of Iowa. 'ct LA > • > w t e��E Q w 11/28/12 w Q— ! J D J JON E ci% JON E. SCHARF ' '�'L V DATE M5, \--) O•II, t W SCHAFF Dcense Number: 11786 I— `l 11788 My license renewal date is DECEMBER 31, 2013 Q III :� Y II I Pages or sheets covered by this seal: r SHEETS 1-14 ° IOWA 4 LOCATION MAP SCALE 0 0.5 1.0 2.0 I Miles DRAWN 81': JJC JOB DATE: 2013 NO. DATE BY REVISION DESCRIP11ON FY09 CELL RECONSTRUCTION SHEET NO. APPROVED: JES JOB NUMBER: 20100062.04 1 X8/12 JES ISSUED FOR REGULATORY REVIEW 1—HM:.? � HRGreen.com DATE 11/28/2012 11:40:06 AM IOWA CfIY LANDFILL AND RECYCLING CENTER INDEX AND COVER SHEET 1 CAD FILE: 0:\20100062\CAD\Owg_FY09_Recon_2013\G\01—INDEX—COVER.dwg HRGreen IOWA CITY. IOWA LEGEND ESTIMATED PROJECT QUANTITIES 4-MW-77A EXISTINGLL MONITORING WE105D EXISTING MAJOR CONTOUR _ ITEM NO. ITEM UNIT ESTIMATED AS-BUILT Ls CP /99 EXISTING CONCRETE MONUMENT - -1049-----.. EXISTING MINOR CONTOUR O EXISTING MANHOLE - - - — - - — - - — - - - •• - 1 Mobilization and General Project Administration LS 1 EXISTING PERMANENT EASEMENT .- . _ 2 Site Safety Plan Implementation LS 1 ° EXISTING CLEANOUT EXISTING GRAVEL SURFACE 3 Fire Debris/Garbage/Unsuitable Soil Excavation CY 8,800 • PROPOSED MANHOLE - - - - EXISTING CELL BOUNDARIES 4 Excavation CY 20,30E • P-••. 2 CLEANOUT - - EXISTING PROPERTY UNE 5 Borrow CY 12,900 CD LEACHA • •PE -----oHE DUSTING OVERHEAD ELECTRIC 6 Drainage Sand CY 700 7 Compacted Clay Liner Cy r r -0 LEACHATE ` • - - EXISTING LEACHATE PIPE ' Q....-....01 LEACHATE MANHOLE D EXISTING GROUNDWATER PIPE 8 HDPE 60-mil Geomembrane(smooth) SF 173,700 9 HDPE 60-mil Geomembrane(textured) - 89,000 LEACHATE PIEZOMETER SAN EXISTING SANITARY PIPE �� 10 Geonet/Geolextile Composite SF 247,000 �+-DO GROUNDWATER PIPE .. ......_................-......-... EXISTING LETDOWN 11 Geotextile SY 3,900 OR- GROUNDWATER STRUCTURES ST EXISTING CULVERT 12 Coarse Drainage Stone(Source:On-Site * •'le) CY 1,350 STORM SEWER PIPE - - 1041 PROPOSED MINOR CONTOUR 13 Coarse Drainage Stone(Source' •mished by Contractor) CY 4,530 S0 STORM SEWER STRUCTURES 1045 PROPOSED MAJOR CONTOUR 14 Tire Derived Aggregat= •(Arce:On-Site Stockpile) CY 5,760 C-3/ LETDOWN PIPE PROPOSED UNER UMITS 15 Tire Derived:_.regale(Source:furnished by Contractor) CY 2,320 LETDOWN STRUCTURES • 16 HDP •ipe,SDR-17,4"Dia.,Perforated LF 20 • PROPOSED APPLIED TERRACE 17 HDPE Pipe,SDR-17,4"Dia.,Solid LF 355 1.'1'.'.;::::•1 GRAVEL SURFACING Q..E-- imicemmg= c PROPOSED STORM SEWER PIPE nein8 HOPE Pipe,SDR-17,6"Dia.,Perforated LF 841 102��0 RIP RAP - - •-.POSED LEACHATE PIPE 19 HDPE Pipe,SDR-17,6"Dia.,Solid LF 216 0 D PROPO :* GROUNDWATER PIPE20 HDPE Pipe,SDR-17,8"Dia.Perforated LF 10 PROPOSED :* 21 HDPE Pipe,SDR-17,8"Da.Solid LF 10 0 PROPOSED SILT a •- 22 HDPE Pipe,SDR-17,10"Dia,Perforated LF 506 23 PVC Pipe,SDR-35,4"Dia,Perforated LF 134 24 PVC Pipe,SOR-35,6"Dia,Perforated LF 1,496 25 PVC Pipe,SDR-35,6"Dia,Solid LF 30 26 LP-1/Secondary Sump Riser,16"Dia.,HDPE Fabricated LS 1 Structure 27 HOPE Pipe Penetration Structure LS 1 28 Leachate/Groundwater Head Level Monitoring System LS 1 29 Cleanout and Riser Access Covers EA 3 30 Rip Rap-Class E Revetment CY 20 31 Waste Relocation and Placement CY 77,700 32 Storm Water Permit and Compliance LS 1 33 Silt Fence LF 1,700 34 Cleanout of Sill Fence LF 1,700 Silt Fence Removal LE 1,700 36 Erosion Control Lining SY 900 37 -bilization Seeding AC 1 38 Stabil . on Mulching AC 1 39 Seeding l Fe ' ing/Mulching AC 21.3 40 Surveying LS 1 DRAWN BY: JJc JOB DATE: 2013 NO. DATE BY REVISION DESCFIIPTION FY09 CELL RECONSTRUCTION SHEET No. APPROVED: JES JOB NUMBER: 20100062.04 1 11/713/12 JES ISSUED FOR REGIHATORY REVIEW Hp' HRGreen.com c D DATE: 11/28/2012 12:16:47 PM IOWA CITY LANDFILL AND RECYCLING CENTER LEGEND & ESTIMATED PROJECT QUANTITIES 2 GAD FILE: 0:\20100062\CAD\Drg_FY09_Recon_2013\G\02-LEGE ND-ONTY.drg HRGreen IOWA CITY, IOWA /\ \ _ ' . .; • /,/ _ - pE....... INE MW-.170 v.... \ y ;`♦ �-� 0 200• 400' \ -./' \ \y` / r • 1 '/ / \ _. / -/ \/; • \\., _ /...:;.;,.;';'` 1•;11. /. , \ I941�: # r• N.O IOiINAL-LF CONTROL`-- / ti1W 3O3A - 1, TOPOGRAPHIC MAP BASED ON 2008 AERULL SURVEY - ` \ o. 'r :/ `... .._ - l WITH PORTIONS UPDATED BY CITE ON MARCH 4. '., ; • r';' ` :•,� ,• "_ , '.\ ` /, ' / / _ .... 1•!/. / , , 2011 AND OCTOBER 6, 2011. FY09 CONSTRUCTION ,/ / -�( _._,..._...� - .- { /" •' ' -2OdA /. / / z E1 / .1 AREA WAS UPDATED BY CONNOLLY CONSTRUCTION ON `. .T' it r "326" / / ;, DECEMBER 21, 2011 AND AGAIN BY CITY ON JUNE `, ; - ", ,T, / _, / / T 19 2012 ;,; ,1 1 / �/ / '/' p > j Y;, f I 2. CONTOURS IN FIRE DAMAGED (NORTH) PORTION OF - ` II PROlb' -' '''// s.: =34 : 1i "' .* 1 ♦ -/ / •X CELL FY09 APPROXIMATE TOP OF CLAY LINER DESIGN .' . - .._.._ /<`' > " W_• d.-r / .,,."4"' -..t.r..'° I�:Y 18Dk � ,, - Etroit IN y..Y Q1 t�`_ .i ♦♦� i % , /%/ ; .. ....ie 233, �r 'w' �t)�•AMrir:148 M.N'-12✓' f = CONTOURS. THE MAJORITY OF THE FIRE DEBRIS WAS .� . i .::'` - / / \ \•-.';:f.-::'\:::\ ‘ - A'iii/ ... .' i .•JOHNSOW_CO_ _ •< ._,.....r` - 1.E3 ("'.... ; REMOVED IN 2012, - 3. MAPPING DATUM: NA083 IOWA STATE PLANE, \ `- i •.' ' , !// �i /< \ ` ♦ Y: E o zoNrAL NAwaa, vERTIcaL -'+ :.. . `i, •-,,. / 7 4. CONSTRUCTION WILL OCCUR NEAR EXISTING 345,000 • -•„ / ,;; .:;:; \' - p, `A �� '` 05A g VOLT OVERHEAD ELECTRIC LINE EASEMENT. THESE 0\ ._. \.♦ ---� •. ELECTRIC ONES ARE ENERGIZED AND ACCIDENTAL -ti• `•--- % •• ( -� „ CONTACT CAN CAUSE SERIOUS INJURY OR EVEN _../ �� \ . r " : a \,-, r• DEATH. MAINTAIN PROPER SAFETY CLEARANCE AT +•: A4Y..o• ` . F„,. 1 ALL TIMES. COORDINATE WITH MIDAMERICAN ENERGY "-- {� {+� I 31'A' COMPANY. DAVENPORT. a (563) 333-8186. = i : '♦ ....:\ ''\ a -> �•'` \ i s x ♦~ ., \ � $TING C i` 5. NOTIFY UTILITIES COMPANIES 72 HOURS PRIOR .\ ♦ `` ,aY\�32A :,,i - -- •"v '• • :. }• ,` .'. �� / `. '� `: ..... _..._._ gyp 1 $ WORK. VERIFY LOCATION OF ALL EXISTING IfOLR1ES. � \ ; � .. �.\ ,,.\• - i,•'-'4:2,:',.,,7:::::: :'7,•,7,,,,,,,,f7,� : " `♦• J .IOWA ONE CALL 1-800-292-8989. \ '♦ �'/�% y S.,.:.:• . \. '. \ I 1 ,ii �r W-306A ri. i \ i//fr'/ \ --r- 6. PROTECT ALL MONITORING WELLS AND OTHER -��... `- \ < ....` -. - .' '" y� ti a ;- ' EXISTING STRUCTURES FROM DAMAGE DURING \ \ • `, $09 • CONSTRUCTION ACTNITIES. - r y ��. _ - � .. N+ 3O9A -. .- •a \+. "t ? 1v‘�:` rt'�! `y A - ASTE SOURCE AREA.FOR r \ k' ` FY09 INmAL WASTE LIFT 1 tzW 70 x CONTROL POINT TABLE -.� / / ‘‘....!......A.,-. .3, / + { ;. $2 POINT # NORTHING FASTING ELEVATION 'r'"5- .�� t• : _ x�� ,:Y'g: 1 609364.93 2154563.98 775.75 / '.-- ,`: v _ 2 609294.55 2149311.75 761.02 `� \ te . 9. , - ( i I j _ � 3 604070.69 - - ` . 2149434.74 775.25 �":- ♦. '.. \. -moi,, 1 4 604393.76 2154434.91 702.02 ISI A ~���. I ,i.l h /' mem f II 22 604050.57 2153260.02 754.28 4 24 607123.11 2153275.79 755.20 '\ z�` F, _ ---- ` i,t ! ._, , . _ ., i • 8 232 609214.35 2152009.06 774.51 .,...._ .s,,,_, :, ..p„,"' ,. , _ _ \ 233 606706.33 2152457.25 779.95 / < - TION^ 111 r S • # FOR SPECIFICS ABOUT LOCATION AND �,'....+ :•,..._ - - i - +a •_�\, i .t a y f� a �, TYPE OF LAND SURVEY CONTROL -- `+b:'.t \ \ \ a , :a MONUMENTS. PLEASE CONTACT '��. -.. .. • s a ENGINEER. ,.,7,. .. - A A ;v�}. ---__ x i B s \ "" . ' ', ., ,i.,,.1 ;1.1,1:,...,...1.1:44::: r -'" .. + _ - 1 .tel 0 /� I • / / • \. E%IS11NG COARSEi s. - `ii -� \.. ¢* p-., \ ,` ..:, .. :U,TR AItJAGE STONE I -s.. 1 E ;C: t ; i • t p \ - .y -2 - .,...•.,..,..-!-,' ,.._,.. - ' • • 1 , 0 p ♦ ,�XIY+ .21$9:. i .,. dNTROL ," a o DRAWN BY: JPC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION j, APPROVED: JES JOB NUMBER: 20100062.04 1 11/26/12 JES ISSUED FOR REGULATORY REVIEW __ II DFY09 CELL RECONSTRUCTION SHEET NO. x CAD DATE: 11/12/2012 10:55:46 AM ID---`1 0HRGreen.CAm IOWA CITY LANDFILL AND RECYCLING CENTER 3 CAD FILE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\03_EXISTING-TOPO.dw9 HRGreen IOWA CITY, IOWA EXISTING SITE CONDITIONS K. .-„r } /Jj , r-_.._„..,..,,�, _. _� ;,�,�1.. `�,POIM A ._ ,..,.. ” TIE_,IN NEW C UNER .. _ __. __ __...... ... ,✓ ) .....,"...� y EXISTING-CLAY UNER. SEE CLAY----.... __ __.---- - -- . .- \ \".', r `•, / / ,�.._.,_...,.. J i ,,,,�"' - LINER CONNE DETAIL .. u. .. ... `� 1. / ; ` . {POINT A 70 POINT h • .. _._. z - • 18 RIPRAP W/GEOTEJRILE " .-.._._----..-...4.-- .__....- .— .� _ _ ... \�\ (12'x30') , I ... .� • ;�♦ ♦ NOTES -: ,"....,�, : / -, • 1' O "Q1 � • 1. ELEVATIONS SHOWN WITHIN LINER UNITSYU INDICATE -\ PROPOSED NEW LINER UNITSIr •DINT F _�._... �,-u ~ �"•` ;'''' j I PROPOSED TOP OF COMPACTED CLAY LINER. 1 1 I ° .EIS '1 4 2. REMOVE ALL FIRE DEBRIS AND OTHER UNSUITABLE MATERIAL �' "" -,_,,..- ►, `i WITHIN THE CONSTRUCTION AREA. THIS MATERIAL SHALL BE �� ' ' i' �......_..._...._.....__.•� STOCKPILED IN CELL FY09 SOUTH OF THE RECONSTRUCTION _ ( -.. • s AREA OR AS DIRECTED BY ENGINEER. ; „,-.- 3. PROPERLY MANAGE LEACHATE FOR DURATION OF PROJECT \, - , I IN ACCORDANCE WITH SPECIFICATIONS. `1., \ - s ,, tt EDGE F OCKPILE LOCATIONIS PROP • STOCK i \ E / TIE IN NEIN COMPOSITE LINER TO EXISTING. \ / \ ■ SEE COMPOSITE UNER CONNECTION DETAIL \ ■. (POINT E TO POINT F) = - _� , KEY NOTES: ■ ' ACCESS RAMP !. • � ,/r j \� ♦♦` 40 OVER BERM 4 \ 1,/ i - o O1 WITHIN TRENCH AND SUMP DESIGNATED AREA, REPLACE Q i1ttt ENTIRE 4—FOOT THICKNESS OF CLAY UNER AND 6—INCH 1 i / ,i Y/ / THICKNESS OF GRANULAR DRAINAGE LAYER. SEE TYPICAL / / /LINER SECTION DETAIL AND CELL SEPARATION HEADER ' ' ,•-/•••• ' TRENCH DETAIL Illir { ?�J 7 SEE CELL SEPARA • DETAIL 1. ,:_,:, \ E. O2 FOR PORTIONS OF CELL RECONSTRUCTION AREA OUTSIDE (POINT A TO POINT B) 1 OF DESIGNATED TRENCH AND SUMP AREA, REPLACE UPPER - ' • °' PORTION OF THE CLAY UNER FROM TOP-OF-LINER DESIGN SEE TYPICAL LINER GRADE TO AN ELEVATION OF DESIGN GRADE MINUS 2 FEET. SECTION DETAIL PROTECT GRANULAR DRAINAGE LAYER AND GROUNDWATER - ,. ..^"/ " • PIPING LEFT IN PLACE. DO NOT DISTURB EXISTING CLAY LINER BELOW 2 FT DESIGNATED REPLACEMENT UNER. SEE \ QQ % g • LEACHATE COLLECTION TRENCH DETAIL. I O3 BENEATH THE FORMER TRENCH OUTSIDE (NORTH) OF THE '- \ f•• " CCELL RECONSTRUCTION AREA. REPLACE 6-INCH GRANULAR - --_.' DRAINAGE LAYER. BACKFILL TO PROPOSED DESIGN GRADES ‘\ I �. .%' •DINT E �` -•' WITH COMPACTED CLAY. t Y C) CONSTRUCT SOIL ACCESS RAMPS OVER CELL SEPARATION - -. - I I I ` ' BERM TO ALLOW ACCESS BY LANDFILL EQUIPMENT. 30 FT II I _ - •`.,?°,, NIDE, NOT TO EXCEED 10% SLOPE. a; 0 I S t / x 3 \ 1 ACCESS RAMP i , :::::,:,,,,,,,,::::::,:::iiie".:,,i,,,,,,,,,,,,,,' OVER BERM® . /' ::: c.I \ '' I SEE ANCHOR TR AIL. jj • I ' \\ POINT Bil ;000."." O r' r :,p33INT" , ////.!., / FlNAL� E DITCH a 13�, r - A TO STRUCTION Af3FdG.._,do 1 .' a SEE CELL SEPARATION HEADER TRENCH DETAIL 0 (POINT e TO POINT C).„.., .' , 0 ........-- - , ,/. ,•:-„..--,.',,, ,,.•• • , . . ii i i . ,... t \ 1 „-, , '.1 e ✓, i3.,,i, ,- :� d , \ 7 ' 1 ,tti • , ,,,,, -,„...f.:-. . -..40..):0 - ,,,0 ) // / 1 ,2::,,,--- 7/-------:( .:.: .,,,, '. ,,,,,-'..„,,..'_,,/.,'", /--'' : // , /1 , _ . ,r ) :e ; r .. f iE. ` 6 DRAWN BY: JPC JOB DATE 2013 NO. DATE BY REVISION DESCRIPTION T APPROVED: JES JOB NUMBER: 20100062.04 1 11/28/12 JES ISSUED FOR REGULATORY REVIEW FY09 CELL RECONSTRUCTION SHEET NO. GAD DA,E 11/28/2012 lo:o9s9 AM lip-' � HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 4 FINAL GRADING PLAN • CAD FILE: 0:\20100062\CAD\Dwg_FY09_Recon_ \C\ 201304_GRADING-PLAN.dwg HRGreen IOWA CITY, IOWA x .......... ... _..........______.„...... lr .:*-2-----"--^,....,..,,...,____J- 'to .... 1::::::::::::::::::::: „.,,✓:•.�. --.. flr.�. _ _ �...�, •..�•. �M1 _ • oTFS• / ,-_'._...../ _... ' ... ..�. ._..._ _. _..._ _._._. ._._. - ._�, ✓— c N , 571 t ' •,.__ 1. COVER LEACHATE COLLECTION LAYER WITH LANDFILL WASTE _� -.`� '� f --,-`�.�4 _ --._._.__ ---- _...— ...... .. ... _•� ^�'.•`,_ r -4. �.,, # MINED FROM SPECIFIED WASTE SOURCE AREA THE BOTTOM �.-.._-._....._.._,.. .- ; ; = r, \ti �•� �--\. ,{ • :::1.. • 5 FEET SHALL BE SELECT WASTE. NON-SELECT WASTE _..�...... ~�. ',, '• ill ` ... ...... � \ \\�` �l. .F '.- 44 MAY BE USED ABOVE THE SELECT WASTE LAYER TO REACH111111- ` — 'G '�f PROPOSED WASTE GRADES. THE AMOUNT OF SOIL OR I ! r + ��\� � "�`..~ ,,r' ��\�• �$r -�I. •; ” % f'; OTHER OBJECTIONABLE MATERIAL SHALL BE MINIMIZED TO I% *-.-y `' �• '"" THE EXTENT PRACTICAL AS DETERMINED BY ENGINEER. ! �`�. ( i />j.J-._� ". f .... 2. DESIGN ELEVATIONS SHOWN ON DRAWING INDICATE TOP OF ; �""'�.. ; I`, `'�i ''_' - `'/ � _.,. ._ WASTE t • /i ....... — i 3. HAUL ROADS MAY BE CONSTRUCTED ON WASTE GREATER 1 ` . - - THAN 5 FT THICK TO FACILITATE INSTALLATION. IF •• REQUIRED, HAUL ROADS SHALL BE CONSTRUCTED USING / \ I SOIL/FIRE DEBRIS MIXTURE REMOVED AND STOCKPILED AS l �� APPRO%IMATE BOUNDARY OF PART OF THIS PROJECT, •...., ./ `.� l _ `. - WASTE PLACEMENT • .f R° ,' ' //,' it \ • a I . I a I : ' 0 T ' f Y _ , �� r `\ _ t * ''' ,r'r,l ,''..,-.`,/,,'"i •, ../1'"..:7"'''f; /' r'' o .. r / . ..::,,,-;„,- „,,-„,-,,.. ,„,-,,,.- .1. ,,,:',,,\".',/,,,, ,:i'i ://:,/,'::,:•:-.;,':,'"';--11'.11 /',,, ,,,, / i ter., ",--'',.--"' /,-.7/ / ,/ +: i '' '' .', , ,„.. , 7:7 G I "r' M'''' r',r r ,, Of ,, / J I "� jl' / • rr .i`,.:,r,,,, r'''r'',., " ',•`',',.::',:::-'1::''''', r, rr, �,,/,�r' //, f /' J`l - •r,,,., ,fr " ,,,rr r r%' ,/�r .`' ,: r,r,.ri ;„ / /`t'"/1, C}'). ,,/ /f / ;j \` r - f g 'r;, ;, r✓rr yr ,.; / r f.. N / �,' \ j c ' f,' ,--------;->,"---•-------,-;;;-",-'r -:••-',----,•,5--„-,:-.:::-.•••"",.---,-,:---5:---,":1:;-/- 'r rr,'rr,'r'•" .r ,r'''r ,"'r ' l '' ' / i' w / , ' �" _ ! fi j.� „ ,,,r ,rrr f,,f'f r•,.r i r'/ //.,-*.m.----2 // /' / •/' /. f-` ' r X , ; 1 / f .. _ , : , , ///, ' ' = DRAWN BY: JPC JOB DATE 2013 NO. DATE BY REVISION DESCRIPTION r APPROVED•. JES JOB NUMBE(t 20100062.04 1 11/28/12 JES ISSUED FOR REGULATORY REVIEW -, FY09 CELL RECONSTRUCTION SHEET NO. x CAD GATE 11/2/2012 8:06:28 AM ID ' HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 5 CAD FILE: 0:\20100062\CAD\Owg_FY09_Recon 2013\C\05_WASTE FILL PLAN.dwg HRGreen IOWA CITY, IOWA INITIAL WASTE FILL PLAN :ar „ -•�.. _t- Ii _ (I) 11 ,--- • i 1 11 '— �i t 0 se ice v I ~ 0 LEACHATE PIPING NOTES: _."/ �,".._,..,•,_, -. ...................._.... ............._....___-'.._ "'Y _•t .... ~.,�`....�.�` - I 1. REFER 70 PIPING AND STRUCTURE SCHEDULE SHEET FOR i '".-=:,`� r 1r ' •~�.,�` ~.. _ ' ` " � � 013 , - "<1- •—I t J i ._ 'i{ `--.___.__i..._....__....__.. -1111111/41B-Is f I !—— "'-.,, \. �� '• r - 19 '_Q 2. PRIOR TO CONSTRUCTION, VERIFY ELEVATIONS OF EXISTING ( ` ' ~�`'-^•,,.� t % J t Q •', �\\>'` `'`�_ -i. -i � L�II_ F PIPING AT LOCATIONS OF CONNECTION TO PROPOSED I I -.`I.__. 0 . /� ;/. + „r'' %- - CI , 0',,' I PIPING. I � +Ii r ` P I /may L_...._....._....__........_.t-- • 3. PROPERLY MANAGE LEACHATE FOR DURATION OF PROJECT IN ACCORDANCE WfTN SPECIFICATIONS. % i I , II I ti PLAN NOTES: / �,` ` •+�s.,,. - r ".-, Y. Oj REMOVE EXISTING PIPE PENETRATION STRUCTURE AND I I JJ. { --.---¢- \at•- -L 1 oREPLACE WITH NEW, SEE HOPE PIPE PENETRATION i ' ! I i DETAILS. i / _..... E O2 FOR GENERAL PIPE CONFIGURATION, REFER TO LEACHATE ,' I - i \ COLLECTION SUMP LAYOUT. € 1 ' %. /' Q3 REMOVE TEMPORARY HDPE PIPE FROM EXISTING LEACHATE ` :i , ,,,/' i% r '? LATERAL (AT CELL BOUNDARY) TO LEACHATE HEADER ti // /,f / i Irr LOCATED BENEATH FY09 UNER. REPLACE EXISTING TEE i - ¢ / - „...ii--- LOCATED SECTIONS AT LEACHATE HEADER WITH 8" DIA HOPE \ { / - /� "�•"" r E SDR-17 SOUD PIPE AND CONNECT WTTH MECHANICAL / 1 JOINTS. 1 S. ` , I r \ oE. O4 PROVIDE MINIMUM 3 FT SOIL COVER (MINIMUM) OVER �", i rrrrrr `\ ■ TEMPORARY HDPE PIPE THAT CONNECTS LEACHATE / r ? \ LATERAL TO LEACHATE HEADER LOCATED BENEATH FY09 1 !1 , -- r \ ,'_' \ �� UNER. x K-L-6� ,j[ r OS CUT AND REMOVE PORTION OF EXISTING LEACHATE I I r. �\.\ I r'� ---N-..._,-"' r r r L CLEANOUT PIPE AND RISER ACCESS COVER LOCATED IN ,•'"` \ 'E.'.'oAREA OF UNER RECONSTRUCTION. TEMPORARILY CAP PIPE /,- N /1- . 1 _ /• �..i :...-•- , rr \ - _ „ '' LEFT IN PLACE. REPLACE CLEANOUT PIPE AND RISER \r I I. ; 9 ACCESS COVER FOLLOWING UNER RECONSTRUCTION. 1 ' j `\ �.r'r -�,J "'/'<.•,'�'f! © REMOVE EXISTING PIPE ) _. I ' I • y `- r '' (L-11 L-27 ANO L-28 REPLACE t \ r r rr' �,f o WITH NEW FOLLOWING UNER RECONSTRUCTION. I ' I�T` j y ,nr\r ,/! '" ,'r'!! _ '� ,„,,•,'.1 11 1, rr 4�_i' r S' ' • Y • { r,"r r r ••--":- r, -„ro raj,,-, /,! ' f ,-->-",--/,'' ,,',. 1 �� 44y r-__< e ,;,5` '1.,'� \., i''',':,',- .' x. � ;/„',,,,,,,.//'/ /t' / L{7,- /-',--:•:,-'5•''''„--5--",;•'•;:,---' „t Sir - T Ilr�y ,,',-,•,',',” ''/ 'JT' : ,, i \ L 8 ,el ii d+' _../ 1 r a rr: ,,,:,-;--;.5":',-,,'" , r�r, %' r" ` f •; I \ ifh. % /'j l i. iJ y r �; r!/r, r / C\I // S ; a° r „,-,...c,---:,--„---r '' ''•'. `''",-- fir; 1,-'// 1- f f / 1 , ,r ,r, frr 'r,•,r, , i ,{ •'!' ,.'T f ',/ / / J // _�1 i( i EJ ,,r '' :-'„,.::::::!'-'',,,,T,,',5-;','',:::::, 2=''' '',•-•"2 r •" /” ..� /''r / / / i ,..� F' i• "-,''r`' J,."' '" "lam ,"' '•'� !/! / / �" \ \ /• / / /:..,,,,,,,-i'. r I -.7.-------- a DRAWN BY: JPC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION FY09 CELL RECONSTRUCTION SHEET N0. ,12 APPROVED: JES JOB NUMBER: 20100062.04 1 11/29/12 JES ISSUED FOR REGULATORY REVIEW x CAD PATE; 11/28/2012 11:38:36 AM HRGreen-com IOWA CITY LANDFILL AND RECYCUNG CENTER 6 CAD FILE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\06_LEACHATE PIPING PLAN.ds- HRGreen IOWA CITY, IOWA LEACHATE PIPING PLAN • tr^ (0 / E – r,. o t 0 sp' too' • ! y _ _ – .,— I p _ N . 1 0 .p ,, \ —�� • p • • t GROUNDWATER PIPING NOTES: �..__. ,,._.,� j p^•+� `e- i t S•s .=` �._. ._—....... ti r � r •ti. • r 1.REFER TO PIPING AND STRUCTURE SCHEDULE SHEET FOR -– -'-' rill inliFilli – l':1:,(7. , PIPE COORDINATES, GRADES AND INVERT ELEVATIONS. ` • -AIN- ��J1."'/ �' � _ : �� ryyf3E li o pa Trio t n ,.r` ...+ � 1ICI f 2.REMOVE EXISTING PIPE AND REPLACE WITH NEW. _��� ! 1 `•�' t � ,- '' E a PIAN NOTES: �\ �^`•`_. -� ,� ■ / .._• 'r__.--'' • z. Qt EXTEND DRAIN PIPES TO 2 FT ABOVE FINISH GRADE USING I - "�..�,p A``'. t , I �, i, (2) 45' BENDS AND 6- DLA. NON–PERF PVC PIPE. �-, r �� r _ ;,. ' PROVIDE SUP CAPS FOR END OF PIPES. MARK LOCATION \� ;,' _ ▪ - % +:� ! OF EACH CLEANOUT USING 6 FT METAL FENCE POST WITH `N --_, ' '`�.,�_ _ f ORANGE SAFETY FLAGS. ` �. y X 1 , , o - , m ; \ v , l i t `,0 o ^�,... I , i , s , c L1:121:4-----45}:„..,...,,, ------ i , r 3 / / '`- (�(� , v I i a \` a / 4 n IIIIMII1 SI II =Qd u. :,66_;,--,-,-, f ig.,_.. ,/i i \`,,, : , 0 I • r • " r ! // r a , Om. • 3 ( / / --"••-V--"'r,---.:--;:••--,-,"---" „--,::::6>,5,-� "'r r r, / �i r/ / 2 i' / / . i �' / 1 • r' ,.' ! I; / c,SPIPE CLEANOUTS 0 I �--1� ,r� r r,i F, ' / /'` / S :%I" 0 • " •r✓' „'". ,r',,,r` rr _ //, f ' / i t %' •�,' r r r1 ';. 'r x r '' ' ✓r O rI /•' / /,// ,� • i ,,,r/ / r '' r^ rr y;r ,- 'r 5 / : ,, I �• � i j r. /,' ;.'`:' ,r` '!✓'.,•'',,,r �r''�2'r / /' j I r f% ,t t %, r' ;r'':%f' „ rr r ." y............. \ >' j „ r y rr , , f ,/ r DRAWN BY: JPC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION FY09 CELL RECONSTRUCTION SHEET NO. APPROVED: KS JOB NUMBER: 20100062.04 1 11/28/12 JES ISSUED FOR REGULATORY REVIEW �i�a HRGreen.com7 x GAD DATE: 11/28/2012 10:27:54 MA IOWA CITY LANDFILL AND RECYCUNG CENTER GROUNDWATER PIPING PLAN CAD ALE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\07_GROUNDWATER–PIPING.dw7 HRGreen IOWA CITY, IOWA LIST OF LEACHATE PIPING LIST OF GROUNWATER PIPING PIPE NO LOCATION CLASS PIPE DIA LENGTH SLOPE FLOWLINES NOTES PIPE NO LOCATION CLASS PIPE DIA LENGTH SLOPE FLOWLINES NOTES FROM TO INCHES FEET % INLET EL OUTLET EL FROM TO INCHES FEET % INLET EL OUTLET EL _ L-5 L-9 HDPE 10 111 0.35 692.98 692.60 INLET:NORTH TERMINATION OF LEACHATE HEADER.HDPE CAP REQUIRED. D-2 D-3 PVC 4 23 VARIES 691.24 687.79 INLET:CONNECT TO 0-1(EXISTING)USING 22.5 DEG BEND. N=605327.25 N=605228.44 SDR 17 PERF OUTLET:CONNECT TO L-7,L-8 AND L-9 USING 10 IN X 10IN FABRICATED CROSS. OUTLET:CONNECT TO D-3 USING 6IN X 4 IN TEE.22.5 DEG BEND E=2151904.94 E=2151954.77 DETAIL:SEE LEACHATE HEADER/CLEANOUT CONNECTION DETAIL. N=605328.30 N=605227.30 SDR 35 PERF REQUIRED AT TEE.PLUG INLET END OF TEE. - L-6 L-6A HDPE 6 513 1.00 701.57 INLET:CONNECT TO EXISTING FY98 PIPING.BUTT FUSION OR MECHANICAL JOINT REQUIRED E=2151974.30 E=2151955.37 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. N=605232.91 SDR 17 PERF OUTLET:CONNECT TO LEA USING 8IN X 6 IN REDUCER. D-3 INLET:CONNECT TO D-2 USING 6 IN X 4 IN TEE.22.5 DEG BEND D-2 D-3A PVC 6 223 0.23 687.62 687.09 REQUIRED AT TEE.PLUG INLET END OF TEE. E=2152501.60 DETAIL:SEE LEACHATE HEADER/CLEANOUTCDNNECTION DETAIL. N=605227.30 N=605028.80 SDR 35 PERF OUTLET:CONNECT TO D-3A AND D-17A USING 6IN WYE. L-6A L-6 L-6B HOPE 8 5 1.00 INLET:CONNECT TO L-6 USING 8 IN X 6 IN REDUCER E=2151955.37 E=2152055.09 SDR 17 PER OUTLET:CONNECT TO L-6B USING 10 IN X 8 IN REDUCER. INLET:CON •D-5 AND D-16A USING 6 IN X 4 IN TEE. 22.5 DETAIL:SEE LEACHATE HEADER/CLEANOUT CONNECTION DETAIL O-3A D-5 D-3 PVC 6 6 1.67 687.19 687.09 DE . •I REQUIRED AT TEE. L-6B L6-A L-7 HDPE 10 5 1.00 696.38 INLET:CONNECT TO L-6A USING 10 IN X 8 I REDUCER N=605023.56 N=605028.80 SDR 35 PERF OUTLET:CONNECT TO D-3 AND D-17A USING 6 I WYE. N=605236.48 SDR 17 PERF OUTLET:CONNECT TO L-7.30 DEG BEND REQUIRED E=2152057.37 E=2152055.09 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. E=2151970.41 DETAIL:SEE LEACHATE HEADER/CLEANOUT CONNECTION DETAIL. D-4A INLET:CONNECT TO D-4(EXISTING).MECHANICAL JOINT L-6R L-9 HDPE 10 28 VARIES 696.38 •.•• .60 INLET:CONNECT TO L-6B.30 DEG BEND REQUIRED L-7D-5 PVC 4 50 1.00 693.90 693.38 REQUIRED. SDR 17 PERF OUTLET:CONNECT L-5,L-8 AND L-9 USING lO IN X 10 IN FABRICATED CROSS. 18 DEG BEND REQUIRED N=605039.09 N=605039.02 SDR 35 PERF OUTLET:CONNECT TO D-5.22.5 DEG BEND REQUIRED. E=2152143.82 E=2152093.82 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. 0 • .• EE LEACHATE HEADER/CLEANOUT CONNECTION DETAIL. L-8/ D-5 D-3A PVC 4 41 VARIES 693.38 687.36 INLET:CONNECT TO D-4A USING 22.5 DEG BEND. L-9 HDPE 6 147 VARIES 738.41 692.60 INLET:CLEAN•-• OP. OUTLET:CONNECT TO D-3A AND D-16A USING 6IN X 4 IN TEE. LC-2 OUTLET:CONNECT TO ••:ICATED lO IN X 10 IN CROSS(CONNECTING L-5,L-7 AND L-9)USING 8 IN X 6 N=605039.02 N=605023.56 SDR 35 •ERF 22.5 DEG BEND REQUIRED AT TEE. N=605166.62 SDR 17 SOLID IN AND lO IN X 8 IN REDUCE- . 8 DEG BEND REQUIRED E=2152093.82 E=2152057.37 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. E=2151829.64 DETAIL:SEE LEACHATE HEADER/CL • 0 U CONNECTION DETAIL SEE CLEANOUT AND RISER ACCESS DETAIL. D-16A D-3A PVC 6 86 1.35 688.35 687.19 INLET:CONNECT TO D-16(EXISTING)USING MECHANICAL JOINT. L-9 L-5 L-27 HDPE 10 229 0.35 692.60 691.80 INLET:CONNECT TO L-7,L-8 AND L-9 USING 10 ,10 IN FABRICATED CROSS. OUTLET:CONNECT TO D-5 AND D-3A USING 6 IN X 4 IN TEE. N=605026.91 SDR 17 PERF OUTLET:CONNECT TO L-11,L-27 AND L-28 USING 10 .10 IN FABRICATED CROSS. N=604944.81 •=605023.56 SDR 35 PERF 22.5 DEG BEND REQUIRED AT TEE. E=2152064.74 DETAIL:SEE LEACHATE HEADER/LINER PENETRATION CONN r ION DETAILS AND SEE LEACHATE E=2152 7 E=2152057.37 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. HEADER/CLEANOUT CONNECTION DETAIL. O-17A D-3 PVC 6 10 0.00 687.09 687.09 INLET:CONNECT TO D-3 AND D-3A USING 6IN WYE. - L-10 L-10A HDPE 6 328 0.90 703.08 INLET:CONNECT TO EXISTING FY98 PIPING.BUTT FUSION OR MECHA• •L JOINT REQUIRED OUTLET:CONNECT TO D-17(EXISTING)USING MECHANICAL N=605028.80 N=605018.80 SDR 35 SOLID JOINT. N=605031.77 SDR 17 PERF OUTLET:CONNECT TO L-10A USING 8 IN X 6 IN REDUCER. E=2152055.09 E=2152055.22 E=2152470.67 DETAIL:SEE LEACHATE HEADER/LINER PENETRATION CONNECTION DETAILS D-19 INLET:INSTALL PIPE CLEANOUT USING TWO 45 DEG BENDS. L-10A L-10 L-10B HDPE 8 5 0.90 INLET:CONNECT TO L-10 USING 8IN X 6 IN REDUCER. D-22 PVC 6 149 0.30 688.56 688.10 PROVIDE SLIP CAP.CLEANOUT INCLUDED IN LENGTH. SDR 17 PERF OUTLET:CONNECT TO L-lOB USING 10 IN X 8 IN REDUCER. OUTLET:CONNECT TO D-22 AND D-21 USING 6IN X 4 IN TEE. DETAIL:SEE LEACHATE HEADER/LINER PENETRATION CONNECTION DETAILS N=605552.34 N=605432.24 SDR 35 PERF 22.5 DEG BEND REQUIRED AT TEE. L-106 L-10A L-11 HDPE 10 5 0.90 699.70 INLET:CONNECT TO L-10A USING 10 X 8 REDUCER. E=2151790.90 E=2151851.28 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. N=605039.33 SDR 17 PERF OUTLET:CONNECT TO L-11.30 DEG BEND REQUIRED. D-21 D-22 PVC 4 20 VARIES 691.64 688.27 INLET:CONNECT TO D-20(EXISTING)USING 22.5 DEG BEND. OUTLET:CONNECT TO D-19 AND D-22 USING 6IN X 4 IN TEE. =2152093.97 DETAIL:SEE LEACHATE HEADER/LINER PENETRATION CONNECTION DETAI N=605439.59 N=605432.24 SDR 35 PERF 22.5 DEG BEND REQUIRED AT TEE. L-11 L-10B L-28 HDPE 10 33 VARIES 699.70 691.80 INLET:CONNECT TO L-JOB.30 DEG BEND REQUIRED. =2151868.97 E=2151851.28 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. N=605026.91 SDR 17 PERF OUTLET:CONNECT L-9,L-27 AND L-28 USING 10 IN X 10 IN FABRI : D CROSS. 18 DEG BEND REQUIRED INLET:CONNECT TO D-19 AND D-21 USING 6 IN X 4 IN TEE.22.5 E=2152064.74 DETAIL:SEE LEACHATE HEADER/LINER PENETRATION CONNE. •N DETAILS 0-22 D-1• D-23A PVC 6 450 0.22 688.10 687.09 DEG BEND REQUIRED AT TEE. L-26/ HDPE 6 69 VARIES 730.37 708.59 INLET:CLEAN OUT TOP. N=605432.24 N=605030.08 SDR 35 PERF OUTLET:CONNECT TO D-23A. 22.5 DEG BEND REQUIRED. LC-7 N=604782.02 N=604810.72 SDR 17 SOLID OUTLET:CONNECT TO EXISTING CLEANOUT PIPE. E=2151851.28 E-- 52053.33 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. E=2152042.95 E=2152101.30 DETAIL:SEE LEACHATE HEADER/CLEANOUT CO COON DETAIL SEE CLEANOUT AND RISER ACCESS D-23A D-22 PVC 6 10 0.00 687.09 687.09 INLET:CONNECT TO D-22.22.5 DEG BEND REQUIRED. DETAIL. OUTLET:CONNECT TO 0-23(EXISTING)USING MECHANICAL L-27 L-9 HDPE 10 87 1.20 693.65 691.80 INLET:CONNECT TO EXISTING FY09 LEA •TE HEADER. BUTT FUSION OR MECHANICAL JOINT REQUIRED N=605030.08 N=605020.08 SDR 35 SOLID JOINT. N=604945.03 SDR 17 PERF OUTLET:CONNECT TO L-9,L-11 AND -28 USING 10IN X 10 IN FABRICATED CROSS. E=2152053.33 E=2152053.47 INLET:INSTALL PIPE CLEANOUT USING TWO 45 DEG BENDS. E=2152092.24 DETAIL:SEE LEACHATE HEADER ER PENETRATION CONNECTION DETAILS D-25 D-26A PVC 6 582 0.25 688.55 687.09 PROVIDE SLIP CAP. CLEANOUT INCLUDED IN LENGTH. L-28 L-9 HDPE 10 8 0.50 691.84 691.80 'INLET:CONNECT TO FABRI ED 10 IN X 10 IN CROSS(CONNECTING L-9,L-11 AND L-27) N=605551.85 N=605031.85 SDR 35 • ' OUTLET:CONNECT TO D-26A. 22.5 DEG BEND REQUIRED. N=605023.75 SDR 17 PERF OUTLET:CONNECT TO •PE PIPE PENETRATION ASSEMBLY.12 IN X 10 IN REDUCER REQUIRED. E=2151789.79 E=2152051.44 E=2152058.36 DETAIL:SEE LEAC E HEADER/LINER PENETRATION CONNECTION DETAILS D-26A D-25 PVC 6 0 0.00 687.09 687.09 INLET:CONNECT TO D-25.22.5 DEG BEND REQUIRED. OUTLET:CONNECT TO D-26(EXISTING)USING MECHANICAL N=605031.85 N=605021.85 SDR 35 SOLID JOINT. E=2152051.44 E=2152051.60 LIST OF PIEZOMETERS Pipe No Location Class Pipe Dia Length Slope Flowlines Notes From To inches feet % Inlet El utlet El SEE LEACHATE PIEZOMETER LP-1 AND SECONDARY HDPE 16 143 VARIES 734 • 691.03 SUMP RISER DETAIL LP-1 N=604977.61 N=605037.33 SDR 17 hJ E=2151933.98 E=2152055.97 (---' SEE LEACHATE PIEZOMETER LP-2 AND --"" W C._7 _4: HOPE 4 199 VA' - 732.40 701.40 GROUNDWATER DP-1 DETAIL „4.-.?4.-.? " .g Y LP-2/LC-9 N=604991.65 N=605074.33 SDR 17 LENGTH INCLUDES TEE AT THE BOTTOM --• _-;� E=2151928.20 E=2152095.59 41,....10 SEE LEACHATE PIEZOMETER LP-2 AND ( >"� - ----.5 HDPE 4 6 VARIES 730.93 687.71 GROUNDWATER DP-1 DETAIL _s, DP-1/LC-10 N=604999.39 N=605061.99 SDR 17 LENGTH INCLUDES TEE AT THE BOTTOM .-<r"" E=2151911.59 E=2152036.33 + � - lL.) Ei iTi DRAWN BY: JPC _ JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION T APPROVED: JES JOB NUMBER: 20100062.04 1 11/28/12 JES ISSUED FOR REGULATORY RENEW FY09 CELL RECONSTRUCTION SHEET NO. CAD DATE: 11/28/2012 10:31:25 AM i 1_7 HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 8 CAD OLE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\08_SCHEDULES.dwg - HRGreen IOWA CITY, IOWA PIPING 8c STRUCTURE SCHEDULE x • STORM WATER POLLUTION PREVENTION PLAN IV All contractors/subcontractors shall conduct their operations in a manner that minimizes erosion and prevents sediments from leaving project limity a prime contractor shall be responsible,for camalionce and imolennnnlalan of the Pollution Prevenlan Plan{PPP for their entire contract. The responsidhty shall be further shared with sub- p Zap• Opp• contractors whose work is a source of potential pollution as defined n this PPP. 1. SITE DESCRIPTION ., \ 1 +� ) This Pdltioe Prevention Plan[PPP)s for the FY09 Cell Reconstruction Project in Iowa City, Two. \ \ , The PPP covers approximately 21. acres with an estimated 213 acres bang disturbed. t \ - •- _ The PPP is located'n on area of Type B and T BO soils. The estmated average SCS runoff curve / ,• :C / - j' 1 \ t- t / _ \ ,J �.` ,(, t number for this PPP after completion will be 1I , .. r ) ( / ,x `• / I. `�' / \_J ! % / . y:r ;/r„_/ •, �` /Ff// �( grades, to the pions for the FY09 Cell Reconstruction Project in Iowa City,Iowa for locations of typical slopes,ditch ff` 7 ' I/ i.,...----_,,,.›..,___ � / ' z ", 1 _ i 11 i :; r k �, `t ` Is: - I 1 moles,and major structural and non-structural controls. A copy of this plop 'll be on file at the project engineers `!: / / ` ,._"a /,ir' r\, F .‘`'.\\ \ \\ 1-t J 1i r office. Runoff from this cork will flow into an unnamed tributary of Old Mans Creek. //./ �/` ``\� / i• y I # i Z•• /: / , ,:�,\��i \�;\ LI/ /�/ `+ f�%/ '.. • POTENTIAL SOURCS OF POLLMON ! _ ' ' ' / ^' J !,' Site source of pollution generated os a result of this cork relate to sills and invent which may be transported ! '� % ) �`r/, !! // �"---"� \\ciV /1i1 ) ; J 1 ./` f '; _ \ " / ) //j � \ \ orr:/ 'ri t _ . II` Aire' 'y/1 / i '/ i,-.1- ! �/r \ ! f //-^-' t I i �'y w�//i��/; i j/ _ •��-,/ t r •^�',/f f/ / / 1\ J / .A- , \ 1 r _ ' i,- --- ~"•.y -� i• f` ' r /- j��`i �� _�' / i �a `1 � / _.r- / -/ i-' i ccialindustral,and cmerce land usemy contain constituents associated wit "Tic `.Y. -/ I /' l +'-// • 1 (1 1 j •r / operation. Such operations are subject to potential leaks ord spills which could be commingled with,run-- / / /.�� __ / i I r t-•- _ -11 l ! _j the facility. Pollutants associated with commercial and Industriaactivities ore not readily available since they + /7 r .'7�" /-' - '7' -/ ore typaolFj proprietary. _ .._. % _ / / �� v i / _ i .�� ,� ,� _ - J 2. CONTROLS l __ ..- -' �.,.__Y � \, "1 i" -a»•.j�~ I At locations where runoff can move offsite,sill fence shall be placed along the perimeter of the areas to be ";' '� \ / - \ / ' `'�. /i -` -- -��' , -~ prior to beginning grading, excavation or clearingand grubbing operations. Vegetation'n areas not se•r f 'a!-. /.: ..„,....-- disturbed "� \ \ /..",T •.•'\sr ' '^? - +. needed for construction shall be preserved. As areas reach their final grade,additional sill fences,silt basins, - %/ `} • -"' intercepting ditches,and letdowns shell be installed ass died in _---"\-,....-- 1 I' ( // - �d V" ." - - _". ____ '.I. • •1 pec ) -_,k.. �_ ' � the plans and/or os required by.the project engineer. This will include using silt fence os ditch checks and to / I I T^-'.- i r i /+� 1111 protect intakes.Temporary stabilizing seeding shall be completed as the disturbed areas ore constructed. If -' � �`+--J TMs- ""` t + - constructon activity is not planned to occur a a disturbed ores for al least y1 .. the area shall be -. stabilized by temporory seeing or mulching within 14 days. No more than 750,111 square feet of exposed erodible / : �''�`' `; _ ,( ',y O\'\ ��`--``� \ I t r, { area is allowed in any one groding spread without permission of the project engineer. Other stabilizing methods ._. /, .', • shall be used outside the seeding time period. //1(//7-: i^ ° - AS I \ )1.-\ This work shall be done in accordance with the contract documents. /� •`,,,. y1.: _ ��t t� ii� --/ /\ �ti �~ yin - t - — — _� tilt fv:.--._. y As the work prThese es,aloe leer erosion letdown items mop be rd stab os delermirrod the engineer alter field ., i on. These may be items such as letdown sWctures soil stabilization mats, other aplrpnate '-•---,_.--•2--,.'-‘,. 1. / _,`,�� `.—.a'`___- , • # z I I I measuresuto be installed by the pW�'ng or erosion control conG«tor as directed by the engineer the erosion �,/ m !.j )(I l • j,�, control contractor will complete the construction with the establishment of permanent perennial vegetation of oil ` '---.� _,F�--_, $ � I disturbed areas. \ ( "-�„\ \ •-._... ._� - f / ,`q r ,I l t 3. OTHER CONTROLS \ \I F / �., t - \ ✓ f .�.�:._...,�, \.� , _ / I t4 j 4- \ l _� — - — \3i Contractor disposal of unused construction materials and construction material wastes shall comply with applicable \ 1+. \ + \ ) - -' , -- ?' state and local waste disposal,sanitary sewer,or septic system regulations. In the event of a conflict r� other '•" ` "\ -�,/ - ._:_.._ _ -Y~r- -.- - `‘. _ t' governmental laws,rules and regulations,the more restrictive laws, rules or regulations shall apply. i I t{�1 APPROVED STATE OR LOCAL PIANS: ^ �',-'tI •'\ �\ •\\ /"~-.._ , - � "—_ .__ - -- � + li r- \-. i® 41 I' 'i ' L.i; During the course of this construction,it is possible that situations will arise where unknown molerals will be f ; + \ / \ `� __------ ..__. _... -- -- j }`� encountered. When such situations are encountered,they will be handled according to all federal,stale,and local '\ \ 1 \ I J �j; regulations in effect at this time. ,�t \ / ` - - -,-- - ^ f� �I 1\ ��('`�\' 1 ', 4. MAINTENANCE \ `\�.� \v/ r -�� \ \ s\ �- .z I t �� ` \ \ I //) i t'{+fit ` �. The contractor is required to maintain all temporary erosion control measures in world order,including \ / 2 1 / l cleaning,repairing or replacing them throughout the contract period. Cleaning of sit`contra e.ices inoN \ \ ��\ �\ \ '.. - // I i r l� '� 'I begin*hen the features hove lost 50%of their capaity, t t / \ t - f _ j 5. INSPECTIONS t �V x/. \ ,- 2 1 1 ; I # /� i 11, t ` } • Inspections shall be mode jointly by the contractor and the contracting authority every seven colendor days and ' + ,1 f! I /ur �. -i _-.�� - - j — - � ' i 1t after each rain event that is 172 or greater. The contractor shall immediately begin corrective ction on all $ I I l- \ - i J deficiencies found. The findings of this inspection stroll be recorded in the project dory. This PPP may be `. j f '" i /�S I f - j ,I'. .t revised based on the findings of the inspection. Thcanlrogtor shall implement all revisions.All corrective i \ \ , r ` ",_ ` \_ % _ t - j i - - - .--\_„..\l �� actions shall be completed within 3 calendar days of inspection. * j'� �, \ f f/ ���- I 6. NON-STORM DISCHARGES �" \` -'-\,,_,_____.--''-i v! i. l f r - -�.— I i f /� I ..._ _ 1 ' This includes subsurface drains \ �� ' r+ - (i.e.longitudinal and standard subdrains)and slop drains. The '.. }1\ -moi" `r/ �� .\, .,\- `�� 1 J 4 ( !t I t velocity of the discharge from them features may be controlled by the use of patio blocks,Coss A stone or 1 � I 1 _ l erosion=cane. M �. . ,, \ � , .y,\\v I — - — J /� l 11 '71\\, fI EROSION AND SEDIMENTATION CONTROL NOTES: PLAN NOTES: f� �,. S 1 ! \ \_ \ .\ -.._O 1 ,° i f____—____„.. - -'--•,,,� I - / 7 J- 1 ` ( 1 f S 1. COMPLY WITH NPOES STORM WATER SEEDING OMITS; CONTRACTOR TO SEED - -� i I "` `\\ • / i f r' I 'J 'An1 I.ill ' .k'N DISCHARGE PERMIT. THIS INCLUDES ALL 1 DISTRUBED AREAS. THE TOP SIX INCHES ..'\ \ - t-1 \ 3 I t` J t ' % '"'- 1 ' I IL REQUIREMENTS FOR TEMPORARY 1 \\ /j/ EROSION PROTECTION AND PERMANENT OF THE DISTURBED AREAS SHALL. BE ,. t \ \\\ ,, 1f ..._ 1 r` / ( l I II I_ •' i # Irli' wFREE OF ROCK AND DEBRIS AND SHALL \ COVER FOR EXPOSED SOILS. COMPLY BE SUITABLE FOR THE ESTABLISHMENT `- ` `� \ `--' \\ / /II f - _ ), r 1- , ,j WITH STORM WATER PREVENTION PLAN OF SEED, SUBJECT TO THE APPROVAL OF \ _ \\ `. --.. I- `- - I �' 5 -'Ii (. 7.` AND AMEND PIAN WHEN NECESSARY TO THE ENGINEER. - `\ - �'- l\_"- \\ s ` t\�_ `~`�' ' - MAINTAIN COMPLIANCE THROUGHOUT THE . -\_ !1. \ _ ``'_ ----_ _ I CONSTRUCTION. O INSTALLSILT FENCE: SEE SILT FENCE ��\\S\,-.1\ ,'�` ' \-�� .;\ . .'l��•'-- ` \ '+ ,v �� - - - ` j �� ,ors DLTAIL REMOVE ANO DISPOSE OF 1 ,\ ;- . to .• \- \\ , S _.� 1 ! 1 T 3. ADJUST SEDIMENTATION CONTROL EXISTING SILT FENCE AS NECESSARY. \ \ \ \ ` ( i I 1 j I j MEASURES TO MEET FIELD CONDITIONS AT REMOVE AND DISPOSE OF ALL SILT ,-•-� j !(%;//..t •,1,:',.•••• ;:,',',..,_!, -s`•• • \ 'T _ �- ' _ /J1 THE TIME OF CONSTRUCTION AND INSTALL / - / ,.�,�'.\ �\ \\ �' 1 1 . - - .7,-•_11--1 � ) ( I i �. I I I • I FENCE AFTER VEGETATION IS ` ``.. . a • ) I PRIOR TO GRADING OR DISTURBANCE OF "--�" \ , \. s i w ESTABLISHED UPON APPROVAL OF S`t \ i a SURFACE MATERW.,. ENGINEER. \.. �,,,., X.\ \i I / '' � 1 to \ I . 4. THIS PLAN DOES NOT RELIEVE CELL RECONSTRUCTION AR • SEEDING e ` "� a :ti. , J , 5 '1 //1 '' O CONTRACTOR'S RIiSPON51&LfTES IN NOT REQUIRED. FF \"� t i .�ti` `.tip` -•,._� - \_. 1 � I ,N` - COMPLYING WITH NPDES PERMIT AND \ \ /E' �, , 1 \ - � :. j �;%.r ! _.,„„•,•!•/. !OTHER PARTS OF THE SPECIFICATIONS. EXISTING TTM STD' E AREA. / .1 C... ^"' • € j __- ;� +'i' `i\ / / i';r.. i O CONTRACTOR CLEAN AND SEED AREA ,r :.•� t • /� �. e,_,• -- _ _-.%' ,,/� / 5. THE CONTRACTOR SHALL NOT DISTURB AFTER :a . AL OF TDA - *' \ �'T ,,,, .rr•- , j 1 f ` `: i , ! 1 /:. r/ \ DESIRABLE GRASS AREAS OUTSIDE OFA •-\\ l I i �_ �. j /"� 7, „,,,,z. THE CONSTRUCTION UMfTS. DESIRABLE O SOIL BORROW AREA GRADE TO DRAIN ^`'' ;: ,M 't' \ \ .. ` -' • l�'•' /55'. .. / / / AREAS DISTURBED SHALL BE RESTORED 5 AND SEED DISTURBED AREA ''. / �� �'',. \ _\',: `� I t ' -'`�-�_"�-----`.,�.. f•r/ ��: J . AND SEEDED AT THE CONTRACTOR'S ,f,_•_•-, \••14.'..,___---"---�� ` "'-^-- - s ------- EXPENSE. �\ -_�/. Ili _ \ o `,•4 __� -�. '�/ �" 6. DAMAGED SILT FENCE OUE 70 x /" 7 F `�� ��" - — f' -1 f CONTRACTOR'S CARELESSNESS OR /I ( �._ — `1\i \:/i'l'—„ ,":--r-. .....'''''.\r•/ --�_��'�� �--,�^ ^_� ,r -J (1./..-----41- ;_ FAILURE TO CLEAN SHALL BE REMOVED l _ • 11 i '.�\ �. _ .. _,___V-1-4,---_,,-- _.. • AND REPLACED AT THE CONTRACTOR'S - "/ a EXPENSE s ri!� / - :\. "a:.: \ ?., r.: — �....� .-..=-`�•-c,.--'"`�` ,: '___ ' / l - I S 7. ANY HAUL ROADS CREATED BY THE \ S j"� � .. \.. ` , I ) i \ \ ( i',i 1' CONTRACTOR SHALL BE CONSIDERED 4 DISTURBED AREA REQUIRING SEEDING. 1, ` - - a__ DRAWN BY: JJC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION _ FY09 CELL RECONSTRUCTION SHEET NO. APPROVED: JES JOB NUMBER: 2010006204 1 11/28/12 JES ISSUED FOR REGULATORY REVIEW _ cel cum HATE 11/28/2012 10:34:00 AM 11 f HRGreen.com IOWA CITY LANDFILL 9 AND RECYCLING CENTER STABILIZATION PLAN CAD FIE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\09_STABI LIZATION.dwg HRGreen IOWA CITY. IOWA FYO EXISTING rte. RECONSTRUCTION V) I,.. RLAP GEOMEMBRANE AND 3 5,. / = GEOCOMPOSTTE AND SEW END OF !.. • C `" may' '"` FUTURE EXTRUSION WELD 60 MIL O FY09 RECONSTRUCTION w GEOCOMPOSTTE. HOLD IN PLACE r r HDPE CAP SHEET u WITH SAND BAGS AND COVER a _ WITIi TIRE DERIVED AGGREGATE. 7 !^`! — 7 p )^ I 30 ( ') _-m GEONEf/GEOTEXTILE COMPOSITE o SEE NOTE 3. 1 1 L. 6, ( ) 1 J 60 Mil HDPE 10' UNER PROVIDE SOIL ALL FOR • (( ! 0!.` GEOTEXTILE CLAY LINER PROTECTION OF GEOSYNTHEDC I./1 1 I L'L L_((j% _ _. _ . _ . _ . _ a(STING CLAY LINER MATERIALS. THIS MATERIAL l {�t`�r! COMPACTED ALL THICKNESS IS NOT SHOWN ON `'',.. !.� ` ► �":" ` ► , - ��_ ANAL GR•r G PLAN 2 A2 TVP.) ���'��"�����5�PERIMETER ELEVATION 2 TIRE DERIVED AGGREGATE LAYER , �1 4' X 8' SHEETS OF PLYWOODPER FlNAL GRADING PLAN �1) m (-11 GEONET/GEOTEXTILE• (12 INCH THICK BENEATH SOIL BERM) FORCENTOVER IRE LENGTHOFSPU(; j. POSITE (THIS WILL BERETdOVEO INTHEA - - - TENEFORFOR UNER wit.--,.......4 OR TRENCH • • • 3. EXTENSION) 2� -� • __ _ -. - - IIIIIIIIIIIIII GRANULAR DRAINAGE LAYER 2' OPE EY-IN NEW CLAY UNER TO EXISTING SW F I2' ���' -- 60-MIL HDPE GEONET/GED TEXTILE SEGW END NDO OF ANO IN STEPS: 9'VERT., 24- HORZ. CMPOS ---- CONTINUE WITH GEOTEXTILE. ffL,Y//+� ._ NOTES: BACKFlLL TRENCHES WITH // ffA, \ 1. DETAIL SHOWS CONNECTION OF PROPOSED FY09 COMPOSITE LINER TO EXISTING CLAY UNER OF COMPACTED SOIL COMPACTED CLAY GRANULAR DRAINAGE LAYER \-60 MIL HDPE CELLS, FY98 AND FY02. REMOVE WASTE AND COVER SOIL TO EXPOSE UNER CONNECTION AREA. 4 2. INSTALL CONTINUOUS DRAINAGE (GEONET/GEOTE%TILE COMPOSITE AND TIRE DERIVED AGGREGATE) ANCHOR TRENCH DETAIL CELL SEPARATIO DETAIL LAYER FROM DRAINAGE LAYERSTING MATERIALRTO SHALLRBE CSED UNER. ALL NEW AND OVERED WITH SELECT DO WASTE. OTOSED (CONGVERLEACHATE WITH SOIL SCALE: NO SCALE SCALE: NO SCALE CLAY UNER CONNECTION DETAIL SCALE: NO SCALE FY09 ' ONSTRUCTION FUTURE ID- SOIL BERM OVER HEADER f^ TRENCH TO MATCH 6' (TYPO f^ r ri ri ri�ri��ir��ir��q�\i'��q��ii��ri��ri�� �ri�\G��ri\ri��ri�ri��ri��ri\ri�ri ri ri r r SEPARATION BERM ON _ FY09 EXISTING FY09 i r�r��i�i r��i r��i�i��ir�`i��ir��i� SELECT��rr�p��rr��rr�p��rr�q��q��q��q��q�q��p�rr�i�\rr�\q\ SLOPE AND CELL FLOOR rc RECONSTRUCTION (NON-DAMAGED) rrrrrrrr ri�ri�\\G\\G\\ii\\ri\:d ii\1ii\\i��ir��ir\\p:\ir\ WASTE '\ri q\�i\r/\rr�ri:i\\i\\\i:�i�,p\�fr\\\i\\ir\q\\rr\\:/r\\\ir z cn �QQQ��O��J�JJ4JJJ ��J��Q�J�QQQOQQQQOQO r FUSION WELD NEW 60 MIL it/i4ri G4Gr�'r�G�ri,rGri rri4 r/i/i rii i�rq/i/i r/pq<:</r 2 (IVP.) 2 (TVP.) 7 GEOMEMBRANE TO EXISTING TOP OF —1 w •VERLAP AND CONNECT 12 TIRE DERIVED AGGREGATE HEADER 1 (MIN) I1 GROUNDWATER PIPE GEONEf/GEOTEXT1LE COMPOSITE BUFFER LAYER TRENCH F�J CLEANOUT(TVP OF 2) TOGETHER PER SPECIFICATIONS. 141 IDN GEONET/GEOTEXTILE COMPOSITE w a(STING GEONET/GEOTEXT1LE \\GEONET/GEOTEXTILE COMPOSITE��� 're yT 1 1 I4 I. I F Irl 11 I►_ I I 1-±i I - COMPOSITE. •1111111/ I � 1�1111 • -�:� -60 MIL HDPE GEOMEMBRANE � ��:� �:- '���' 1 S _._ � CLAY UNER 60 MIL HDPE (STING 60 ////7 . /CLAY 17 1 4 1 1 • ♦ I I . 1 111.1 11i• SOIL FILL UNER — — 15' — r.,„_ HDPE I'� � • F11 • •��I• III• I' � .�. , 2 COMPACTED CLAY 1 r •dP,0:ikon. GEOTEXTILE 4' X 8' SHEETS OF PLYW000 f a PLACED OVER GEOCOMPOSITE //,/,/ / /,.// / •Y • • III / /�"� I I�.1 1 I 1 1 ♦1 I`►. FOR ENTIRE LENGTH OF SPLICE; `- ier' • j //!///�/� I!�� P/j..E/p�! f ,f ©///// ��• ♦ •:•1 Il• : ,�:1II�I �-IY 1 I I I • rVXTUN WILL FOR FOR LINER IN THE ...................................._:. �5...>... ................._..........�yre� ............ COARSE DRAINAGE STONE . ...._..a....... TE SION) r;:i6' GRANULAR DRAINAGE LAYER:.;;_:i,;y) `I�s I I I I 1 I�I��I�I�I�I�I�1 ��_ k 'I �fir'\ / /\`�� VA.XV AAAAWe • a>.•s.-•r_-•• i ��•.i•: : = __ ��� / NATIVE SOL �\ �\4 �4 < < ISI FI'1 I' � _ I�I�I •f1 �I� ill iirI �I ORANLI AR 10 E LAYER EXISTING CLAY UNER , f / WT`RI�A / , A1!411t4. ��•_ - I I —III I ...-,... I EY-IN NEW CLAY UNER TO EXISTING %'�t'4D-PDA�'�-�Y''1' 'f.•r r-._L.r-..r.�c• - NOTES: IN STEPS: 9' VERi., 24" HORZ. KEY NOTES: SLOPE O 1. DETAIL SHOWS CONNECTION OF PROPOSED FY09 '- ONSTRUCTED COMPOSITE UNER TO EXISTING GEONET/GEOTEXTILE SEW END OF FY09 NON-DAMAGED COMPOSITE UNER. REMOVE WA - ARE DEBRIS, AND COVER SOIL TO i FOR PORTIONS OF CELL OUTSIDE OF HEADER TRENCH AND MP 460-MIL HDPE O COMPOSITE GEOCOMPOSITE AND AREA, REMOVE CLAY TO 2 FT BELOW ANAL TOP Of •. CONTINUE WITH GEOTEXTILE. EXPOSE UNER CONNECTION AREA, UP TO 15' FROM FIRE D •GE UNITS OR AS DIRECTED BY ENGINEER. ELEVATION. REPLACE WITH SUITABLE CLAY MA i' . PLACED IN ACCORDANCE WITH SPECIFICATIONS. //Ad/As //`.. //,ArA. //�/� 2. INSTALL CONTINUOUS DRAINAGE (GEONET/GEOTEXTILE COMPOSITE AND -- DERIVED AGGREGATE) LAYER FROMp2 WITHIN HEADER TRENCH AND SUMP AREA, REPLACE ENTIRE COMPACTED CLAY GRANULAR DRAINAGE LAYER DRAINAGEL YEXOSEDLEACHATE ERS TING MATERIALRSHALLTORBE OPCOVERED WITH SSELECTSED UNER. ALL NEWAND WASTE.DO NOT CONG' WITH SOIL THICKNESS OF CLAY UNER AND GRANULAR DRAINAGE LAYER. LEACHATE HEADER GROUNDWATER HEADER TYPICAL UNER SECTION CELL SEPARATION HEADER TRENCH DETAIL COMPOSITE UNER CONNECTION DETAIL SCALE: NO SCALE SCALE NO SCALE SCALE: NO SCALE S DRAWN BY: JJC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION FY09 CELL RECONSTRUCTION SHEET NO. i APPROVED: JES JOB NUMBER: 20100062.04 1 11/28/12 JES ISSUED FOR REGULATORY REVIEW CAD DATE: 10/30/2012 4:25:30 PM I- �,- -I 1 7 HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 10 CAD FILE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\10_DETAILS.dwg HRGreen IOWA CITY, IOWA DETAILS \ A \ 1'-0" 16"X12" DOUBLE WALL SOR \ 17 HOPE PIPE 16"X12" HOPE END SEAL 1" SCH 80 PVC BULKHEAD FITTING (FOR PRESSURE TESTING ANNULAR SPACE) MIN. 40 FT RADIUS IA NOTES: \ SEE NOTE 2 6'-0" 1. EXTRUSION WELD IPE LINER TO BOTTOM LAYER OF SHE OCK. EXTRUSION WELD CAP STRIP LINER AND TOP LAYER OF CONNECT TO EXISTING - TOCK. I OF SLOPE -111111 2. INSTALL PIPE BOOT OVER PIPE PENETRATION STRUCTURE AND PIPE. EXTRUSION WELD AND L'-0" ' - CK HOPE SHEETSTOCK CLAMP BOOT TO PIPE AND EXTRUSION WELD PLAN APRON TO TOP OF STRUCTURE. F T 3:1 3. PIPE PENETRATION SHALL BE INSTALLED AS A SEE LEACHATE PIEZOMETER LP-2 DETAIL 3/4" THICK HDPE SHEETS TOCK PREFABRICATED UNIT. PIPE AND LOWER 1 CPORTION DOF STRUCTURRE SHLALL BE PLAACED ON 3:1 \..........„,- STOCK TOE OF SLOPE COMPACTED CLAY LINER UNDER CUPPER CLPORTION EEA OFLSHEETSTOCK M TOCLAY MIN. 40 FT RADIUS PROVIDE COMPLETE SUPPORT OF THE SHEET SEE NOTE 2 AND A CONTINUOUS CLAY LINER 1 3 3( MEETING THE SPECIFICATIONS. Off l'-0" 4. SUBMIT SHOP DRAWING FOR REVIEW BY 1'-0" MIN. EXTRUSION WELD TO ENGINEER. 18" DEEP VEE TRENCH PIPE TOP AND BOTTOM I8.5% -.411.11%67/60,_ 5_ PREFABRICATED STRUCTURE SHALL BE PRESSURE TESTED IN FACTORY PRIOR TO SEE LEACHATE PIEZOMETER I ` DELIVERY. SUBMIT TEST CERTIFICATION TO LP-1/SECONDARY SUMP RISER DETAIL ENGINEER PRIOR TO INSTALLATION. / IW -' x-• 2 �60 NIL HOPE LINER 0 Ef 24" DEEP VEE TRENCH 7 / ,.••y _-I - __I _ ao 4'-0" MIN ` • '.•�••'.••• J <z CONTRACTOR TO VERIFY PIPE / \ 0 o w LENGTHERONU OTE FOR --*-11'-0"/......_2" '_1!/ / w 0 ai CONNECTION TO EXISTING. 1,_0,/`` irsi I 12' P••F ILE HDPE PIPE PENETRATION DETAIL (APPROX.1 SCALE: NO SCALE SEE NOTE PC 18" DEEP VEE TRENCH / TRENCH WIDTH (VARIES) HDPE SDR 17 REMOVE EXISTING LEACHATE COLLEC710 •IPE STRUCTURE AND REPLACE WITH NEW. SEE HOPE PIPE TIRE DERIVED AGGREGATE PENETRATION DETAIL W I `33 I ui / COARSE DRAINAe. STONE GEONET/GEOTEXTILE COMPOSITE I r ` 60 MIL HOPE MEMBRANE MIN. 40 FT RADIUS SCOP_ — .._ ._y :i:I:`�Ilvy 1�I�I Iy=1y�1 I=1 1 I 1 12•;—.$LOPE• ' 4'e••/ y�i1�1 -• 1I 1171 1 1l Il I_ k. • COMPACTED CLAY SEE NOTE 2 TOE OF SLOPE -.-- -• „y����T���))•, �4-04.44” ,e Y �I�/l � r ..4%-SP-'-Z.L1•r .44'144,;(P.0 ✓ TOE OF SLOPE / •�y ,r� / / / -.`I'� / IIIIIIIIIIIIIIIIIB IIIIIIIILN it 3:1 3:1 �4 Cw) NOTE: y. ��i.• COMPACTED CLAY C- _ NOTE: / 1.Rtrilt TO FINAL GRADING PLAN FOR w.+� TRENCH DEPTH AND WIDTH. 12 (TYP) _ , .:.-r�r 1•TRENCH TO ACCOMODATE P IEZOME TER I 1")--_, I T LP-1/SECONDARY SUMP RISER AND LE ••ATE / 2.DRAINAGE STONE SHALL FILL ENTIRE , GRANULAR DRAINAGE LAYER b"• PIPE. DIMENSIONS ARE APPROX IMA i" AND MUST TRENCH PLUS 1FT ABOVE TOP OF gt `" BE VERIFIED BY CONTRACTOR. TRENCH (DEPTH VARIES) J 6') ��- -.::� 2.HOPE PIPE SHALL BE : :ENT NO SMALLER MIN. 40 FT RADIUS 3.WHERE GROUNDWATER COLLECTION PIPE IS G PVC UNDWA _�i 11 REPLACED, PIPE SHALL BE BEDDED AND THAN 40 FT. RAD IU NO BEND FITTINGS I / SEE NOTE 2 COVERED WITH GRANULAR DRAINAGE 18• (P) GCk.mnoN PIPE CD ALLOWED ON LEACHATE HEADER_ / MATERIAL IN ACCORDANCE WITH THIS _ SWITH GEOIT CT1LE +'-. ---.• DETAIL. 1P (TyeDI.. LEACHATE COLLECTION SUMP LAYOUT / SCALE: NO SCALE - - , LEACHATE COLLECTION TRENCH -—---- SCALE: NO SCALE O f DRAWN BY: JJC JOB DATE: 2013 N0. DATE BY REVISION DESCRIPTION 7 APPROVED: JES JOB NUMBER: 20100062.04 1 1(/28/12_JES ISSUED FOR REGULATORY REVIEW FY09 CELL RECONSTRUCTION SHEET NO. CAD DATE: 11/28/2012 10:40:22 AM • ��7 HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 1 1 CAD FILE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\11_DETAILS.dwg HRGreen IOWA CITY, IOWA DETAILS • 6" SDR-35 PERF. HEADER 10" SDR 17 a ,A----PERF. HEADER 0 J w 10" SDR 17 12" SDR 17 10" SOR 17 PERF. HEADER NON-PERF- PERF. LEACHATE REDUCER 10" STIR 17 4" SDR-35 COLLECTION LINE 10" x 8" PERF. LEACHATE TEE 6" x 4" PERF. GROUNDWATER AL mil CROSS 10" 26 DEG` — A A BEDXC6R,� CROSS 10" COLLECT10N261NEG A A COLLECTION LINEAJJ} i ` I1}REDUCER _ L f 10" x 8.. r I I I I REDUCER �� - -J :END 18° 4014111,, ® r -- 10„ x 8.. 12" % 10" REDUCER BEND 30 DE BEND l8 DEG LEND 18° BEND AT TOP OF TRENCH) BEND 30 DEG (ROTATE 4. ',., o `� S M'' —6" SDR 17 AT TOP OF TRENCH) 'DN 10" SOR17 PERE /� SOLID CLEANOUT */* BEND 1,, \ �� S MSN �� PLAN REDUCER PLAN 8" x 6" REDUCER PLAN 8" x 6" CoLd BEND 30 DEG (ROTATE BEND 30 DEG (ROTATE AT TOP OF TRENCH) AT TOP OF TRENCH) BEND 18 DEG 18 DEG1 ■�M TO �-10■M� 00•00010 70 LINER PENETRATION C444)(//-01 SE ANO�[MARY INTERCEPTOR ��T gCCEs3 COQ ECtpOW,PZ `�!► NOTE: R VERIFY FITTING NOTE. VERIFY FI I. LINERRSYSTEM SHALLOUNDWATER PBEE IFULLYLBEDDEDED EAND DIMENSIONS. DIME INS SEE LEACHATE COLLECTION 1.ALL REDUCERS SHALL BE MOLDED AND AD T HEADER COVERED WITH 6 INCH (MIN) GRANULAR SUMP LAYOUT DETAIL. TRADITIONAL CONCENTRIC STYLE. TREN IDTH TO FIT MATERIAL. ADJUST LATERAL PIPE TRENCH FABRICATED OR COMPACT REDUCERS •PROX. 7 FT SECTION A-A DEPTH AS REQUIREO TO ACCOMODATE PIPE NOT ALLOWED. BEND ANGLE, PROPOSED LINER GRADES, ANO CONNECTION TO EXISTING PIPE AND GRANULAR DRAINAGE LAYER. SECTION A-A SECTION A LEACHATE HEADER/UNER PENETRATION LEACHATE HEADER/CLEANOUT GROUNDWATER HEADER CONNECTION DETAILS CONNECTION DETAILS (TYP) CONNECTION DETAILS SCALE: NO SCALE - SCALE: NO SCALE SCALE: NO SCALE 20'-12" DIA. CMP WITH LOCKING CAP 6" DIA. HOPE SOR 17 NON-PERF. -PIPE TO BE INSTALLED IN CLEANOUT RISER PIPE WITH 18" DEEP LINED TRENCH ON END-OF-PIPE AIR TIGHT SLOPE, BEDDED AND COVERED MECHANICAL PLUG (CHERNE WITH DRAINAGE STONE TO I __--a? GRIPPER OR EQUAL) FT ABOVE TOP OF TRENCH --- SEAL ANNULAR SPACE BETWEEN SIDESLOPE CLEANOUT PIPE AND HOLE SIZE: 1/2'0 _ CMP WITH CONCRETE GROUT TYPICAL NEOPRENE FULL FACE STEEL BACKUP RING `WASTE j 4 i, . !%!'" _ ,I FLANGE GASKET •�4* 7.1,4w.,- L . NUTS, BOLTS, AND WASHERS (SS) 3;1�wti�i p� ,_ NIF — — BUND FLANGE HDPE FLANGE ADAPTOR �=ik-.e,cr��-4:i HOPE PIPE .:sit •r ' r `.� ® ® II i . ' GEOCOMPOSITE UNDER PIPE s'4410.0e ' . L R SYSTEM 6' DIAMETER VARIE1..141101111111111114 60" 60' (TYP.) f-.1 PIPE PERFORATIO • AIL BUND FLANGE -' CLEANOUT AND RISER ACC DETAIL (TYP) 1 SCALE: NO SCALE SCALE: NO SCALE SCALE: NO SCALE _. • E, DRAWN BY: JJC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION i APPROVED: JES JOB NUMBER: 20100062.04 1 ,11/28/12 JES ISSUED FDR REGULATORY REVIEW � FY09 CELL RECONSTRUCTION SHEET NO. CAD DATE: 11/28/2012 11:16:13 AM � 3 HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 2 X CAD FILE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\72_DETAIIS.dwg HRGreen IowA CITY, ICM% DETAILS A -.-- ATTACH LEVEL SENSOR BREAKOUT BOX TO RISER LP-1 BLIND FLANGE == WITH STAINLESS STEEL STRAPS OR LOOPED THREADED ROD AS APPROVED BY ENGINEER. 111 TERMINATE LEVEL SENSOR LEAD IN BREAKOUT BOX RECOACCORDING MMENOAT ONS (SO EEFNOTES)RS SENSOR LEAD INCLIINIZI A RISER HOPE \\ TO PASS THROUGH CASING WALL IN AIRTIGHT P1PE TO BE INSTALLED IN 24" INCH FITTING. DEEP LINED TRENCH ON SLOPE, BEDDED - ildll 3' AND COVERED WITH DRAINAGE STONE TO I FT ABOVE TOP OF TRENCH. �� 4' X B' X 1" THICK FLAT ® .411 i"//. • • STOCK WELDED TO PIPE WA, • S TE 1011 �-o , o o � �. •. . ' • • • • o'o% ;�ocoo' o 'o '' o f. 0-• • o o o� 0�0 •�o5•' 9• ,o, °' f� •o •�• °.�oo , ,o,° �oc 'o 5' � •o' 'o, ,o,o, o ?oo o',,,:?iO0 , �•• , o„ 0, ° o•o� es oo° ' • o 'o cq , o,, , , r y • • • JP.dPIP • de , 16" DIA SUR 17 HOPE RISER , ' �- -1C' <l`:''' \\ (SEE SECTION A-A FOR -` , /A,. ° PERFORATION SCHEDULE) `'�- ' \;>>1' • 1-1/4" DIA FLUSH THREADED PVC SCH 80 ...,./..\,k,. PLACEMENT PIPE \\/ .,,,. �'� , �J �'�' ,1/2" DIA. PERFORATIONS - 4 ROWS O �"'"2 __.� • y .,,- PER FOOT, 90 DEG. APART AND T...r a n. ;, , . .G1G ROTATED 22-1/2 DEG. FROM ADJACENT �:�C") +� • x ROW'S HOLES .,.,y--•; -; All Silt Fence shall be installed using a Silt Fench machine. ' Manual (trench) installation may be used if phylcal conditions prohibit machine installation. T__`_ For machine installation, all compaction shall be accomplished ~""'^^ by driving over each side of silt fence at least two times with ` Flow _ device exerting 60 p.5.1. or greater. For manual Installation, all compaction shall be accomplished REMOVE ACCUMULATED SEDIMENT WHEN _ __. with a mechanical or pneumatic tamper. w IT REACHES ONE HALF OF PROTECTION FEATURE HEIGHT. INSPECTION SHALL BE Silt Fence may be placed continuously up to a maximum o� PERFORMED CONTINUOUSLY FOR PROPER Silt Fence — length of 200 feet. For every segment of silt fence that is W FUNCTION. Slk Fence 0 ^� l Fencer----- placed, the last 20 feet of the segment shall be flared up the Install Silt parallel slope to contain runoff as shown. �- v 001 �`y ^ --_, - to the ground contour when ~ c Flow �B— -required on slope- Of Secure top of ee• ng fabric to steel posts using cable 0 1 '� Flo —+ Fl �� ties (50 lb •r wire. See back view attachment to post. _ I`�, ////�' / • • Fi gineering fabric to be folded along bottom of trench for// - USE TWO WOOD STAKES - manual Installation only. 8" (NOMINAL) Existing or Proposed Poy / OF SUFFICIENT e - B Right of May A ®For machine installation, posts shall be embedded 28 '�����' BE EMBEDDED AT LEAST 4 inches below the ground line. First and last posts of a INTO THE SOIL AT ALL SILT FENCE - TYPICAL PLAN segment shall be embedded 27 inches below the ground L FILTER SOCK ENDS OR JOINTS Contour LL . Typical Installation line. ALTER Stip( USE A STAKE EVERY 24" AND ®For manual Installation, posts shall be embedded 16 CONTINUE ALTERNATE Inches below the trench bottom. First and last posts PLAN VIEW ORIENTATION THROUGHOUT segment shall be embedded 27 Inches below the trench of a THE LENGTH OF THE FILTER SOCK bottom. T.._ steel Post SILT FENCE - MACHINE AND MANUAL INSTALLATION • Toe of Foreslope \� PgNT B I Belt ROW F'—'-IO'-0"min. 1 I Engineering Fabric Engineering Fabric `_, Vireor / / Cable Ties � plow - pis+ - POINT APOINT A VARIES I ® ' ��'' POINTS A SHALL BE HIGHER THAN POINT B. / l' E"a'sN C� TROL UNING Fabric NOTE: - ® - 4"x 12"trench (manual Installation) - 4"x 12"trench 1. FILTER SOCKS SHALL BE 11GHTLY ABUTTED WITH NO GAPS. (manual Installation) 2. 12" DIAMETER FILTER SOCKS, AMERICAN EXCELSIOR COMPANY, OR , 'T'Steel Fence © 'T'Steel Fence APPROVED EQUAL t' MIN. ' ��_ Post 4'-0"min. Post 4'-0"min. ELEVATION _ / 2' MIN. \� \/�\\ - \\�/\�/\ /\�/ \ \ / j\\\��\�� SECTION A-A SECTION 8-B Fabric FILTER SOCK DETAIL �����jj��//\/��\//\ 6'-0"'posing manual(trenching) SCALE: NO SCALE / / /�' BACK VIEW Gre ound 8'0"spaci g machine AT HMENT TO POST \ I1 0 III 31"t 1111 II \.. EROSION Co ' 'OL UNING DETAIL iiiiiiiiiiiiiiiiiiMiti I2'• SCALE: NO SILT NCE DETAIL 0®0 0 SCALE: NO -GALE FRONT VIEW n, 0 ': J t `1> ate. C) 1 r,> ,� --J "4 "0 t 41 N -> N CS a t DRAWN BY: JJC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION i APPROVED: JES JOB NUMBER: 20100062.04 1 11/28/12 JES ISSUED FOR REGULATORY REVIEW I �� FY09 CELL RECONSTRUCTION SHEET NO. DATE: 10/25/2012 11:21:21 AM I I1) HRGreen.com IOWA CITY LANDFILL AND RECYCUNG CENTER 14 4,5 CAD FILE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\14_DETAILS.dwg HRGreen IOWA CITY, IOWA DETAILS I Specification PROJECT MANUA FOR FYI s LANDFILL CELL RE,.NSTRUCTION IOWA CI Y LANDFILL AND ECYCLING CENTER IOWA CI , IOWA 013c. I, -, ••••• Y IV OWNERSHIP OF DOCU NT This documen , and the ideas and designs incorpo -ted herein, as an instrument of .rofessional service, is the property of 'R Green, Inc. and is not to '•e used, in whole or in part,for any other •roject without the written a thorization of HR Green, Inc. \\HRGCRNAS\DATA\20100062.04\DESIGN\SPEC_FY09_RECONSTUCTION\00001_COVER.DOC HR Green, Inc. FY09 Landfill Cell Reconstru on Project No. 20100062.04 Iowa City Landfill and Recycling center Iowa ' y, Iowa CERTIFICATION I hereby certify that this engineering docume was prepared by me or under my direct personal supervision and t :t I am a duly licensed t ri°i: -dig,";:' Professional Engineer under the laws oft-e State of Iowa. �." e. `0'�4:a LY4 jec..1.„..cK Tar. r),r ",'t,',x ;" * Date: //Z .v`+ �; > ��;` Jon E.Scharf, P.E. � \a ` !{q I ense Number: 11786 �a G a ,a .7 '��"1 1 9 �`J My renewal date is: Decem.-r 31,2013 Pages or sheets covered b; this seal: ,, t,'�,�,f�' 'c, Entire Bound Docum- t �' i � :,,tea , (LI,(LI, A J -) C _ c +y i r Sw :%. tJ L . PO CERTIFICATION 00002-1 HR Green, Inc. FY09 Landfill Cel 'econstruction Project No. 20100062.04 Iowa City Landfill an. •ecycling Center Iowa City, Iowa TABLE OF CONTENTS Title Page Certifications 00002-1 Table of Contents 00003-1 to 2 PART 1 —BIDDING AND CO TRACT REQUIREMENTS 00105 Advertisement For :•.s 00105-1 to 3 00106 Notice of Public Heari . 00106-1 00200 Instructions to Bidders 00200-1 to 5 00412 Form of Proposal 00412-1 to 5 00430 Bid Bond 00430-1 00490 Notice of Award 00490-1 00500 Form of Agreement 00500-1 to 2 00610 Performance and Payment Bo . 00610-1 to 2 00670 Notice to Proceed 00670-1 00700 General Conditions—EJCDC No. -70, (2007 Edition) C700-1 to 62 00800 Supplementary Conditions 00800-1 to 10 00820 Additional Articles to the Supplement!ry Conditions Contract Compliance Program - of Iowa City CC1 to CC8 Restriction on Non-Resident Bi-.din. on Non-Federal-Aid Projects R-1 Note to Bidders • -1 1dB-1 PART 2—TECHNICAL SPECIFICATIONS -C -, -o . • DIVISION 1 —GENERAL REQUIREMENTS 01010 Summary of Work 01010-1 to 5 01225 Measurement and Payment. 01225-1 to 10 01295 Schedule of Values 01295-1 to 2 01315 Coordination and Meetings. 01315-1 to 2 01330 Submittals 01330-1 to 4 01350 On-Site Health and Safety •equirements 01350-1 to 4 01360 Project Record Document- 01360-1 to 3 01400 Quality Control 01400-1 to 3 01457 Testing Piping Systems 01457-1 to 4 01500 Temporary Facilities and ontrols 01500-1 to 3 01570 Environmental Protection and Special Controls 01570-1 to 6 01600 Material and Equipment 01600-1 to 4 01722 Surveying 01722-1 to 3 01780 Contract Closeout 01780-1 to 2 TABLE OF CONTENTS 00003-1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa DIVISION 2—SITE WORK 02058 Clay Liner 02058-1 to 4 02062 Granular Drainage Material 02062-1 to 3 02063 Tire Derived Aggregate 02063-1 to 4 02072 High Density Polyethylene (HDPE) Ge. embrane 02072-1 to 12 02075 Geotextile 02075-1 to 3 02078 t eonet/Geotextile Composite 02078-1 to 6 02232 Si - Preparation 02232-1 to 2 02270 Soil rosion and Sediment Control 02270-1 to 4 02311 Mass xcavation, Backfill, and Co 'action 02311-1 to 6 02316 Trench's, Backfilling and Compac ion 02316-1 to 6 02331 Waste E avation and Placement 02331-1 to 3 02373 Riprap 02373-1 to 2 02629 Plastic Pipin• and Appurtances. 02629-1 to 6 02924 Seeding and •il Supplements 02924-1 to 3 PART 3—DRAWINGS Bound separately from this docume 't. I LA- r-- t TABLE OF CONTENTS 00003-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa ADVERTISEMENT FOR BIDS FY09 LANDFILL CELL RECONSTRUCTION AT THE IOWA CITY LANDFILL AND RECYCLING CENTER Sealed proposals will be received by th- City Clerk of the City of Iowa City, Iowa, un ' 10:30 A.M. on the 12th day of February, 201 .. Sealed • oposals will be opened immediatel thereafter b the City Engineer or designee. B'.s submitted by .x machine shall not be deer ed a "sealed bid" for purposes of this Pr. ect. Proposals recei -d after this deadline will .e returned to the bidder nopened. Proposals ill be acted upon by the Sty Council at a me: ing to be held in the Emma J. arvat Hall at 7:14 P.M. on the 19th day of Februa , 2013, or at • special meeting called for that pur••se. The Project ill involv• the following: FY09 Lan fill Ce Reconstruction at the Iowa City Landfil an• 'ecycling Center. All work is to •- done in strict compliance with the plans and ..ecifications prepared by HR Green, Inc., 87 0 arhart Lane S.W., P.O. Box 9009, Cedar -:pids, IA 52409-9009, which have o .' heretofore be•n appr. ed by the City Council, and are on file f'-r public e .mination in the Office of ter= = ' the City Cl: k. c-7- Each pr'-posal shall be completed on a form 2 furnishe. by the City and m.st be accompanied in _-1-14 a seal-d envelope, sep. ate from the one �, contai ng the proposal, by a lid bond executed = !s.'? by a .rporation authorized to contract as a surety T" na in the State of Iowa, in the sum . 10% of the bid. The bid security shall be made sayable to the TR ASURER OF THE CITY 0 IOWA CITY, I• A, and shall be forfeited to the City of Iowa ty in the event the successful bi.•er fails to nter into a contract within ten (10) cal: dar days of the City Council's award of the co ract and post bond satisfactory to the City ens ing the faithful performance of the contract and ainte- nance of said Project, if required, pursuant o the provisions of this notice and the other co .ract documents. Bid bonds of the lowest two or •re bidders may be retained for a period of not o 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 tabulation of bids is completed and reported to the City Council. ADVERTISEMENT FOR BIDS 00105- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa The successful bidder will be equired to furnish a bond in an amount equ. to one hundred percent(100%) of the contrac price, said bond to be issued by a responsible s ety approved by the City, and shall guarantee the prompt payment of all materials and labor, and :Iso protect and save harmless the City from all .aims and damages of any kind caused directl or indirectly by the operation of the contract, •.nd shall also guarantee the maintenance of the i provement for a period of two (2) year(s) from and after its completion and formal acceptance .y the City Council. The following limit. ions shall apply to this Project: Completion Date August 16, 2013. Liquidated Dam..ges: $2,000/day. T' - plans, specifi,ations and proposed contract doc ents may b, examined at the office of the City C -rk. Copie of said plans and specifications and for, of pro rose! blanks may be secured at the Offic: of H' Green. Inc., 8710 Earhart Lane S.W., P.• Bo 9009, Cedar Rapids, IA 52409- 9009, by bo a ide bidders. A pre-bid col erence will be held at 9:00 a.m. on February 5, .1 13 at the landfill site. Attendance at the pre-bid co,ference is encouraged but not required. Prospect' e bidd_rs are advised that the City of c i Iowa City desires t•' employ minority contractors and sub ontractors • City projects. A listing of =.-- minority contractors :n be obtained from the Iowa D epartment of E.onomic Development at Tr, (515) 242-4721 and the Iowa Department of Tran•portation Contracts •ffice at (515) 239- .,� 142. . BiAers shall list on the F. m of Proposal the na es of persons, firms, co panies or other p.rties with whom the bidder in -nds to subcon- t :ct. This list shall include the .e of work and ..pproximate subcontract amount(s The Contractor awarded the cmtract shall submit a list on the Form of Agree lent of the proposed subcontractors, together with ,uantities, unit prices and extended dollar amounts. By virtue of statutory authority, preferenc- must be given to products and provisions grow and coal produced within the State of Iowa, an• to Iowa domestic labor, to the extent lawfully -- quired under Iowa Statutes. The Iowa reciproc. resident bidder preference law applies to this Project. ADVERTISEMENT FOR BIDS 00105-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa The City reserves the right to reject . y or all proposals, and also reserves the righ to waive echnicalities and irregularities. 'ublished upon order of the City Co ncil of Iowa Ci , Iowa. MARIAN K. KARR, CITY • ERK • a 7� N ADVERTISEMENT FOR BIDS 00105- 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 'Y09 LANDFILL CELL RECONSTRUCTION PR JECT AT THE IOWA CITY LANDFILL AND RECYCLING CENTER TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IS A, AND TO OTHER INTERESTED PERSON Public not \ is hereby given that the City Council of the City o •wa City, owa, will conduct a public hearing on pl. ,s, spefifications, form of contract and estimated ost or the construction of the FY09 Landfill C' 'econstruction Project in said city at 7:00 p.m.�An the 22nd day of January, 2013, said meet .t be held in the Emma J. Harvat Hall in t.e a \ Hall, 410 E. Washington Street in said •ty, or k aid meeting is cancelled, at the next •eting of e City Council thereafter as posted b he City Cl . Said plan-, specificatio - form of contract and estimated ost are now o le in the office of the City Cler in the City Hall i •wa City, Iowa, and may be' spected by any int- : ted persons. Any ' terested persons m: appear at said meeti g of the City Council • the purpose of mak' g objections to and corn, -nts concerning sai. plans, specifications, contr. or the cost of m. ing said improvement. 'his notice is given by order of t•e City Council • the City of Iowa City, Iowa and as •rovided by aw. MARIAN K. KARR, CITY CLER• r. v _ .i C - is) kp,.. f',) NOTICE OF PUBLIC HEARING 00106- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa INSTRUCTIONS TO BIDDERS 1 ARTICLE 1. DEFINED TERMS. Terms used in these Instructions to :idders and the Advertisement for Bids which are defined in the General Conditions have the meanings assi,ned to them in the General Conditions. The term"Bidder"means one who submits a Bid directly to Owner, .s distinct from a sub-bidder,who submits a bid to a Bidder. ARTICLE 2. INTERPRE ATIONS AND ADDENDA. All quest'. s about the meaning or intent of the contract Documents are to be dire.ted to Engineer. Additions, dela•ns, or revisions to the Contract Documents considered necessary by •gineer in response to such q estions will be issued by Addenda mailed or delivered to all parties reco 'ed by Engineer or Owner as having received the Contract Documents. Questions received less than lb days prior to the date of 'ids may not be answered. Only answers to such questions issued by formal writte •ddenda will be bindi :. Oral and other interpretations or clarifications will be without legal effect. 2.1 Addenda may also be issued o make of -r additions, deletions, or revisions to the Contra'ct Documents. • ARTICLE 3. BIDDER'S EXAMINATION 0 CO'4TRACT DOCUMENTS AND SITE. . `- 1 3.1 It is the responsibility of each Bidder be`. e submitting a Bid: A. To examine thoroughly the Con• act D. uments and other related data identified in the Bidding Documents (including "technic • "data re -rred to below); B. To visit the site to becom- familiar with I.cal conditions that may affect cost, progress, or performance, of the Work; C. To consider federal, sta -, and local laws and -gulations that may affect cost, progress, or performance of the Wor ; D. To study and carefully correlate the Bidder's observat ens with the Contract Documents; and E. To notify Engineer o all conflicts, errors,ambiguities,or• .crepancies in or between the Contract Documents and s h other related data. 3.2 Reference is made to he Supplementary Conditions for identification of: A. Those reports .f explorations and tests of subsurface conditio . at the site which have been utilized by En•sneer in the preparation of the Contract Documents. ' he Bidder may rely upon the accuracy of e technical data contained in such reports. Howeve the interpretation of such technical d. a, including any interpolation or extrapolation thereof, t.:ether with non-technical data, inter iretations, and opinions contained therein or the comp -teness thereof is the responsib.ity of the Bidder. B. Those d awings of physical condition in or relating to existing surface and s .surface conditions (excep Underground Utilities)which are at or contiguous to the site have been •tilized by Engineer in the •reparation of the Contract Documents. The Bidder may rely upon th= accuracy of the tech cal data contained in such drawings, however, the interpretation of such technical data, incl •ing any interpolation or extrapolation thereof, together with non t- hnical data, int-rpretations, and opinions contained in such drawings or the completeness t ereof is the responsibility of the Bidder. INSTRUCTIONS TO BIDDERS 00'00- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 3.3 Copies of reports and drawings referred to in the '.upplementary Conditions will be made available by the Owner to any Bidder at cost of reproduction, 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 Sup•lementary Conditions, are incorporated herein by reference. 3.4 In .rmation and data reflected in the Contract Documents with respect to Underground Utilities at or con '_uous to the site is based upon informatio, and data furnished to the Owner and the Engineer by the o ers of such Underground Utilities or of ers,and neither the Owner nor the Engineer assume respon ".ility for the accuracy or completene-s thereof. 3.5 Provisions c• cerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface co •itions,Underground Utilities and other physical conditions,and possible changes in the Contract Doc i ents due to differing or u, anticipated conditions appear in the General Conditions. 3.6 Before submitting a :.•, each Bidder will, .t Bidder's own expense, make or obtain any additional examinations, investiga '.ns, explorations, tests, and studies and obtain any additional information and data which pertain to e physical con.itions(surface,subsurface, and Underground Utilities)at or contiguous to the site or • herwise whish may affect cost, progress, or performance of the Work and which the Bidder deems -cessary ts determine its Bid for performing the Work in accordance with the time, price, and other it: s and onditions of the Contract Documents. 3.7 Upon request and a minimum of 2 •: s otice,the Owner will provide each Bidder access to the site to conduct such examinations,invests•a ions,explorations,tests,and studies as each Bidder deems necessary for submission of a Bid. L. ation of any excavation or boring shall be subject to prior approval of Owner and applicable age is s. Bidder shall fill all holes, restore all pavement to match existing structural section, and shall lea up and restore the site to its former condition upon completion of such explorations. 3.8 , The lands upon which the Work is to •- performe, rights-of-way,and easements for access thereto and.other land designated for use b the Contra .r in performing the Work are identified in the Contract'Documents. All additional ands and acce• thereto required for temporary construction facilities or storage of materials and :quipment are to b- provided by the Contractor. Easements for permanent structures or permanent , hanges in existing - ructures are to be obtained and paid for by The Owrfet unless otherwise provid-. in the Contract Doc,ments. • 3.9 The submission of a Bid will constit to an incontrovertible rep :sentation by the Bidder that the Bidder Iris complied with every requirem- t of this Article and the fol A. That the Bid is premised pon performing and finishing t - Work required by the Contract Documents without excep ion and applying such means,me ods,techniques,sequences or procedures of constructio (if any) as may be required by th- Contract Documents; B. That Bidder has given t e Engineer written notice of all conflict , errors, ambiguities, and discrepancies in the Co ract Documents and the written resolutio s thereof by the Engineer is acceptable to the Bis ser; and C. That the Contract Documents are sufficient in scope and detail to dicate and convey understanding of all terms and conditions for performing and furnishing .f the Work. INSTRUCTIONS TO BIDDERS 00200-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa ARTICLE 4. BID FORMS AND DELIVERY OF BID. Each pros*ective Bidder shall be furnished one copy of the Contract Documents and one separate unbound copy of th- Bid Form and Bid Bond as stipulated in the Notice of Hearing and Letting. he unbound copy of the Bid Fo m is to be completed in ink and submitted with the Bid Bond. All names muss be printed below the signatur:s. Each Bid shall be submitted in a .ealed envelope with"Bid P oposal"and the"Due"date clearly printed on the front. The Bid Bond shall be sub itted in a separate seale• envelope with"BID BOND"clearly printed on the front. When sent by mail, the se- ed Bid shall be addres -d as follows: rJ City of Iowa city, Iowa Attn: Cit Clerk 410 East Was ington Street -- } • owa City, lo a 52240-1826 IJ v+ Bids shall be filed prior to the time and a the plac: specified by the Advertisement for t3ids. Bid kropdaal received after the time for opening of bids ill be —turned to the bidder unopened. - ARTICLE 5. DISQUALIFICATION OF BID IE^S. Bids will be considered non-respon§ive aiid shall be rejected for any of the following reasons: -More than one Bid from an individual,firm, pa n-rship,corporation or association under the same or different names will not be considered. If the Owner .-lie -s that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which suc :idde is interested will be rejected. If the Owner believes that collusion exists among the Bidders,all Bid.. will be -jected. A party who has quoted prices to a Bidder is not hereby disqualified from quoting prices t. other Bid.-rs, or from submitting a Bid directly for the Work. If there are unauthorized additions,con itional or altern-to bids,or irregularities of any kind which may tend to make the proposal incomplete, indefi to or ambiguous -s to its meaning, the Bid may be rejected. If the Bidder submits an obviously balanced bid, the Bi may be rejected. An unbalanced bid shall be defined as a bid containing lump s or unit bid prices whi. do not reflect reasonable actual costs plus a reasonable proportionate share of he Bidder's anticipated pr. it, overhead costs and other indirect costs to complete that bid. ARTICLE 6. QUANTITIES OF ORK. The quantities of work or , aterial stated in additive items of the Bid are supplied only to give an ind. ation of the general scope of the ark;the Owner does not expressly or by implication agree that the actual amount of work or material will corre.pond therewith,and reserves the right after award to increase or de. ease the quantity of any item of the Wo by an amount up to and including 25 percent of any Bid Item,with.,ut a change in the unit price,and shall inc . de the right to delete any Bid Item in its entirety, or to add additi"nal Bid Items up to and including an aggrei ate total amount not to exceed 25 percent of the Contract Pr' e. ARTICLE 7. SUBSTIT E OR"OR EQUAL" ITEMS. Whenever materia , or equipment are specified or described in the Contra• Documents by using the name of a particular Suppl -r and the name is followed by the words"or equal",the procedure for the submittal of substitute or"Or equal" • oducts is specified in Section 01600—Materials and Equipment. ARTICLE 8. COMP TENCY OF BIDDERS. In selecting the lowest respons. e, responsible Bidder, consideration will b: given not only to the financial standing but also to the general co petency of the Bidder for the performan.- of the Work covered by the Bid. INSTRUCTIONS TO BIDDERS 00200 -3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 t• see that its Bid is received in proper time and at the proper place. ARTICLE 10. BID SECURITY, BONDS,AND INSURANC; . Each Bid shall be accompanied by a approved Bid Bond in the amount stated in the Advertisement for Bid Said bond shall be made payable to the Owner, and shall be given as a guarantee that the Bidder, if aware-d the Work,will enter into an Agreement with the Owner,and will f. rnish the necessary insurance certificat:s,and Performance and Payment Bond,each to be in the amount s :ted in the Supplementary Conditions In case of refusal or failure to enter into said Agreement,the Bi. Bond shall be forfeited to the Owner. he Bidder shall use a copy of the Bid Bond form of these documents,o one conforming substantially to it in orm. Bonds shall be issued by a surety authorized to do business in the .tate of Iowa. ARTICLE 11. DISCRE NCIES IN BIDS. In the eve t there is more than one Bid Item in a Bid Schedule, the Bidder shall furnish a • ice for all Bid Items in the 'chedule, and failure to do so will render the Bid non- responsive and may cause i rejection. In the event t -re are Unit Price Bid Items in a Bid Schedule and the amount indicated for a Unit ' 'ce Bid Item does not e' ual the product of the unit price and quantity, the unit price shall govern and the am.unt will be correcte• accordingly, and the Bidder shall be bound by said correction. In the event there is ore than one Bid Item in a Bid Schedule and the total indicated for the Schedule does not agree with the m of the prices :d on the individual items,the prices Bid on the individual items shall govern and the total for t - Schedule will •e corrected accordingly,and the Bidder shall be bound by said correction. ARTICLE 12. MODIFICATIONS AND AUTH.SIZED ALTERNATIVE BIDS. Unauthorized conditions, limitations, or provisos attached to the Bid .hall r: der it informal and may cause its rejection as being non- responsive. The completed Bid forms shal •e ithout interlineation, alterations, or erasures in the printed text. Alternative Bids will not be considere,, nless called for. Oral, telegraphic, or telephonic Bids or modifications will not be considered. ARTICLE 1a. WITHDRAWAL OF BID. A Bid ser ay request,without prejudice,to withdraw it's Bid after it has been submitted to the Owner, provided s h re• est is made in writing to the Owner prior to the time set - for receivingBlds. Modific8tions"bf.corrections to Bids may •e made on e withdrawn Bid provided such modifications or corrections are initiated by the Bidder and :re received by he Owner prior to the time set for receiving Bids. Modifications or_corrections to a Bid will of be accepted i he modifications or corrections render the bid security iFladequate or if not accompanies by sufficient additional bid security. If a Bidder has requested in writing to w' hdraw its Bid,said Bidde may submit a different Bid and bid security any time prior to the time set for recei ing proposals. ARTICLE 14. AWARD OF CONTACT. Award of the contract, awarded, will be made to the lowest responsive,responsible Bidder wh•se Bid complies with the requireme s of the Contract Documents. Unless otherwise specified,any such aw.rd will be made within the period stat-• in the Advertisement for Bids that the bids are to remain open. Unless otherwise indicated, a single award ill be made for all the Bid Items in an individual Bid Schedule. The Owner reserves the right to reject any oral •ids,to waive any informality in a bid and to select alternate additive or deductive Bid Items as desired by the 0 ner to determine the award of the Contract. ARTICLE 15. RETURN OF BID SECURITY. After the Bids are opened,verified, - d duly considered,the bid security will be released pursuant to the provisions in Chapter 26 of the latest e•ition of the Iowa Code, INSTRUCTIONS TO BIDDERS 00200 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa including revisions. Should the successful Bidder fail to enter in,. contract,the Bid guaranty shall be forfeited to the Owner to ..mpensate for administrative expenses of rn..king a re-award or issuing a new request. ARTICLE 16. E CUTION OF AGREEMENT. The Bidder t+ whom award is made shall execute a written Agreement with th= Owner on the form of agreement provide',,shall secure all insurance,and shall furnish all certificates and bon.s required by the Contract Documents ithin 10 days after receipt of the Notice of Award from the Owner. Fa ure or refusal to enter into contract as herein provided or to conform to any of the stipulated requiremen . in connection therewith shall be j .t cause for annulment of the award and forfeiture of the Bid security. If th- lowest responsive,responsible :idder refuses or fails to execute the Agreement,the Owner may award the C. tract to the second lowest, r= ponsive, responsible Bidder. If the second lowest responsive,responsible Bi,der refuses or fails to exec e the Agreement,the Owner may award the Contract to the third lowest, response e, responsible Bidder. ARTICLE 17. ADDENDA. Ea,h bid form shall incl de specific acknowledgment, in the space provided, of receipt of all addenda issued by e Owner during t - bidding period. Failure to so acknowledgemay result in the bid being rejected as not res.•nsive. , ARTICLE 18. SAFETY AND HEAL REGULA IONS FOR CONSTRUCTION. The Contractor Shall comply with all state and federal laws and co.my and .cal ordinances and regulations which in-any manner affect those engaged or employed in the Wo . ARTICLE 19. PREBID CONFERENC A prebid conference may be held at a time_and place to be scheduled prior to the bid. Representative of the Owner and Engineer will be present..Meeting..thinutes and attendance list for the prebid conference i be made available to all those in attendance. The time and schedule of a prebid conference, if any, . e s. forth in the Advertisement for Bids. ARTICLE 20. LIQUIDATED DAMAG'S. Pro .sions for liquidated damages, if any, are set forth in the Supplementary Conditions. ARTICLE 21. FEDERAL TAX ID NU, BER. Each big.er shall state its Federal Tax Identification Number on the line provided on the bid form. T - Owner is require, to report to IRS on Form 1099 all payments involving labor or services provided by vend. s,and lack of this n ber may delay contract payments until the number is provided. ARTICLE 22. LOCAL PREFE' NCE. By virtue of statuto authority, preference will be given to materials, products,and supplies found o r produced within the State of I.wa. Bidders resident in Iowa shall be allowed a preference over the bid of a bidder from any other state e'forcing or having a preference for resident bidders, equal to such prefer-nce. ARTICLE 23. BIDDER'S C' RTIF ICATION. Bidder shall certify tha they shall be,throughout the period of the contract, licensed in the S -te of Iowa. Bidder shall further certify the t he is skilled and regularly engaged in the general class and typ- of work called for in the Contract Docume Its. Bidder also certifies that they are knowledgeable of the unusual and p.culiar hazards associated with the general class and typ- of work required to construct the specified project hin the terms given in the Contract Documents. Bidder shall be co ,petent and skilled in the protective measures necessary f• the safe performance of the construction Wor, with respect to such unusual and peculiar hazards. END OF INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 00200 - 5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa FORM OF PROPOSAL FY09 LANDFILL CELL RECONSTRUCTION IOWA CITY LANDFILL AND RECYCLING CENTER CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL IN UDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. A SEPARATE UNBOUND COY IS PROVIDED. Name of Bidder Address of Bidder TO: City of Iowa City, Iowa Attn: City Clerk 410 East Washington Street Iowa City, IA 52240-1826 The undersigned bidder submits herewith 1.• security in the amount of$ , in accordance with the terms set forth in the Projec +anual. The undersigned bidder, having exam. ed an% determined the scope of the Contract Documents, hereby proposes to provide the required labor services, aterials and equipment and to perform the Project as described in the Contract Documents, inc ding Adden%a , , and , and to do all work at the prices set forth herein. We further propose to do a "Extra Work" whi. may be required to complete the work contemplated, at unit prices or lump su' s to be agreed upon in riting prior to starting such work. Bidder will complete the W„rk in accordance with the C• tract Documents for the following prices: ItJ C7 4” .-- y> -C', "••1 •-^ N3 f ) FORM OF PROPOSAL 00412- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa Estimated Item# Description of Work Unit Quantity Unit Price Extension Mobilization and General Project 1 Administration LS 1 $ $ 2 Site Safe Plan Implementation LS 1 $ $ Fire Debris/t.rbage/Unsuitable Soil 3 Excavation CY 8,80a $ $ 4 Excavation CY 20 00 $ $ 5 Borrow CY 2,900 $ $ 6 Drainage Sand CY 700 $ $ 7 Compacted Clay Liner CY 19,500 $ $ HDPE 60-mil Geomembrane 8 (smooth) S' 173,700 $ $ HDPE 60-mil Geomembrane 9 (textured) .F :9,000 $ $ 10 ``GeonetLLeotextile Composite SF 247, 0 $ $ -'11 - Geote#ile SY 3,900 $ $ ,-`Coarse Drainage Stone 12 <:.(;Source:On-Site Stockpile) CY 1,350 $ $ Coarse Drainage Stone 13 (Source: Furnished by Contract(r) CY 4,350 $ $ Tire Derived Aggregate 14 (Source:On-Site Stockpile) CY 5,760 $ $ Tire Derived Aggregate 15 (Source: Furnished by Co ractor) CY 2,320 $ $ 16 HDPE Pipe, SDR-17,4"Dia., Perf. LF 20 $ $ 17 HDPE Pipe, SDR-17,4"Dia., Solid LF 355 $ $ 18 HDPE Pipe, SDR-17,6"Dia., Perf. LF 841 $ $ FORM OF PROPOSAL 00412 - 2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa Estimated Item# Description of Work Unit Quantity Unit Price Extension 19 HDPE Pipe, DR-17,6"Dia., Solid LF 216 $ $ 20 HDPE Pipe,SI"-17,8"Dia. Perf. LF 10 $ $ 21 HDPE Pipe, SDR 7,8"Dia.Solid LF 10 $ $ 22 HDPE Pipe, SDR-17, 10"Dia, Perf. LF 506 $ $ 23 PVC Pipe, SDR-35,4"Di. Pert. LF 134 $ $ 24 PVC Pipe, SDR-35,6" Dia, P.rf. LF 1,496 $ $ 25 PVC Pipe, SDR-35,6" Dia,Solid LF 30 $ $ r-, LP-1/Secondary Sump Riser, 16" 26 Dia., HDPE Fabricated Structure LS 1 $ -$ 27 HDPE Pipe Penetration Structure S 1 $ ,4-- " i -' Leachate/Groundwater Head Level _ 28 Monitoring System S 1 $ :$.'._r , 29 Cleanout and Riser Access Covers EA 3 $ l$ `' 30 Rip Rap-Class E Revetment CY 26 $- $ 31 Waste Relocation and Place ent CY 77,700 $ $ 32 Storm Water Permit and ompliance LS 1 $ 33 Silt Fence LF 1,700 $ $ 34 Cleanout of Sil ence LF 1,700 $ $ 35 Silt Fenc- 'emoval LF 1,700 $ $ 36 Erosion Control Lining SY 900 $ $ FORM OF PROPOSAL 00412- 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa Estimat-d Item# Description of Work Unit Quan ty Unit Price Extension 37 Stabilization Seeding AC $ $ 38 Stabilization Mulching AC 1 $ $ 39 Seeding/Fertilizi•. /Mulching AC 1.3 $ $ 40 Surveying LS 1 $ $ BASE BID PRICE (SUMMA' ION OF BI' ITEMS) $ The names of those persons, firms, companies other parties with whom we intend to enter into a subcontract, together with the type of subcontracte• •rk and approximate dollar amount of the subcontract, are as follows: NOTE:All subcontractors are subject to appro al by City. FORM OF PROPOSAL 00412 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa The undersigned bidder certifies that this proposal is made in good f. h, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in confo ity with the Contract Documents and agrees that, in tie event of any discrepancies or differences betwee any conditions of this proposal and the Contract Documen •repared by the City of Iowa City,the more sp: ific shall prevail. Firm: Signature: Printed Name: Title: At tress: Phone: Contac . r.� c' �' '. N N FORM OF PROPOSAL 00412-5 HR Green, Inc. FY09 Lan..II Cell Reconstruction Project No. 20100062.04 Iowa City Landf I and Recycling Center Iowa City, Iowa BID BOND , as Principal, and , as Surety declare that we are held an. are firmly bound unto the City of Iowa City, I. a, 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 hese obligations shall bind our heirs, executors, administrators, and successors jointly and severally. is obligation is conditione' on the Principal submission of the accompanying bid, dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate (b) If said Bid shall be accepte. and the Princ..al shall execute and deliver a contract in the form specified, and the Princi..1 shall the furnish a bond for the Principal's faithful perfor- mance of said Project, and fo the pay -nt of all persons performing labor or furnishing materials in connection therewith, and - all in all other respects perform the Project, as agreed to by the City's acceptanc- of sai. Bid, then this obligation shall be void. Otherwise this oblie at•.n shall remain in full force and effect, provided that the liability of the Surety for any and all claims her: nder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amo t o this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the con act a . provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby s pulates an. agrees that the obligations of said Surety and its bond shall in no way be impaired or affecte. by any exten-ion of the time within which the Owner may accept such Bid or may execute such contract •ocuments, and •aid Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto e ecute this bid bond thi- day of ,A.D.,20 (Seal) Witness Principal By (Title) (Seal) • Surety • By - i Witness - (Attorney-in-fact) Attach Power-of-Attorney -, ; • r.3 r N BID BOND 00430 - 1 HR Green, Inc. FY09 Landfill *ell Reconstruction Project No. 20100062.04 Iowa City Landfill a,d Recycling Center Iowa City, Iowa NOTICE OF AWARD TO: PROJECT DESCRIPTION: FY09 Landfill Cell Reconstruction, I. a City Landfill and Recycling Center. The City has considered the Bis submitted by you for the above-des• ibed Work. You are hereby notified that your :id has been accepted for items n the amount of You are required by the Instructions to %idders to execute the Form of Agreement and furnish the required Contractor's Performance and Payment :ond and Certifica -s of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and t. furnish sal• Bonds within the (10) days from the date of this Notice, said City will be entitled to consider . your rig s arising out of the City's acceptance of your Bid as abandoned and as a forfeiture of your Bid ;ond. 'he City will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy •'this NOTICE OF AWARD to the City. Dated this day of , 20 . CITY OF IOWA CITY, IOWA B Title ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWA'D is hereby acknowledged By -a this the day of , 20 . B ITE '7 a ► • Title ry ap ry ry NOTICE OF AWARD 00490 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa FORM OF AGREEMENT THIS AGREEME T is made and entered into by and between the City of Iowa City, Iowa ("City'), and ("Contractor"). Whereas the City has •repared certain plans, specifications, proposal and bid documents dated the day of , 20 , for FY09 Landfill Cell Reconstruction, Iowa City Landfill and Recycling Center("Project"), and Whereas, said plans, spec!'cations, proposal and bid documents accurately and fully describe the terms and conditions upon which the ' ontractor is willing to perform the Project. NOW,THEREFORE, IT IS AG' ED: 1. The City hereby accepts t•e attached proposal Ind bid documents of the Contractor for the Project, and for the sums li ed therein. 2. This Agreement consists of th, following c• ponent parts which are incorporated herein by reference: a. Addenda Numbers b. Drawings; c. Specifications as listed in the eneral Table of Contents of the Project Manual; d. Advertisement for Bids; e. Notice of Public Hearing; f. Note to Bidders; r g. Restriction on Non-Resi•-nt Biddi . on Non-Federal-Aid Projects; L h. Contract Compliance P .gram (Anti •iscrimination Requirements); Instructions to Bidders r, j. Form of Proposal an• Bid Documents; r•; • ;, k. Performance and P. merit Bond; I. General Conditions. m. Supplementary Co ditions; and _ "~ • n. This Instrument( •rm of Agreement). r) The above components .re deemed complementa and should be read together. In the event of a discrepancy • inconsistency,the more speci c provision shall prevail. 3. The names of subco ractors approved by City, togeth- with quantities, unit prices, and extended dollar amou ts, are as follows(or shown on an a •.chment): FORM OF AGREEMENT 00500 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of ,20 . CITY C NTRACTOR By y (Title) \ Mayor ATTEST: ATTEST: (Title) Cit' Clerk (Company Official) Approved By: City Attorney's Office M t , b r— r v • r L-__s , C-4 FORM OF AGREEMENT 00500 - 2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PERFORMANCE AND PAYMENT BOND , as (insert the name :nd address or legal title of the Contractor) Principal, hereinafter calle• the Contractor and s Surety, hereinafter (insert the legal title of the Su -ty) called the Surety, are held and 'rmly bound unto the City of Iowa Ci Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for t• e payment for which Contractor and Surety hereby bind themselves, their ,eirs, executors, admini rators, successors and assigns;jointly and severally. WHEREAS, Contractor has, as of , entered into a writterr (date Agreement with Owner for the FY09 Landfill Ce Reco truction Project; and -y WHEREAS, the Agreement requires - e tion of this Performance and Payment Bond, to be completed by Contractor, in accordance with pla and specifications prepared by HR Green, 10,, which Agreement is by reference made a part hereof, : ,d the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDIT aNS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agree ent, then he obligation of this bond shall be null and void; otherwise it shall remain in full force and eff•ct until satisf- tory completion of the Project. A. The Surety hereby waives notic: of any alteration o extension of time made by the Owner. B. Whenever Contractor shall b:, and is declared by 0 ner to be, in default under the Agreement, the Owner having performed • ner's obligations there der, the Surety may promptly remedy the default,or shall promptly: 1. Complete the P eject in accordance with the term• and conditions of the Agreement,or 2. Obtain a bid .r bids for submission to Owner for completing the Project in accordance with the terms a'd conditions of the Agreement; and upo determination by Owner and Surety of the lowest esponsible bidder, arrange for a contract •etween such bidder and Owner, and make ay.liable, as work progresses (even though the - may be a default or a succession of defaults under the Agreement or subsequent contract of completion arranged under this paragraph), sufficient funds to pay the cost of completi• , 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 paragra.h, shall mean the total amount payable by Owner to Contractor under the Agreement, too ether with any addenda and/or amendments thereto, less the amount properly paid by Own- to Contractor. PERFORMANCE & PAYMENT BOND 00610- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 low. City Landfill and Recycling Center Iowa City, Iowa C. The Contractor and Contractor's Surety shall be obligated to eep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improve- ments by the Owner. D. No right of action shall accrue to or for the use of any per-in,corporation or third party other than the Owner named herein or the heirs, executors, administra 'rs or successors of Owner. IT IS A FUR' HER CONDITION OF THIS OBLIGATIO that the Principal and Surety, in accordance with provisions of Cha• er 573, Code of Iowa, shall pay to all !ersons, firms or corporations having contracts directly with the Principa including any of Principal's subcont.-ctors, all claims due them for labor performed or materials furnished in he performance of the Agreem•nt for whose benefit this bond is given. The provisions of Chapter 573, ►•de of Iowa,are a part of this •end to the same extent as if it were expressly set out herein. SIGNED AND SEALED HIS DAY 0 , 20 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) • Witness (Title) (Street) (City, State,Zip) (Phone) a." PERFORMANCE & PAYMENT BOND 00610-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa NOTICE TO PROCEED TO: DATE: FY09 Landfill Cell Reconstructi'n lo a City Landfill and Recycling r enter Iowa City, Iowa City of Iowa City 10 East Washington .treet lo a City, Iowa 522. 1-1826 You are hereby notified to commence WOR. in accord. ce with the Agreement dated , 20 , on or after . The date of completion of all WORK is , 20 By Title ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROC' ED is hereby ackniwledged by: , t is the day of , 20 G w By n`_ Title t`i i �rti ^J 7 N 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 Laws and Regulations. STANDARD GENERAL CONDITI ri NS F THE CONSTRUCTION CON ' A CT Prepared by ENGINEE t JOINT CONTRACT DOC I TS COMMITTEE and Issued and Published Jo',,tly by ACE • AMERICAN COUNCIL OF ENGINEERING•MFANI I'ti ,f+ �•�l'o�00 •�U1LiJ-l1iL SCEAAmerican . ociety National Society of Professional Engineers of Civil EngleefProfessional Engineers in Private Practice AMERICAN COUN► v ENGINEERING COMPANIES ASSOCIATED GENE A CONTRACTORS OF AMERICA AMERICAN •'CIE ' OF CIVIL ENGINEERS N C=3 %.a t. 0 PROFESSION' ENGINEE • PRIVATE PRACTICE A Practice Divis i n of the � s - NATIONAL S' IETY OF PRO i SIONAL ENGINEERS — L -ter.. --o k:r 4 Endorsed by ='` 1,1 N rJ CON'TRUCTION SPECIFICATIONS IN TITUTE EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor (EJCDC C-520 or C-525, 2007 Editions). it provisions are interrelated and a change in one may necessitate a change in the other. Comments con•-ming their usage are contained in the Narrative Guide to the EJCDC Construction Documents (EJCDC -001, 2007 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the P eparation of Supplementary Conditions (EJCDC C-800,2007 Edition). Copyright©2117 National So• ety of Professional Engineers 1420 Kin: Street,Alex. idria,VA 22314-2794 (703)6:4-2882 -, www. spe.org C) - £' American Counc o i Engineering Companies 1015 15th Street N. r.,Washington,DC 20005 (202 17-7474 ;--F_ .a c• .org American Soc.-ty of Ci .1 Engineers 1801 Alexander Bell I rive,Resto• VA 20191-4400 (801)548-2723 .asce.org Associated Gene .1 Contractors of -rica 2300 Wilson Boulevard, S ite 400,Arlington,V' 22201-3308 (713)548-3118 .a.c.or The copyright for this EJCD I document is owned jointly by the four EJCDC sponsoring organization• and held in trust for their benefit by NSPE. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions • • Terminology 1 1.01 Defined Te i 1 1.02 Terminology 5 Article 2—Preliminary Matters 6 2.01 Delivery of Bonds an' Evidence of Insurance 6 2.02 Copies of Documents 6 2.03 Commencement of Co• ; •ct Times;Notice to P,oceed 6 2.04 Starting the Work 7 2.05 Before Starting Constru 7 2.06 Preconstruction Conferenc._• Designation • Authorized Representatives 7 2.07 Initial Acceptance of Schedu •s 7 Article 3—Contract Documents: Intent,Am-ndin ' euse 8 3.01 Intent 8 3.02 Reference Standards 8 3.03 Reporting and Resolving Discrep. -•'es 9 3.04 Amending and Supplementing C• tr. t Documents 9 3.05 Reuse of Documents 10 3.06 Electronic Data 10 Article 4—Availability of Lands; Subsurf-ce and Physi,al Conditions; Hazardous Environmental Conditions;Reference Points.. 11 4.01 Availability of Lands 11 4.02 Subsurface and Physical conditions 11 4.03 Differing Subsurface or 'hysical Conditions 12 4.04 Underground Facilities .::;,.:... `v 13 4.05 Reference Points `.,,,; , %r;.•...14 4.06 Hazardous Environm ntal Condition at Site —1 • ,....,..14 Article 5—Bonds and Insurance 16 5.01 Performance,Pa v ent,and Other Bonds K, 16 5.02 Licensed Sureties : t d Insurers 16 5.03 Certificates of In• ance 17 5.04 Contractor's Ins ance 17 5.05 Owner's Liabili., Insurance 19 5.06 Property Insurance 19 5.07 Waiver of Rights 20 5.08 Receipt and Application of Insurance Proceeds 21 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pagei 5.09 Acceptance of Bonds and Insurance; Option to Replace 21 5.10 Partial Utilization, Acknowledgment of Property Insurer 22 Article 6-Contractor's Responsibilities 22 6.01 Supervision and Superintendence 22 6.02 Labor;Working Hours 22 6.03 Services,Materials, and Equipment 22 6.04 Progress Schedule 23 6.05 Substitut- and"Or-Equals" 23 6.06 Concemin: ubcontractors, Suppliers,and Others 25 6.07 Patent Fees . 1 4 Royalties 27 6.08 Permits 27 6.09 Laws and Regula 'ns 28 6.10 Taxes 28 6.11 Use of Site and Other eas 28 6.12 Record Documents 29 6.13 Safety and Protection 29 6.14 Safety Representative 30 6.15 Hazard Communication Prot, . . 30 6.16 Emergencies 30 6.1.7 Shop Drawings and Samples 31 6.18 Continuing the Work 32 6.19 Contractor's General Warranty and G . ee 33 6.20 Indemnification 33 6.21 Delegation of Professional Design Servic s 34 Article 7-Other Work at the Site 35 7.01 Related Work at Site 35 7.02 Coordination 35 7.03 Legal Relationships 36 Article 87-Owner's Responsibilities 36 8.01' Communications to Contractor 36 8.02- '.Replaecment of Engineer 36 8.03:_Futnislr Data 36 8.04 Pay- en Due 36 8.05 _'Lands and Easements; Reports and T;sts 36 7 8.06 ..Insurance 36 g.07 c.Change Orders 37 8.08spections,Tests,and Approvals 37 8.09 Limitations on Owner's Responsibil 'es 37 8.10 Undisclosed Hazardous Environme s .1 Condition 37 8.11 Evidence of Financial Arrangements 37 8.12 Compliance with Safety Program 37 Article 9-Engineer's Status During Construction 37 9.01 Owner's Representative 37 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page ii 9.02 Visits to Site 37 9.03 Project Representative 38 9.04 Authorized Variations in Work 38 9.05 Rejecting Defective Work 38 9.06 Shop Drawings,Change Orders and Payments 39 9.07 Determinations for Unit Price Work 39 9.08 Decisions on Requirements of Contract Documents and Accept. .ility of Work 39 9.09 Limitations on Engineer's Authority and Responsibilities 39 9.10 Compliance with Safety Program 40 Article 10-Changes in the Work; Claims 40 10.01 Authorized hanges in the Work 40 10.02 Unauthorized hanges in the Work 41 10.03 Execution of C ge Orders 41 10.04 Notification to S -ty 41 10.05 Claims 41 Article 11 -Cost of the Work;Alto '. .ces;Unit Price Work 42 11.01 Cost of the Work 42 11.02 Allowances 45 11.03 Unit Price Work 45 Article 12-Change of Contract Price; Chan:- of Con. . t Times 46 12.01 Change of Contract Price 46 12.02 Change of Contract Times 47 12.03 Delays .. 47 Article 13-Tests and Inspections; Correction,R- . • .1 or Acceptance of Defective Work. 48 48 13.01 Notice of Defects .�.3. 48 13.02 Access to Work c - " : 48 13.03 Tests and Inspections - r; 49 13.04 Uncovering Work _ -' 49 13.05 Owner May Stop the Work ,.,.... 50 13.06 Correction or Removal of Defect' e Work 50 13.07 Correction Period . 50 13.08 Acceptance of Defective Work. '`' 51 13.09 Owner May Correct Defective + ork 52 Article 14-Payments to Contractor and C•mpletion 52 14.01 Schedule of Values 52 14.02 Progress Payments 52 14.03 Contractor's Warranty of Ti le 55 14.04 Substantial Completion 55 14.05 Partial Utilization , 56 14.06 Final Inspection 57 14.07 Final Payment 57 14.08 Final Completion Delayed 58 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iii 14.09 Waiver of Claims 58 Article 15—Suspension of Work and Termination 59 15.01 Owner May Suspend Work 59 15.02 Owner May Terminate for Cause 59 15.03 Owner May Terminate For Convenience 60 15.04 Contr. tor May Stop Work or Terminate 60 Article 16—Dispute Re g lution 61 16.01 Methods and 'rocedures 61 Article 17—Miscellaneous 61 17.01 Giving Notice 61 17.02 Computation of Tim• 62 17.03 Cumulative Remedies. 62 17.04 Survival of Obligations 62 17.05 Controlling Law 62 17.06 Headings 62 //LAI IT n '� DC7 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iv ARTICLE 1–DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents ..d printed with initial capital letters, the terms listed below will have the meanings indicat- • which are applicable to both the singular and plural thereof. In addition to terms specifical 4 defined, terms with initial capital lette • in the Contract Documents include references to id- .tified articles and paragraphs, and the titles • other documents or forms. 1. Addenda—W 'tten or graphic instruments issued prior the opening of Bids which clarify, correct,or chane the Bidding Requirements or the pr• .osed Contract Documents. 2. Agreement—The 'tten instrument which is evid- ;ce of the agreement between Owner and Contractor covering .e Work. 3. Application for Payme —The form acceptable o Engineer which is to be used by Contractor during the course of the Work in requesting .rogress or fmal payments and which is to be accompanied by such supp; '.g documenta on as is required by the Contract Documents. 4. Asbestos Any material that ontains m• e than one percent asbestos and is friable or is releasing asbestos fibers into ,e air ab,ve current action levels established by the United States Occupational Safety and ;alth • dministration. 5. Bid—The offer or proposal of a Bi er submitted on the prescribeillarrn_fetting..forth the prices for the Work to be performed • r 111 6. Bidder—The individual or entity o su, •'ts a Bid directly to Owner.-.<r.-. 7. Bidding Documents—The Bid., g Requ -ments and the proposed= Contract Documents (including all Addenda). 8. Bidding Requirements—The : •vertisement or ,.vitation to bid, Instructions to Bidders, Bid security of acceptable form, ' any,and the Bid F• .. with any supplements. 9. Change Order—A docum: i t recommended by En:'•eer which is signed by Contractor and Owner and authorizes an ,ddition, deletion, or revisi . in the Work or an adjustment in the Contract Price or the Con act Times,issued on or after e Effective Date of the Agreement. 10. Claim—A demand or .•sertion by Owner or Contractor -eking an adjustment of Contract Price or Contract Time•, or both, or other relief with respec. to the terms of the Contract. A demand for money or s rvices by a third party is not a Claim. 11. Contract—The entire . •d integrated written agreement between e Owner and Contractor concerning the Wor . The Contract supersedes prior negotia 'ons, representations, or agreements,whether ' 'nen or oral. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 1 of 62 12. Contract Documents—Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Co tract Documents. Approved Shop Drawings, other Contractor submittals, and the rep. s and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price—The moneys payable by Owner to ' ontractor for completion of the Work in accordance with the Contract Documents as s' ted in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit r rice Work). 14. ontract Times—The number of days or the (1,tes stated in the Agreement to: (i) achieve -stones, if any; (ii)achieve Substantial Co.,pletion; and(iii) complete the Work so that it is rea for final payment as evidenced by Engineer's written recommendation of final paymen 15. Contractor The individual or entity with om Owner has entered into the Agreement. 16. Cost of the Wor ee Paragraph 11.01 fo definition. 17. Drawings—That p. of the Contract D cuments prepared or approved by Engineer which graphically shows th- scope, extent, : d character of the Work to be performed by Contractor. Shop Drawin: and other C'ntractor submittals are not Drawings as so defined. 18. Effective Date of the Agreem' ,t—The 'ate indicated in the Agreement on which it becomes effective,but if no such date is ' 4 icat;d, it means the date on which the Agreement is signed and delivered by the last of the two ,. 'es to sign and deliver. 19. Engineer—The individual or entity n.. .s as such in the Agreement. 20. Field Order—A written order issue. by En i,.eer which requires minor changes in the Work but which does not involve a change ' the Con. ct Price or the Contract Times. 21. General Requirements—Sections of D ivision 1 of u - Specifications. 22. Hazardous Environmental Condi ion—The presence .t the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or adioactive Material in uch quantities or circumstances ; that may present a substantial Bang;r to persons or property e .osed thereto. r-23. Haztjrdous Waste—The term Haz. dous Waste shall have the m-, sing provided in Section • • 1004 of the Solid Waste Disposal ct(42 USC Section 6903)as ame►.ed from time to time. 24.Law.cand Regulations;Laws or R..gulations—Any and all applicable laws,rules,regulations, ordinances, codes, and orders of . y and all governmental bodies, agencies, authorities, and courts having jurisdiction. 25.Liens—Charges, security interest', or encumbrances upon Project funds, real property, or personal property. 26. Milestone—A principal event spe•'fied in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright m 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 2 of 62 27.Notice of Award—The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful 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 'xing the date on which the Contract Times will commence to run and on which Contracts shall start to perform the Work under the Contract Documents. 29. Owner—The individual or entity with whom Contractor has - •tered into theigreement and for who si the Work is to be performed. c : _ 30.PCBs—Polyc'lorinated biphenyls. 31.Petroleum—Petro eum, including crude oil or any fra• ion thereof whidlc s lige at standard conditions of tem. rature and pressure (60 degrees ahrenheit and 14.:-.=pounds per square inch absolute), such = oil, petroleum, fuel oil, oil udge, oil refuse, gasline, kerosene, and oil mixed with other n. -Hazardous Waste and c -de oils. 32.Progress Schedule—A s •edule, prepared . 4 maintained by Contractor, describing the sequence and duration of 'e activities comp sing the Contractor's plan to accomplish the Work within the Contract Th es. 33.Project—The total construction of whic• the Work to be performed under the Contract Documents may be the whole, or . •art. 34.Project Manual—The bound docum= information prepared for bidding and constructing the Work. A listing of the contents o the Project Manual, which may be bound in one or more volumes,is contained in the tab - of contents. 35.Radioactive Material—Source, sp;cial n lear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 U'C Sectio 2011 et seq.)as amended from time to time. 36.Resident Project Representativ' The author' ed representative of Engineer who may be assigned to the Site or any part r ereof. 37. Samples—Physical examples o materials, equipme't, or workmanship that are representative of some portion of the Work , d which establish the standards by which such portion of the Work will be judged. 38. Schedule of Submittals—A schedule, prepared and ma 6,tabled by Contractor, of required submittals and the time requirements to support sc eduled performance of related construction activities. 39. Schedule of Values—A s edule, prepared and maintained by ♦•retractor, allocating portions of the Contract Price to various portions of the Work and use as the basis for reviewing Contractor's Applicatio for Payment. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 3 of 62 40. Shop Drawings All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assemble by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 41. Site—Lands or areas indicated in the Contract Doc • -nts as being furnished by Owner upon which the Work is to be performed, including rights-•f-way and easements for access thereto, and such other lands furnished by Owner which are esignated for the use of Contractor. 42. S•ecWcations—That part of the Contract Doc -nts consisting of written requirements for ma.-rials, equipment, systems, standards and orkmanship as applied to the Work, and certa • administrative requirements and proced al matters applicable thereto. 43. Subcontr,. or—An individual or entity having, a direct contract with Contractor or with any other Subco• •actor for the performance of a •: of the Work at the Site. 44. Substantial Co letion—The time at whi• the Work (or a specified part thereof) has progressed to the ••int where, in the op' ,on of Engineer, the Work (or a specified part thereof) is sufficient complete, in accorr,ance with the Contract Documents, so that the Work (or a specified p thereof) can be tilized for the purposes for which it is intended. The terms "substantially c• al plete" and bstantially completed" as applied to all or part of the Work refer to Substantial . ompletion •ereof. 45. Successful Bidder—The Bidder bmi •g a responsive Bid to whom Owner makes an award. 46. Supplementary Conditions—That p. f the Contract Documents which amends or supplements these General Conditions. 47. Supplier—A manufacturer, fabricator, supplier, •',tributor, materialman, or vendor having a direct contract with Contractor or wi • any Subcontr. tor to furnish materials or equipment to be incorporated in the Work by Contr.ctor or Subcontr. tor. t ' 48. Underground Facilities—All und: ground pipelines, c• duits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or • er such facilities or atta•• •ents, and any encasements containing such facilities, includin: those that convey elec• ' ity, gases, steam, liquid '.. bleum products, telephone or o er communications, cable tele ion, water, wastewater, r- stGfn water, other liquids or chemic. s, or traffic or other control syste•' . • =.49.1 /4J rice Work—Work to be paid •r on the basis of unit prices. (a. Work—The entire construction or •- various separately identifiable parts thereof required to be provided under the Contract Do• ments. Work includes and is the result of performing or providing all labor, services, and d• umentation necessary to produce such construction, and furnishing, installing, and incorpor. ' g all materials and equipment into such construction, all as required by the Contract Doc a ents. 51. Work Change Directive—A written tatement to Contractor issued on or after the Effective Date of the Agreement and signed • Owner and recommended by Engineer ordering an EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. Ail rights reserved. Page 4 of 62 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 words and .-rms discussed in Paragraph 1.02.B through F = - not egif ed)iilt, whew used in the Bidding Requ. ements or Contract Documents,have the 'i i icated n tying.j B. Intent of Certain Te or Adjectives: ': —,j 1. The Contract Doc ents include the terms "as all,wed," "as appiiived,",:as ordered," "as directed" or terms of'' e effect or import to auth. ' e an exercise of profs ional judgment by Engineer. In additl.,n, the adjectives "reaso able," "suitable," "acceptable," "proper," "satisfactory," or adjec .ves of like effect or mport are used to describe an action or determination of Enginee as to the Work. It intended that such exercise of professional judgment, action, or dete i 's ation will be .olely to evaluate, in general, the Work for compliance with the informa 'on in the Cone act Documents and with the design concept of the Project as a functioning w ole as sho or indicated in the Contract Documents (unless there is a specific statement in. ating o 'erwise). The use of any such term or adjective is not intended to and shall not be effect' e to assign to Engineer any duty or authority to supervise or direct the performan►- o' the Work, or any duty or authority to undertake responsibility contrary to the provi 'Ls of Paragraph 9.09 or any other provision of the Contract Documents. C. Day: 1. The word "day" means a calen.r day o 4 hours measured from midnight to the next midnight. D. Defective: 1. The word "defective," w u n modifying the ' s rd "Work," refers to Work that is unsatisfactory,faulty, or def ient in that it: a. does not conform to th. Contract Documents; or b. does not meet the re I ' -ments of any applicable inspe,tion, reference standard, test, or approval referred to ' the Contract Documents; or c. has been damage. prior to Engineer's recommendation of final payment (unless responsibility for a.a protection thereof has been assumed by Owner at Substantial Completion in acc s dance with Paragraph 14.04 or 14.05). EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 5 of 62 E. Furnish, Install,Perform, Provide: 1. The word "furnish," when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, mat 'als, or equipment to the Site (or some other specified location)ready for use or installatio and in usable or operable condition. 2. The word "install," when used in connec on with services, materials, or equipment, shall is ean to put into use or place in final posi•on said services,materials, or equipment complete an i ready for intended use. 3. The ,ods "perform" or "provide," w en used in connection with services, materials, or equipm: shall mean to furnish and • tall said services, materials, or equipment complete and ready h intended use. 4. When "furnish, "install," "perform," or "provide" is not used in connection with services, materials, or equip ent in a context learly requiring an obligation of Contractor, "provide" is implied. F. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction indus or t rade meaning are used in the Contract Documents in accordance with such recognized m_, i ARTICLE 2—PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insuranc- A. When Contractor delivers the executed I ounterp. of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Co tractor may :- required to furnish. B. Evidence of Insurance: Before any Wo k at the Site is s f ed, Contractor and Owner shall each deliver to the other, with copies to e.ch additional ins -d identified in the Supplementary Conditions, certificates of insurance(an• other evidence of ins . i ce which either of them or any additional insured may reasonably re uest) which Contract's and Owner respectively are required to purchase and maintain in acc rdance with Article 5. 2.02 Copies of Documents A. Owner shall furnish to Contractor up to en printed or hard copies of the Drawings and Project Manual.Additional copies will be furnish•d upon request at the cost of reproduction. 2.03 Coi imencement of Contract Times;Notice to 'roceed A. The Contract Times will commence to on the thirtieth day after the Effective Date of the Agreement or, if a Notice to Proceed is a en, on the day indicated in the Notice to Proceed. A Notice.16, Proceed may be given at any time within 30 days after the Effective Date of the - , Agreement. In no event will the Contract Times commence 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 drte is earlier. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 6 of 62 2.04 Starting 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 I Contract Times commence to run. 2.05 Before Starting Construction A. Preliminary hedules: Within 10 days after the Effe-"'ve Date of the Agreement (unless otherwise speci:ed in the General Requirements), Con I►:ctor shall submit to Engineer for timely review: 1. a preliminary P egress Schedule indicating the 'mes (numbers of days or dates) for starting and completing c e various stages of the W s k, including any Milestones specified in the Contract Documen..; 2. a preliminary Schedu - of Submittals;and 3. a preliminary Schedule s Values for all i f the Work which includesntities and prices of items which when adder together equ. the Contract Price and subdiivideshe Work into component parts in suffic -nt detail s serve as the basis for pro—gess Rayments during performance of the Work. S.ch price. will include an appropriate amount c ,overhead and profit applicable to each item s Wor 2.06 Preconstruction Conference;Designatio o Authorized Representatives A. Before any Work at the Site is starte r, . conference attended by Owner, Contractor, Engineer, and others as appropriate will be hel s to <stablish a working understanding among the parties as to the Work and to discuss the sched.les r- erred to in Paragraph 2.05.A,procedures for handling Shop Drawings and other submi .1s, pro -ssing Applications for Payment, and maintaining required records. B. At this conference Owner and Co tractor each s i:11 designate, in writing, a specific individual to act as its authorized representat' e with respect s the services and responsibilities under the Contract. Such individuals shal have the authority o transmit instructions,receive information, render decisions relative to the I ontract,and otherwis- act on behalf of each respective party. 2.07 Initial Acceptance of Schedules A. At least 10 days before submi.sion of the first Application or Payment a conference attended by Contractor, Engineer, and o1 err as appropriate will be '.-ld to review for acceptability to Engineer as provided belo the schedules submitted in ac.ordance with Paragraph 2.05.A. Contractor shall have an add tional 10 days to make corrections • d adjustments and to complete and resubmit the schedules. o progress payment shall be made to Contractor until acceptable schedules are submitted to •gineer. 1. The Progress Schedule ill be acceptable to Engineer if it provides an orderly progression of the Work to completio► ithin the Contract Times. Such acceptance will not impose on EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 7 of 62 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 ac -ptable to Engineer if it provides a workable arrangement for reviewing and processing the equired submittals. 3. Contractor's Schedule of Values will be ac,eptable to Engineer as to form and substance if it provides a reasonable allocation of the Co tract Price to component parts of the Work. ARTICLE CONTRACT DOCUMENTS: INTE T,AMENDING,REUSE 3.01 Intent A. The Con,act Documents are compleme . ; what is required by one is as binding as if required by all. B. It is the inten of the Contract Doc •• -nts to describe a functionally complete project (or part thereof) to be constructed in ac •rdance with the Contract Documents. Any labor, documentation, s- ices, materials, •, equipment that reasonably may be inferred from the Contract Document- or from prevail' ig custom or trade usage as being required to produce the indicated result will •- provided wh,ther or not specifically called for, at no additional cost to Owner. C. Clarifications and interpre► tions o the Contract Documents shall be issued by Engineer as provided in Article 9. 3.02 Reference Standards A. Standards, Specifications, Codes, , '., and Regulations 1. Reference to standards, sp- ificati► s, manuals, or codes of any technical society, organization, or association, o to Laws 'r Regulations,whether such reference be specific or by implication, shall mean the standard, s b-cification, manual, code, or Laws or Regulations in effect at the time of open'•g of Bids (or , the Effective Date of the Agreement if there were no Bids),except as may e otherwise spe ' •cally stated in the Contract Documents. 2. No provision of any such st. dard, specification, , anual, or code, or any instruction of a Supplier, shall be effective to change the duties or re •onsibilities of Owner, Contractor, or Engineer, or any of their sub ontractors, consultants, al-nts, or employees, from those set f - forth-in the Contract Docume ts. No such provision or ins• tion shall be effective to assign to-(Winer,Engineer, or any of eir officers, directors,member , •artners, employees, agents, r- consultants, or subcontractors, any duty or authority to supervise o •' ect the performance of -the Work or any duty or autho 'ty to undertake responsibility inconsistent with the provisions - ~of the Contract Documents. C"1 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 8 of 62 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Startin: ork. Before undertaking each part of the Work, Contractor shall carefully study and co•. •are the Contract Documents and check an• verify pertinent figures therein and all appli . •le field measurements. Contractor shall promp. y report in writing to Engineer any co ict, error, ambiguity, or discrepancy which Con• . tor discovers, or has actual kno edge of, and shall obtain a written interpretation • clarification from Engineer be ire proceeding with any Work affected thereby. 2. Contractor's Revi- of Contract Documents luring Performance of Work If, during the performance of the ' ark, Contractor discov rs any conflict, error, ambiguity, or discrepancy within the Contract D• uments, or betwe- • the Contract Documents and (a) any applicable Law or Regulation , (b) : •y standard, spe' fication,manual, or code, or(c) any instruction of any Supplier, then Contra tor shall pro•• tly report it to Engineer in writing. Contractor shall not proceed with the Work ,ffected the -by(except in an emergency as required by Paragraph 6.16.A) until an amendmen, or supp •ment to the Contract Documents has been issued by one of the methods indicated Para:. .ph 3.04. 3. Contractor shall not be liable to • er or Engineer for failure to report ani conflict, error, ambiguity, or discrepancy in ,e Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: $'-'' 1. Except as may be otherwise pecifically .ted in the Contract Documents; the.provisiops of the Contract Documents sh.,1 take preced- ce in resolving any conflibt, .errori,:_ambigui'ty, or discrepancy between the pr visions of the C• •tract Documents and: r• a. the provisions of any tandard, specificati r•, manual, or code, or the instruction of any Supplier (whether 'r not specifically in••rporated by reference in the Contract Documents);or b. the provisions of . •y Laws or Regulations apph able to the performance of the Work (unless such an int rpretation of the provisions of th• Contract Documents would result in violation of such .w or Regulation). 3.04 Amending and Supplementin; Contract Documents A. The Contract Documen . may be amended to provide for additions, deletions, and revisions in the Work or to modify e 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: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright Co 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 9 of 62 1. A Field Order; 2. Engineer's approval of a Shop Drawing or Sam! e (subject to the provisions of Paragraph 6.17.D.3); or 3. Engineer's written interpretation or clarificatio-. 3.05 Reuse of*•cuments A. Contracto d any Subcontractor or Supplier •all not: 1. have or a •uire any title to or owners • rights in any of the Drawings, Specifications, or other docum: •is (or copies of any there,f) prepared by or bearing the seal of Engineer or its consultants,in• uding electronic media -ditions; or 2. reuse any such Dr. ings, Specificati. s,other documents, or copies thereof on extensions of the Project or any o - project with gut written consent of Owner and Engineer and specific written verification or .a aptation by ngineer. B. The prohibitions of this P. .ph ..05 will survive final payment, or termination of the Contract. Nothing herein shall .re, ude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the S ppleme Conditions, the data furnished by Owner or Engineer to Contractor, or by C• •tractor to 0 wner or Engineer, that may be relied upon are limited to the printed copies(also 41 own as hard :spies). Files in electronic media format of text, data, graphics, or other types are , a shed only fo the convenience of the receiving party. Any conclusion or information obtain d or derived from s h electronic files will be at the user's sole risk. If there is a discrepancy b;tween the electronic -s and the hard copies, the hard copies govern. B. Because data stored in electro s'c media format can deteriora - or be modified inadvertently or otherwise without authorizatio of the data's creator, the party •ceiving electronic files agrees that it will perform acceptance ests or procedures within 60 days, . er which the receiving party shall be deemed to have accep ed the data thus transferred. Any erro •etected within the 60-day acceptance period will be corr cted by the transferring party. C. When transferring documen in electronic media format, the transfe party makes no representations as to long t: 1, compatibility, usability, or readability of do uments resulting from the-use of software app cation packages,operating systems,or computer hardware differing frpm,thok used by the data' creator. ct w-. Cn r, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 10 of 62 ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS ' 4.01 Availability of Lands A. Own shall furnish the Site. Owner shall notify Contracto, of any encumbrances or restrictions not of g-,eral application but specifically related to use a the Site with which Contractor must comply in I-rforming the Work. Owner will obtain in a mely manner and pay for easements for permanent s 4 ctures or permanent changes in exis F: facilities. If Contractor and Owner are unable to agre: on entitlement to or on the amo 1 or extent, if any, of any adjustment in the Contract Price o Contract Times, or both, as a re t of any delay in Owner's furnishing the Site 4i or a part thereof, ,ntractor may make a Claim ' , efor as provided in Paragraph 10.05. B. Upon reasonable wn,en request, Owner s furnish Contractor with a current statement of record legal title and le:al description of th- •ds upon which the Work is to be performed and Owner's interest therein -, necessary for a,, s g notice of or filing a mechanic's or construction lien against such lands in a ordance with :f''plicable Laws and Regulations. C. Contractor shall provide for .11 additi.,a1 lands and access thereto that maybe required for temporary construction facilitie or stor ge of materials and equipment. 4.02 Subsurface and Physical Conditions = ---•� -��ti { p•.�. A. Reports and Drawings: The Suppl- ' entary Conditions identify: ` � ?"7.1 1. those reports known to 0 1-r o' explorations and tests of subsurface cpwlitions at or contiguous to the Site; and i.1 2. those drawings known to •wner of . •ysical conditions relating to existing surface or subsurface structures at the .ite(except Us s erground Facilities). B. Limited Reliance by Contrac sr on Technical D. a Authorized: Contractor may rely upon the accuracy of the "technical •. ." contained in suc' reports and drawings, but such reports and drawings are not Contract D)cuments. Such "techrn al data" is identified in the Supplementary Conditions. Except for such eliance on such "techni s data," Contractor may not rely upon or make any claim against 0 ler or Engineer,or any of th•it officers,directors, members, partners, employees,agents,consult. its,or subcontractors with res ect to: 1. the completeness of sue' reports and drawings for Conk .ctor's purposes, including, but not limited to, any aspects of the means, methods, techniq i-s, sequences, and procedures of construction to be emp oyed by Contractor, and safety pr.cautions and programs incident thereto;or 2. other data, interpretatio , opinions, and information contained in such reports or shown or indicated in such draw-in , or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions,or information. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 11 of 62 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technica data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially ina urate; or 2. is of su h a nature as to require a change in the C. .tract Documents; or 3. differs ma -rially from that shown or indicated ' the Contract Documents; or 4. is of an un .1 nature, and differs materiall from conditions ordinarily encountered and generally reco: ized as inherent in work ., the character provided for in the Contract Documents; then Contractor shall, p . .l ptly after becomin aware thereof and before further disturbing the subsurface or physical cone'lions or performin:. any Work in connection therewith (except in an emergency as required by P P. graph 6.16.A), I otify Owner and Engineer in writing about such condition. Contractor shall not er disturb uch condition or perform any Work in connection therewith(except as aforesaid)un ' receipt of 'tten order to do so. B. Engineer's Review: After receipt of :tten n i tice as required by Paragraph 4.03.A,Engineer will promptly review the pertinent condition, det: ine the necessity of Owner's obtaining additional exploration or tests with respect thereto, • d :dvise 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 T' I es, or b. , will be equitably adjusted to the extent that the existence of such differing su i surface or ► .ysical condition causes an increase or decrease in Contractor's cost of, or •i e required fo performance of the Work; subject, however,to the following: a. such condition must meet any on; or more of the cat:'ones described in Paragraph 4.03.A; and b. with respect to Work that is paid .r on a unit price basis, an .djustment in Contract Price will be subject to the provisio s . of Paragraphs 9.07 and 11.03. ` 2. Contractor shall not be entitled to any ad ustment in the Contract Price or Contract Times if ontractor knew of the existence of.uch conditions at the time Contractor made a final �a ` -c'ommitment to Owner with resp:.t to Contract Price and Contract Times by the =Submission of a Bid or becoming bo d under a negotiated contract; or r., b. the existence of such condition could easonably have been discovered or revealed as a result of any examination, investigate a n, exploration, test, or study of the Site and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 12 of 62 contiguous areas required by the Bidding Requirements or Co act Documents to be conducted by or for Contractor prior to Contractor's making suc• final commitment; or c. Contractor failed to give the written notice as required by P.1 .graph 4.03.A. 3. If Owner and Contractor are unable to agree on entitleme to or on the amount or extent, if any, of any adjustment in the Contract Price or Con a ct Times, or both, a Claim may be made therefor as provided in Paragraph 10.05. How- er, neither Owner or Engineer, or any of their officers, directors, members, partner employees, agents, consultants, or subcontractors shall be liable to Contractor ft any claims, costs, losses, or damages (inclu•' : but not limited to all fees and charge of engineers, architects, attorneys, and other profession. and all court or arbitration or ether dispute resolution costs) sustained by Contractor on •r in connection with any other •roject or anticipated project. 4.04 Underground Facilities A. Shown or Indicated: - information and 4 ata shown or indicated in the Contract Documents with respect to•existing Underground F• ilities at or contiguous to the Site is based on information and data furm.hed to Own•r or Engineer by the owners of such Underground Facilities, including Owner, or by othv . Unless it is otherwise expressly provided in the Supplementary Conditions: 1. Owner and Engineer shall no be ,esponsible for the accuracy or completeness of any such information or data provided b o a erg; and r- 2. the cost of all of the following 1 be included in the Contract Priece; and Ct�ntractor shall have full responsibility for: _ _ j a. reviewing and checking a such in , I ation and data; b. locating all Undergroun• Facilities sho , s or indicated in the Contract Docli}ents;. ' c. coordination of the W irk with the own; of such Underground Facilites, including Owner,during construe ion; and d. the safety and protec 1 on of all such Undergr• d Facilities and repairing any damage thereto resulting from •e Work. B. Not Shown or Indicated: 1. If an Underground Faci ty is uncovered or revealed at or contiguous to the Site which was not shown or indicated, .r not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions a ected 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 owner 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 13 of 62 consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Engineer concludes that a change in the Co•tract Documents is required, a Work Change Directive or a Change Order will be issued t. reflect and document such consequences. An _ equitable adjustment shall be made in the •ntract Price or Contract Times, or both, to the extent that they are attributable to the exist; ce or location of any Underground Facility that was not shown or indicated or not sho or indicated with reasonable accuracy in the ,ntract Documents and that Contractor 'd not know of and could not reasonably have been expted to be aware of or to have anti.,pated. If Owner and Contractor are unable to agree on en'' lement to or on the amount or e tent, if any, of any such adjustment in Contract Price or Con• . t Times,Owner or Contract. may make a Claim therefor as provided in Paragraph 10.05. 4.05 Reference Points A. Owner shall provide en,'•eering surve . to establish reference points for construction which in Engineer's judgment are -cessary to :•able Contractor to proceed with the Work. Contractor shall be responsible for la '•; out the ork, shall protect and preserve the established reference points and property monumen. , and .hall make no changes or relocations without the prior written approval of Owner. Con. ctor hall report to Engineer whenever any reference point or property monument is lost or destr. .• or requires relocation because of necessary changes in grades or locations, and shall be resp..1 sible for the accurate replacement or relocation of such reference points or property monument. : professionally qualified personnel. 4.06 Hazardous Environmental Condition at Si - A. Reports and Drawings: The Supple •entary ditions identify those reports and drawings known to Owner relating to Hazardous Environmen Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Te hnical Data Autho ' ed: Contractor may rely upon the accuracy of the "technical data" conta ed in such reports a • drawings, but such reports and drawings are not Contract Documents. uch "technical data" is '•entified in the Supplementary Conditions. Except for such reliance such "technical data," Co .ctor may not rely upon or make any claim against Owner or Eng er, or any of their officers, d' - tors, members, partners, employees,agents, consultants,or subc tractors with respect to: . 1. thecompleteness of such reports drawings for Contractor's purposes, including, but not - .limited to, any aspects of the me s, methods, techniques, sequences and procedures of construction to be employed by C tractor and safety precautions and programs incident r� thereto;or - 2. otheridata, interpretations, opinions a information contained in such reports or shown or - -= inditated in such drawings; or �-J 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions or information. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 14 of 62 C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed 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. Con .ctor shall be responsible for a Hazardous Environmental Condition created with any mat- als brought to the Site by Contractor, Subcontractors, Suppliers,or anyone else for whom C, 'tractor is responsible. D. If Contractor encounters a Hazardous Environmental Condi i.n or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Envir. ental Condition, Contractor shall immediately: (i) secure or otherwise isolate such conditio', (ii) stop all Work in connection with such condition : .d in any area affected thereby(except '. an emergency as required by Paragraph 6.16.A); and (iii notify Owner and Engineer (and p ,mptly thereafter confirm such notice in writing). Owner '.all promptly consult with Engin=-r concerning the necessity for Owner to retain a qualified e .ert to evaluate such conditio s or take corrective action, if any. Promptly after consulting with ngineer,Owner shall take su- . actions as are necessary to permit Owner to timely obtain require. .ermits and provide Con ctor the written notice requiiea. by Paragraph 4.06.E. • E. Contractor shall not be r- uired to resume ork in connection with supi"dondition or in any affected area until after 0 •er has obtained : .y required permits related eto and delivered written notice to Contractor: (i) specifying tat such condition and any affected~mea is or has been rendered safe for the res ..ption of .'ork; or (ii) specifying any special conditions under which such Work may be res .. -d safely. Owner and Contractor cannot agree as[to entitlement to or on the amount or extent, i : .y, of . y adjustment in Contract Price or Contract Times, or both,as a result of such Work stop'age a such special conditions under which Work is agreed to be resumed by Contractor, either •: may make a Claim therefor as provided in Paragraph 10.05. F. If after receipt of such written notice ' • s tractor does not agree to resume such Work based on a reasonable belief it is unsafe, or a a es 'of agree to resume such Work under such special conditions, then Owner may order e po ..on of the Work that is in the area affected by such condition to be deleted from the W,rk. If O ••.er and Contractor cannot agree as to entitlement to or on the amount or extent, if an , of an add. tment in Contract Price or Contract Times as a result of deleting such portion o' the Work, •,en either party may make a Claim therefor as provided in Paragraph 10.05. 0 .er may have • ch deleted portion of the Work performed by Owner's own forces or others in .ccordance with • 'cle 7. G. To the fullest extent permittee by Laws and Re: .ations, Owner shall indemnify and hold harmless Contractor, Subcon• .ctors, and Engineer, and the officers, directors, members, partners, employees, agents, c s sultants, and subcontrac ,rs of each and any of them from and against all claims, costs, losses and damages (including but •t limited to all fees and charges of engineers, architects, attorne ., and other professionals and all court or arbitration or other dispute resolution costs) aris'.g 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 o is-ntified 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 consequences of that individual's or entity's own negligence. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 15 of 62 H. To the fullest extent permitted by Laws and Regulatio. , Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directo , members,partners,employees, agents, consultants, and subcontractors of each and any of the es from and against all claims,costs,losses, and damages (including but not limited to all fees . . A charges of engineers, architects, attorneys, and other professionals and all court or arbitration o other dispute resolution costs) arising out of or relating to a Hazardous Environmental Cond' 'on created by Contractor or by anyone for who Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to inde s i •'fy any individual or entity from and a.ainst the consequences of that individual's or entity's .wn negligence. I. The provis •ns of Paragraphs 4.02, 4.03, an. 4.04 do not apply to a Hazardous Environmental Condition un•I vered or revealed at the Site. ARTICLE 5—BONDS '1 INSURANCE 5.01 Performance, Payment, • d Other Bonds A. Contractor shall furnish ,erformance an f payment bonds, each in an amount at least equal to the Contract Price as securi for the fai i. 1 performance and payment of all of Contractor's obligations under the Contra. Docume ts. These bonds shall remain in effect until one year after the date when final payment b. omes •ue or until completion of the correction period specified in Paragraph 13.07, whichever i ate 1, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contras i r shall also furnish such other bonds as are required by the Contract Documents. B. All bonds shall be in the form p seri i-d by the Contract Documents except as provided otherwise by Laws or Regulations, d shal se executed by such sureties as are named in the list of"Companies Holding Certificates of Autho \ as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies' as publishes in Circular 570 (amended) by the Financial Management Service, Surety Bon. Branch, U.S. )- 'artment of the Treasury. All bonds signed _by an agent or attorney-in-fact m st be accompani-s by a certified copy of that individual's authority to bind the surety. The : idence of authority all show that it is effective on the date =the:ageit or attorney-in-fact signed each bond. • C. If tlie.surety on any bond furnishe I by Contractor is declared b. : pt or becomes insolvent or its .. ~right-to-do business is terminated ' any state where any part of - Project is located or it ceases to meet=the requirements of Par.graph 5.01.B, Contractor shall : omptly notify Owner and - •• ngineet and shall,within 20 days after the event giving rise to such n. Tication,provide another �lpnd and surety, both of which s all comply with the requirements of Paragraphs 5.O1.B 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 obtaild 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 16 of 62 meet such additional requirements and qualifications as may be provided •s the Supplementary Conditions. 5.03 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additi' sal insured and loss payee ide ified in the Supplementary Conditions, certificates of ins, ance (and other evidence of ins ce requested by Owner or any other additional ins - s which Contractor is required to purch. e and maintain. B. Owner s'all deliver to Contractor, with copies to ea►t additional insured and loss payee identified • the Supplementary Conditions, certificat- of insurance (and other evidence of insurance r- nested by Contractor or any other addi •anal insured) which Owner is required to purchase and is aintain. C. Failure of Own. to demand such certificates or a ther evidence of Contractor's full compliance with these ins • ., e requirements or failure of• er to identify a deficiency in compliance from the evidence provi ed shall not be construed a waiver of Contractor's obligation to maintain such insurance. D. Owner does not repr. ent that insuran►- coverage and limits established to this Contract necessarily will be adeq :to to protect C s tractor. E. The insurance and ins . ce limits -quired herein shall not be deemed as al-limitation on Contractor's liability under ;e inde is 'ties granted to Owner in the Contraet ocuthents. 5.04 Contractor's Insurance A. Contractor shall purchase and ' •intain such insurance as is appropriate-for th`"..,Work being performed and as will provide aro -ction from claims set forth below which may arise out of or result from Contractor's perf►, I an - of the Work and Contractor's other obligations under the Contract Documents, wheth- it is to ,e performed by Contractor, any Subcontractor or Supplier, or by anyone directly or in i i ectly em 8 oyed by any of them to perform any of the Work, or by anyone for whose acts any A f them may s- liable: 1. claims under worke compensation, ►.sability benefits, and other similar employee benefit acts; 2. claims for damag;s because of bodily inj , occupational sickness or disease, or death of Contractor's emp oyees; 3. claims for dama,es because of bodily injury, si, . ess or disease, or death of any person other than Contractor s employees; 4. claims for damages insured by reasonably available ►ersonal injury liability coverage which are sustained: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 17 of 62 a. by any person as a result of an offense directly or indir: tly related to the employment of such person by Contractor, or b. by any other person for any other reason; 5. cla'.►s for damages, other than to the Work itsel because of injury to or destruction of tangi• e property wherever located, including loss ,,f use resulting therefrom; and 6. claims fo damages because of bodily injury ,r death of any person or property damage arising out • the ownership,maintenance or u•- of any motor vehicle. B. The policies of ins . ce required by this Para u .ph 5.04 shall: 1. with respect to i urance required by P. ,.graphs 5.04.A.3 through 5.04.A.6 inclusive, be written on an occ . ence basis, include as additional insureds (subject to any customary exclusion regarding • ofessional liabili Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include c►verage for e respective officers, directors, members, partners, employees, agents, consul r ►ts, and • bcontractors of each and any of all such additional insureds, and the insurance afford:• to these additional insureds shall provide primary coverage for all claims covere• •er- .y; 2. include at least the specific cove :.es and be written for not less than the limits of liability provided in the Supplementary C. • ions or required by Laws or Regulations, whichever is greater; 3. include contractual liability ins . ce co -ring Contractor's indemnity obligations under Paragraphs 6.11 and 6.20; 4. contain a provision or endorse••ent that the cove:ge afforded will not be canceled,materially changed or renewal refused un•1 at least 30 days p 'o written notice has been given to Owner and Contractor and to each other additional in- :• identified in the Supplementary Conditions to whom a certi cate of insurance has •een issued (and the certificates of insurance furnished by the Co tractor pursuant to Paragra. • 5.03 will so provide); 5. remain in effect at least until final payment and at all times th. eafter when Contractor may be correcting, removing, or eplacing defective Work in accor•. •ce with Paragraph 13.07; and 6. include completed operation. coverage: (I' a. Such insurance shall re• :in in effect for two years after final payment. b,.-contractor shall furnis Owner and each other additional insured identified in the _ Supplementary Conditio s, to whom a certificate of insurance has been issued, evidence ;satisfactory to Owner an• any such additional insured of continuation of such insurance at • mal payment and one year thereafter. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 18 of 62 5.05 Owner's Liability Insurance A. In addition to the insurance required to be provided by Contractor under Paragraph 5.04, Owner, at Owner's option, may purchase and maintain at 0 r. er's expense Owner's own liability insurance as will protect Owner against claims whic: may arise from opeions under the Contract Documents. o�-, c t ...1 5.06 Property Insurance en—`-- A. -`,A. Unless otherwise provided in the Supplemen ; Conditions, Owner shalfpurchase-and maintain pro insurance upon the Work at the S. e in the amount of the full replacement cost thereof (subject . such deductible amounts as :1 ay be provided in the Supplementaryt1Gonditions or required by I: s and Regulations).Thi• insurance shall: 1. include the in -rests of Owner Contractor, Subcontractors, and Engineer, and any other individuals or en ' ies identifie' in the Supplementary Conditions, and the officers, directors, members, partners, - i.ploye: , agents, consultants, and subcontractors of each and any of them, each of whom ', de; us ed to have an insurable interest and shall be listed as a loss payee; 2. be written on a Builder' Ri "all-risk" policy form that shall at least include insurance for physical loss or dam._e to ;e Work, temporary buildings, falsework, and materials and equipment in transit, . i d shall : sure against at least the following perils or causes of loss: fire, lightning, ext: ded coverat-, theft, vandalism and malicious mischief, earthquake, collapse, debris re As oval, demoliti i occasioned by enforcement of Laws and Regulations, water damage(o er than that causes by flood), and such other perils or causes of loss as may be specifically r:s uired by the Supple entary Conditions. 3. include expe -s incurred in the repair o replacement of any insured property(including but not limited to ees and charges of engineer- and architects); 4. cover mate als and equipment stored at the ite or at another location that was agreed to in writing by 0 er prior to being incorporated u the Work, provided that such materials and equipmen have been included in an Application or Payment recommended by Engineer; 5. allow fo partial utilization of the Work by Owner; 6. includ: testing and startup; and 7. be a :intained in effect until final payment is made -ss otherwise agreed to in writing by 0 er, Contractor, and Engineer with 30 days writte notice to each other loss payee to wh m a certificate of insurance has been issued. B. 0 -r shall purchase and maintain such equipment breakdown . mance or additional property in ance as may be required by the Supplementary Conditions o aws and Regulations which ill include the interests of Owner, Contractor, Subcontractors, . : ngineer, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 19 of 62 members, 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 'sted as a loss payee. C. All the policies of insurance (and the certificates or other -vidence thereof) required to be purchased and maintained in accordance with this Paragra, • 5.06 will contain a provision or endorsement that the coverage afforded will not be canc- ed or materially changed or renewal refused until at least 30 days prior written notice has bee given to Owner and Contractor and to each other lo •ayee to whom a certificate of insurance as been issued and will contain waiver provisions in ac •rdance with Paragraph 5.07. D. Owner shall not be -sponsible for purchasing and ii aintaining any property insurance specified in this Paragraph 5.06 • protect the interests of Con, .ctor, Subcontractors,or others in the Work to the extent of any ded► tible amounts that are id. tified in the Supplementary Conditions. The risk of loss within such id: tified deductible amo t will be borne by Contractor, Subcontractors, or others suffering any suc• loss, and if any of em wishes property insurance coverage within the limits of such amounts,ea,• may purchase a • maintain it at the purchaser's own expense. E. If Contractor requests in writing h.t other spec':1 insurance be included in the property insurance policies provided under this Paragr. •h 5.06, 0 er shall, if possible, include such insurance, and the cost thereof will be charged o Con m actor by appropriate Change Order. Prior to commencement of the Work at the Site, Own=r shall in writing advise Contractor whether or not such other insurance has been procured b 9 t er. 5.07 Waiver of Rights A. Owner and Contractor intend that all polici s p ased in accordance with Paragraph 5.06 will protect Owner, Contractor, Subcontractors and E ineer, and all other individuals or entities identified in the Supplementary Condition as loss pa -es (and the officers, directors, members, partners, employees, agents, consultants, . •d subcontra, ors of each and any of them) in such policies and will provide primary coverai4- for all losses : d damages caused by the perils or causes of loss covered thereby. All such p i licies shall conta' 'rovisions to the effect that in the event of payment of any loss or damage the insurers will have n s 'ghts of recovery against any of ,�the insureds or loss payees thereunder. 0 er and Contractor wai' - all rights against each other - and.their respective officers, directors, m-mbers, partners, employe• , agents, consultants and -subcontractors of each and any of them fir all losses and damages cau -, by, arising out of or -resulting from any of the perils or causes • loss covered by such policies . • any other property • r psuranoe applicable to the Work; and, in ;ddition, waive all such rights against Subcontractors and Engineer, and all other individuals or ntities identified in the Supplementary Conditions as -loss'paws (and the officers, directors, mbers, partners, employees, agents, consultants, and subcontractors of each and any of them) der such policies for losses and damages so caused. done of the above waivers shall extend to •e rights that any party making such waiver may have to the proceeds of insurance held by Owne as trustee or otherwise payable under any policy so issued. B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them for: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 20 of 62 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, ari '..g out of, or resulting from fire or other insured peril or cause of loss covered by any prop: insurance maintained on - completed Project or part thereof by Owner during p. al utilization pursuant to Paragra g g 14.05, after Substantial Completion pursuant to P g .graph 14.04, or after final payment • uant to Paragraph 14.07. C. Any insurance •.licy maintained by Owner covering any •ss, damage or consequential loss referred to in Para:a aph 5.07.B shall contain provisions to dl e effect that in the efv_trnt of payment of any such loss, •.1 i age, or consequential loss, the '. urers will haye-no ril_s of recovery against Contractor, bcontractors, or Engineer, and e officers, directiirsr aeiers,rpa>ttners, employees,agents,co i ultants and subcontractors of: .ch and any of 5.08 Receipt and Application of I rance Proceeds A. Any insured loss under the p'licies of insurance, -quired by Paragraph 5.0vi11 be Adjusted with Owner and made payable to • ler as fiduci. for the loss payees,as theiinterests,'may appear, subject to the requirements of . y applicabl- mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a separate acco g•t any mo -y so received and shall distribute it in accordance with such agreement as the parties:• intere• may reach.If no other special agreement is reached, the damaged Work shall be repair,d or •-placed, the moneys so received applied on account thereof,and the Work and the cost the eo%covered by an appropriate Change Order. B. Owner as fiduciary shall have power to .djust and settle any loss with the insurers unless one of the parties in interest shall object in Sting within 15 days after the occurrence of loss to Owner's exercise of this power. If uch objection be made, Owner as fiduciary shall make settlement with the insurers in acco dance ith such agreement as the parties in interest may reach. If no such agreement amon:, the parti. in interest is reached, Owner as fiduciary shall adjust and settle the loss with the . ers an•. if required in writing by any party in interest, Owner as fiduciary shall give bon for the proper erformance of such duties. 5.09 Acceptance of Bonds and Insurance; option to Replace A. If either Owner or Contractor ha. any objection to the c• erage afforded by or other provisions of the bonds or insurance require to be purchased and ma' .' ed by the other party in accordance with Article 5 on the basis of n n-conformance with the C. 'tract Documents,the objecting party shall so notify the other party 0 writing within 10 days afte receipt of the certificates (or other evidence requested) required • Paragraph 2.01.B. Owner an. ontractor shall each provide to the other such additional '• ormation in respect of insurance provided as the other may reasonably request. If either p. 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 21 of 62 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 of Property Insurer A. If Owner finds it necessary to occupy or use a portion or ,ortions of the Work prior to Substantial Completion of all the Work as provided in Paragrap 14.05, no such use or occupancy shall commence b- •re the insurers providing the property surance pursuant to Paragraph 5.06 have acknowledged •otice thereof and in writing elle. ed any changes in coverage necessitated thereby. The ins. ers providing the property ins . •ce shall consent by endorsement on the policy or policies, but the property insurance s .11 not be canceled or permitted to lapse on account of any such ,artial use or occupancy. ARTICLE 6—CONTRACTOR RESPONSIBILIT 6.01 Supervision and Superintend- 'ce A. Contractor shall supervise, .spect, and d'r ct the Work competently and efficiently, devoting such attention thereto and ap• I g such s 4,lls and expertise as may be necessary to perform the Work in accordance with the ,ntract Do'uments. Contractor shall be solely responsible for the means, methods, techniques, sect,ences, . id procedures of construction. Contractor shall not be responsible for the negligence of I wner •r Engineer in the design or specification of a specific means, method, technique, sequence, •r !rocedure of construction which is shown or indicated in and expressly required by the Contract I•cuments. B. At all times during the progress of e Work, Contractor shall assign a competent resident superintendent who shall not be repla•-d •'thout written notice to Owner and Engineer except under extraordinary circumstances. 6.02 Labor; Working Hours A. Contractor shall provide competent, itably qualifie• personnel to survey and lay out the Work and perform construction as require• by the Contract I ocuments. Contractor shall at all times maintain good discipline and order at •e Site. B: Exec%as otherwise required for the •.fety or protection of pe ons or the Work or property at the " Site of adjacent thereto, and except . otherwise stated in the •ntract Documents, all Work at • r" the-.Site shall be performed durin; regular working hours. Co. •actor will not permit the performance of Work on a Satur•.,, Sunday, or any legal holiday without Owner's written con"sehV(which will not be unreasona.ly withheld)given after prior written notice to Engineer. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Co .ct Documents, Contractor shall provide and assume full responsibility for all services, material, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fue power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilih and incidentals necessary for the performance, testing, start-up, and completion of the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 22 of 62 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 reluirecI\by Engineer, Contractor shall furnish satisfac ory evidence (including reports of require. tests)*to the source,kind,and quality of materials •d equipment. C. All materials and :•uipment shall be stored, applied, installed, c• ected, erected, protected, used, cleaned, and c nditioned in accordance with instructions of .•e applicable Supplier, except as otherwise may be • ovided in the Contract Documents. 6.04 Progress Schedule �. A. Contractor shall adhere t' the Progress Schedule establis►-d in accordance with Paragraph 2.07 as it may be adjusted from •••e to time as provided belo . 1. Contractor shall submit • Engineer for acceptanc: (to the extent indicated in Paragraph 2.07) proposed adjustments in •e Progress Schedule A at will not result in changing the Contract Times. Such adjustments will comply with y provisions of the General Requirements applicable thereto. r- 2. Proposed adjustments in the ''rogress Sche► le that will change the._Contra3 t Times shall be submitted in accordance with •i e require•• -nts of Article 12. Adjusents it-Conti-act Times may only be made by a Change ��rder. ' -=• •'_: 6.05 Substitutes and "Or-Equals" • A. Whenever an item of material or equip• •t is specified or described in the;toniriict Documents by using the name of a proprietary item the name of a particular Supplier, the`lecification or description is intended to establish the 1114.-, function, appearance, and quality required. Unless the specification or description conta.•• or followed by words reading that no like, equivalent, or "or-equal" item or no substitutio• is pe itted, other items of material or equipment or material or equipment of other Sup• iers ma' be submitted to Engineer for review under the circumstances described below. 1. "Or-Equal"Items: If in Engine 's sole discre' •n an item of material or equipment proposed by Contractor is functionally eq al to that name• and sufficiently similar so that no change in related Work will be required, it may be consid: ed by Engineer as an "or-equal" item, in which case review and approv 1 of the proposed it. • may, in Engineer's sole discretion, be accomplished without compli •ce with some or a. of the requirements for approval of proposed substitute items. Fo the purposes of this P. •graph 6.05.A.1, a proposed item of material or equipment will be •onsidered functionally eq. . to an item so named if: a. in the exercise of reasonabl- •udgment Engineer determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 23 of 62 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the complete Project as a functioning whole; and 3) it has a proven record of performance and av ilability of responsive service. b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the 0 .er or increase in Contract Times; and 2) •t will conform substantially to the • tailed requirements of the item named in the ntract Documents. 2. Substitute It- - : a. If in Engine. 's sole discretion an ite it of material or equipment proposed by Contractor does not qual as an "or-equal" it: t under Paragraph 6.05.A.1, it will be considered a proposed substi to item. b. Contractor shall su'mit sufficien information as provided below to allow Engineer to determine if the item .f material .r equipment proposed is essentially equivalent to that named and an accepta. - substi e therefor. Requests for review of proposed substitute items of material or equi► ii ent /ill not be accepted by Engineer from anyone other than Contractor. c. The requirements for review b Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General , :;uirements, and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make writte •.plica e n to Engineer for review of a proposed substitute item of material or equipment that Con I . tor seeks to furnish or use.The application: 1) shall certify that the prop I sed substitute -m will: a) perform adequately i e functions and ac *eve the results called for by the general design, b) be similar in substan t e to that specified, and c) be suited to the same se as that specified; `- D will state: : a) the extent, if any, to hich the use of the proposed substitute item will prejudice ` Contractor's achievem-nt of Substantial Completion on time, b) whether use of the pro.osed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other w rk on the Project) to adapt the design to the proposed substitute item,and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 24 of 62 c) whether incorporation or use of the proposed substitute item in connection 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 th. specified, and b) available engineering,sales,maintenance,repair d replacement services;and 1) shall contain an itemized estimate of all costs i r credits that will result directly or indirectly from use of such substitute item, '► luding costs of redesign and claims of other contractors affected by any resulting o ange. B. Substitute i onstruction Methods or Procedures If a specific means, method, technique, sequence, o procedure of construction is ex essly required by the Contract Documents, Contractor m.,, furnish or utilize a substitute r eans, method, technique, sequence, or procedure of constructio s approved by Engineer. Con u • tor shall submit sufficient information to allow Engineer, in En_;I eer's sole discretion, to • termine that the substitute proposed is equivalent to that expressly c. ed for by the Contract ri ocuments. The requirements for review by Engineer will be similar to t i ose provided in Para to •ph 6.05.A.2. C. Engineer's Evaluat on: Engineer wi be allowed a reasonable time within which to evaluate each proposal or sub ittal made purs 4 ant to Paragraphs 6.05.A and 6.05.B.Engineer may require Contractor to furnish a'ditional da . about the proposed substitute item. Engineef-3 ill be the sole judge of acceptability. o "or e s ,al" or substitute will be ordered, insilled pr utilized until Engineer's review is co plete, I ich will be evidenced by a Change:Order Ili the cast of a substitute and an approve Sho• Drawing for an "or equal." Engineer w4l1.aavise Contractor in writing of any negative det: s '►•tion. D. Special Guarantee: Owner 'ay require Contractor to furnish at Contracto6 exxcnse a•secial performance guarantee or o surety with respect to any substitute. rJ E. Engineer's Cost Reimburse ent. Engineer will record Engineer's costs in evaluating a substitute proposed or submitted by V ontrac or pursuant to Paragraphs 6.05.A.2 and 6.05.B.Whether or not Engineer approves a su stitute •o proposed or submitted by Contractor, Contractor shall reimburse Owner for reasonab - charges of Engineer for evaluating each such proposed substitute. Contractor s,all also rei• burse Owner for the reasonable charges of Engineer for making changes in the I ontract Doc o,ents (or in the provisions of any other direct contract with Owner)resulting from is a acceptance o' -.ch proposed substitute. F. Contractor's Expense Contractor shall p wide all data in support of any proposed substitute or "or-equal"at Contrac s rs expense. 6.06 Concerning Subcontracts rs, Suppliers, and Others A. Contractor shall not -mploy any Subcontractor, S s lier, or other individual or entity(including those acceptable t• Owner as indicated in Para'aph 6.06.B), whether initially or as a replacement, against whom Owner may have reason. le objection. Contractor shall not be EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 25 of 62 required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasona, e objection. B. If the Supplementary Conditions require the identity of ce ..4 Subcontractors,Suppliers, or other individuals or entities to be submitted to Owner in ad . ce for acceptance by Owner by a specified date prior to the Effective Date of the Agreeme t, and if Contractor has submitted a list thereof in accordance with the Supplementary Conditio i s, Owner's acceptance (either in writing ► by failing to make written objection thereto by the •:to indicated for acceptance or objection in the :idding Documents or the Contract Documents) 'f any such Subcontractor, Supplier, or other individual or entity so identified may be revoked •. the basis of reasonable objection after due investig. ion. Contractor shall submit an accepta• e replacement for the rejected Subcontractor, Supplier, . other individual or entity, and the Co tract Price will be adjusted by the difference in the cost oc • ioned by such replacement, and .4. appropriate Change Order will be issued. No acceptance b S wner of any such Subcontract'r, Supplier, or other individual or entity, whether initially or as a - •lacement, shall constitute . aiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fu. responsible to 0 er and Engineer for all acts and omissions of the Subcontractors, Supplie . and other indi duals or entities performing or furnishing any of the Work just as Contractor i esponsible f• Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit o. any s ch Subcontractor, Supplier, or other individual or entity any contractual relationship .e -en Owner or Engineer and any such Subcontractor, Supplier or other individual or en ;nor 2. shall create any obligation on the .. •f Owner or Engineer to pay or to see to the payment of any moneys due any such Subco tracto Supplier, or other individual or entity except as may otherwise be required by Laws . .d Regul. ;ons. D. Contractor shall be solely res!onsible for heduling and coordinating the Work of Subcontractors, Suppliers, and of er individuals or -ntities performing or furnishing any of the Work under a direct or indirect co tract with Contracto E` 'Contactor shall require all Su• ontractors, Suppliers, . • such other individuals or entities performing or furnishing any of e Work to communicate wi Engineer through Contractor. ti F. T.The;divisions and sections of th Specifications and the identifica '•ns of any Drawings shall not eontro7 Contractor in dividing 1.e Work among Subcontractors or 'pliers or delineating the Work to be performed by any s!ecific trade. G. 411 Work performed for Con.actor by a Subcontractor or Supplier will i- pursuant to an appropriate agreement betwee. Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or S pplier 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 wh• is listed as a loss payee on the property insurance provided in Paragraph 5.06, the agreement •-tween the Contractor and the Subcontractor or Supplier will contain provisions whereby the Subcontractor or Supplier waives all rights against Owner, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. MI rights reserved. Page 26 of 62 Contractor, Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or loss payees (and the officers, directors, members, 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 ,- perils or causes of loss covered by such policies and any other property insurance applicable s the Work. If the insurers on any such policies require separate waiver forms to be signed by .ny Subcontractor or Supplier, Contractor will obtain the same. 6.07 Patent Fe: and Royalties A. Contract, shall pay all license fees and royalties and •.sume all costs ii,id nt fin the use4n the performan,e of the Work or the incorporation in th, Work of any inveri n, sign,_pripcess, product,or ,evice which is the subject of patent ri_. or copyrights held lti? iiero.)If a particular invention, de 'gn, process, product, or device is s.ecified in the Contract Documents for use in the performan - of the Work and if, to the ac .1 knowledge of Owner or Engineer, its use is subject to pate. rights or copyrights calling '.r the payment of any license fee or royalty to others,the existe., e of such rights shall be di losed by Owner in the Contract Documents. B. To the fullest exte t permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contracto and its officers, directors, members, partners, employees, agents, consultants,and subco tractors from an• •gainst all claims,costs, losses,and damages(including but not limited to all fee and charges • engineers, architects, attorneys, and other professionals, and all court or arbitrati• or other • spute resolution costs) arising out of or relating to any infringement of patent righ or cop r,ghts incident to the use in the performance of the Work or resulting from the incorpora .•n in .e Work of any invention, design,process, product,or device specified in the Contract Doc en .,but not identified as being subject to payment of any license fee or royalty to others required •y .atent rights or copyrights. C. To the fullest extent permitted r Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, d e officers, directors,members, partners, employees, agents, consultants and subcontractors .f eac and any of them from and against all claims, costs, losses, and damages (including but n t limite c to all fees and charges of engineers,architects, attorneys, and other professionals and a, court or bitration or other dispute resolution costs)arising out of or relating to any infringe••ent of pa t rights or copyrights incident to the use in the performance of the Work it resulting fr. the incorporation in the Work of any invention, design,process,product,or device not speci".-d in the Contract Documents. 6.08 Permits A. Unless otherwise provid:• in the Supplementary I•nditions, Contractor shall obtain and pay for all construction permits •d licenses. Owner shall as.'st Contractor,when necessary, in obtaining such permits and licen•es. Contractor shall pay all :,vernmental charges and inspection fees necessary for the prose• tion of the Work which are app able at the time of opening of Bids,or, if there are no Bids,on e Effective Date_of the Agreement. I wner shall pay all charges of utility owners for connection for providing permanent service to the ' ork. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 27 of 62 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall c' s ply with all Laws and Regulations applicable to the performance of the Work. Except 'here otherwise expressly required by applicable Laws and Regulations, neither Owner a or Engineer shall be responsible for monitoring Contractor's compliance with any Laws o 'egulations. B. If►•ntractor performs any Work knowing or ha 's . reason to know that it is contrary to Laws or Regu :thins, Contractor shall bear all claims, c a sts, losses, and damages (including but not limited • all fees and charges of engineers, arc s tects, attorneys, and other professionals and all court or .:bitration or other dispute resolutio• costs) arising out of or relating to such Work. However, i hall not be Contractor's respons'•ility to make certain that the Specifications and Drawings are 's accordance with Laws and 1,egulations, but this shall not relieve Contractor of Contractor's ob _ations under Paragraph 3.0 . C. Changes in Laws o 'egulations not kno A at the time of opening of Bids (or, on the Effective Date of the Agreemen. if there were no Bi )having an effect on the cost or time of performance of the Work shall be th- ubject of an ad' stment in Contract Price or Contract Times. If Owner and Contractor are unable o agree on e titlement to or on the amount or extent, if any, of any such adjustment, a Claim ma be made t erefor as provided in Paragraph 10.05. 6.10 Taxes A. Contractor shall pay all sales, cons: er, use, and other similar taxes required to be paid by Contractor in accordance with the . ' and Regulations of the place of the Project which are applicable during the performance of he , ork. 6.11 Use of Site and Other Areas A. Limitation on Use of Site and Other •reas: 1. Contractor shall confine cons s tion equipment, :e storage of materials and equipment, and the operations of workers to the Site and other areas ermitted by Laws and Regulations, and shall not unreasonably encum s er the Site and other .. eas with construction equipment or other materials or equipment. ontractor shall assume la responsibility for any damage to any such land or area, or to th; owner or occupant thereo , •r of any adjacent land or areas resdlting from the performance •f the Work. • 2. Should any claim be made by . u y such owner or occupant because : the performance of the z `J Work, Contractor shall prompl y settle with such other party by ne_•tiation or otherwise y r rosolve the claim by arbitration t r other dispute resolution proceeding or a aw. • • G 3. To the fullest extent permitted b Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, : .d the officers, directors, members, partners, employees, agents, consultants and subcon i .ctors of each and any of them from and against all claims, costs, losses, and damages (incl •ing but not limited to all fees and charges of engineers, architects, attorneys, and other p ofessionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 28 of 62 by any such owner or occupant against Owner, Engineer, or any •ther party indemnified hereunder to the extent caused by or based upon Contractor's perf. ..ance of the Work. B. Removal of Debris During Performance of the Work: D g the progress of the Work Contractor shall keep the Site and other areas free from • cumulations of waste materials, rubbish, and other debris. Removal and disposal of sue. aste materials, rubbish, and other de. 's shall conform to applicable Laws and Regulations C. Cleanin_• Prior to Substantial Completion of the ork Contractor shall clean the Site and the Work an. . ake it ready for utilization by Owner. the completion of the Work Contractor shall remove fro the Site all tools, appliances, con ction equipment and machinery, and surplus materials an. hall restore to original conditio'. all property not designated for alteration by the Contract Doc i.ents. D. Loading Structur- : Contractor shall not 1 ad nor permit any part of any structli d to be loaded in any manner that 1 endanger the struc ,e, nor shall Contractor subjectny part'of the-Work or adjacent property to tresses or pressure• that will endanger it. 6.12 Record Documents c ;- c -7, •_ A. Contractor shall mainta.. in a •.fe place at the Site one record copy'. otjll Drawings, Specifications, Addenda, .hang- Orders, Work Change Directives, Field Orders„ and written interpretations and clarifica;on in good order and annotated to show chang&made during construction. These record d s ..ents together with all approved Samples and a counterpart of all approved Shop Drawings ll be available to Engineer for reference. Upon completion of the Work, these record documen T., amples, and Shop Drawings will be delivered to Engineer for Owner. 6.13 Safety and Protection A. Contractor shall be sol- y responsib - for initiating, maintaining and supervising all safety precautions and pro a • s in connecti• with the Work. Such responsibility does not relieve Subcontractors of their esponsibility for .e safety of persons or property in the performance of their work, nor for co•.pliance with apph,able safety Laws and Regulations. Contractor shall take all necessary pre autions for the safe of, and shall provide the necessary protection to prevent damage,inj or loss to: 1. all persons on the Site or who may be affecte. by the Work; 2. all the Work an. materials and equipment to be corporated therein,whether in storage on or off the Site; an. 3. other prope at the Site or adjacent thereto, eluding trees, shrubs, lawns, walks, pavements, ro;dways, structures, utilities, and Unde :.ound Facilities not designated for removal,reloc tion, or replacement in the course of cons• ction. B. Contractor shall •Imply with all applicable Laws and Regu : ions relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright e 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 29 of 62 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. Con .ctor shall comply with the applicable requirements of Owner's safety programs, if any. The Su,.lementary Conditions identify any Owner's sa ,' programs that are applicable to the Work. D. Contractor sh.. l inform Owner and Engineer of the ecific requirements of Contractor's safety program with ,ich Owner's and Engineer's empl' ees and representatives must comply while at the Site. E. All damage, injury, o loss to any property refe rd to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in hole or in part,by Co. .actor,any Subcontractor, Supplier, or any other individual or entity direct or indirectly emplo ed by any of them to perform any of the Work, or anyone for whose acts an . .em may b- liable, shall be remedied by Contractor (except damage or loss attributable to ..e :ult of D • ings or Specifications or to the acts or omissions of Owner or Engineer or anyone loyed b any of them, or anyone for whose acts any of them may be liable, and not attributabl: •irectl or indirectly, in whole or in part, to the fault or negligence of Contractor or any Sub •'tab or, Supplier, or other individual or entity directly or indirectly employed by any of them). F. Contractor's duties and responsibilities fo •fety and for protection of the Work shall continue until such time as all the Work is comp ete. and Engineer has issued a notice to Owner and Contractor in accordance with Paragra!h 14.►7.B that the Work is acceptable (except as otherwise expressly provided in connecti•. with S .stantial Completion). 6.14 Safety Representative A. Contractor shall designate a qualified • d experienced s. -ty representative at the Site whose --1- duties. and responsibilities shall be .- prevention of a idents and the maintaining and supervising of safety precautions and proa . . s. 6,15• Hazard Communication Programs A.2Corltractor shall be responsible for coor ' ating any exchange of mat- :al safety data sheets or ._other--hazard communication information equired to be made available to sr exchanged between ,or among employers at the Site in accord ce with Laws or Regulations. 6.16 Emergencies A. In emergencies affecting the safety or protction of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt wri en notice if Contractor believes that any significant changes in the Work or variations from the .,ontract Documents have been caused thereby or are required as a result thereof. If Engineer determines that a change in the Contract Documents is J EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 30 of 62 required because of the action taken by Contractor in response to such . , 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 En: neer for review and approval in accordance with the accepted Schedule of Submittals (. required by Paragraph 2.07). Each su• ••'ttal will be identified as Engineer may require. C; 1. Sho. Drawings: �, ``- y: ; a. Sub 't number of copies specified in the ►.eneral Requirements.2 • b. Data own on the Shop Drawin:• will be complete with rEapect: to quantities, dimens •ns, specified performance . ►• design criteria,materials, and sim J r data to show Enginee the services, materials, . d equipment Contractor propcises tcfrovide and to enable En •eer to review the inf• ••ation for the limited purposes required by Paragraph 6.17.D. 2. Samples: a. Submit number •' Samples .pecified in the Specifications. b. Clearly identify ea h S. ,,•ple as to material, Supplier, pertinent data such as catalog numbers, the use fo w ch intended and other data as Engineer may require to enable Engineer to review th- ; bmittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or 4•.•le is required by the Contract Documents or the Schedule of Submittals, any related Wor: per •rmed prior to Engineer's review and approval of the pertinent submittal will be at the sole xpens, and responsibility of Contractor. C. Submittal Procedures: 1. Before submitting ea.,• Shop Draw' or Sample,Contractor shall have: a. reviewed and co rdinated each Sh• • Drawing or Sample with other Shop Drawings and Samples and wi • the requirements o the Work and the Contract Documents; b. determined an• verified all field ms. urements, quantities, dimensions, specified performance . • design criteria, installa 'in requirements, materials, catalog numbers, and similar info •ation with respect thereto, c. determined an• verified the suitability of a materials offered with respect to the indicated appli s:tion, fabrication, shipping, hang ' g, storage, assembly, and installation pertaining to the performance of the Work;and d. determined and verified all information relative to ontractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and p • •u s incident thereto. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 31 of 62 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall give Engineer sp•cific written notice of any variations that the Shop Drawing or Sample may have fro, the requirements of the Contract Documents. This notice shall be both a written mmunication separate from the Shop Drawing or Sample submittal; and, in addition, b,' a specific notation made on each Shop Drawing o ample submitted to Engineer for revi and approval of each such variation. D. Engineer's Revi- . 1. Engineer will pro de timely review of Shop ►'rawings and Samples in accordance with the Schedule of Submi' .1s acceptable to Engine- . Engineer's review and approval will be only to determine if the it_ s covered by the sub ri ittals will, after installation or incorporation in the Work, conform to a e information give in the Contract Documents and be compatible with the design concept ,f the completed ', oject as a functioning whole as indicated by the Contract Documents. 2. Engineer's review and appro :1 will not - tend to means,methods, techniques, sequences,or procedures of construction(exc:.t where a particular means,method,technique, sequence,or procedure of construction is speci ally : d expressly called for by the Contract Documents) or to safety precautions or program .,dent thereto. The review and approval of a separate item as such will not indicate approval the assembly in which the item functions. 3. Engineer's review and approval shal no. relieve Contractor from responsibility for any variation from the requirements of the Con. . t Documents unless Contractor has complied with the requirements of Paragraph 6. 7.C.3 an•.Engineer has given written approval of each such variation by specific written not. 'on thereo '.corporated in or accompanying the Shop Drawing or Sample. Engineer's re ew and approval shall not relieve Contractor from responsibility for complying with the equirements of '< .graph 6.17.C.1. E. Resubmittal Procedures: 1. Contractor shall make corrections re wired by Engineer and sh. return the required number of corrected copies of Shop Drawing s and submit, as required, n:w Samples for review and approval. Contractor shall direct s.-cific attention in writing to evisions other than the corrections called for by Engineer on isrevious submittals. 6.18 Continuing.the Work ` A. Cpntracto?' shall carry on the Work and :dhere to the Progress Schedule during all disputes or disagreements with Owner. No Work sh:11 be delayed or postponed pending resolution of any disputes 4i•'.disagreements, except as pe lifted by Paragraph 15.04 or as Owner and Contractor may otherwise agree in writing. 4-� EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 32 of 62 • 6.19 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that all Work will be ' accordance with the Contract Documents and will not be defective. Engineer and its o.6 ers, directors, members, partners, employees, agents, consultants, and subcontractors all be entitled to rely on representation of Contractor's warranty and guarantee. B. Contract. 's warranty and guarantee hereunder excludes de is or damage caused by: 1. abuse, m,dification, or improper maintenance or o p-ration by persons other than Contractor, Subcontra• ors, Suppliers, or any other indiv.•ual or entity for whom Contractor is responsible; .r 2. normal wear . d tear under normal usage. C. Contractor's obliga 'on to perform and co 88 •lete the Work in accordance with the Contract Documents shall be a'solute.None of the fo owing will constitute an acceptance of Work that is not in accordance with the Contract Doc is -nts or a release of Contractor's obligation to perform the Work in accordanc- with the Contract,1 ocuments: 1. observations by En.' -er; 2. recommendation by En..'s eer or .:yment by Owner of any progress or final payment; 3. the issuance of a certific.te of .ubstantial Completion by Engineer or any payment related thereto by Owner; 4. use or occupancy of the Wor or any part thereof by Owner; 5. any review and approval o' a op Drawing or Sample submittal or the issuance of a notice of acceptability by Engine.r; 6. any inspection,test,or a! .royal b e thers;or k' 7. any correction of defec've Work by o wner. , 6.20 Indemnification ` A. To the fullest extent pe .8'tted by Laws and 'egulations, Contractor shl-indify eiand hold harmless Owner and En s eer, and the officers, irectors, members, partnefs, emyees, agents, consultants and subconactors of each and any o em from and against all claims, costs, losses, and damages (includin: but not limited to all fees . d charges of engineers, architects, attorneys, and other professionals and all court or arbitration or ther dispute resolution costs) arising out of or relating to the perfo .ance of the Work,provided th. any such claim, cost, loss, or damage is attributable to bodily i jury, sickness, disease, or death, o to injury to or destruction of tangible property(other than • - Work itself), including the loss of use esulting therefrom but only to the extent caused by any egligent act or omission of Contractor, any Subcontractor,any Supplier,or any individual or enh ik 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 . EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 33 of 62 B. In any and all claims against Owner or Engineer or any of eir officers, directors, members, partners, employees, agents, consultants, or subcontractors . any employee (or the survivor or personal representative of such employee) of Contractor, a. Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any .f them to perform any of the Work,or anyone for whose acts any of them may be liable,the in.-mnification obligation under Paragraph 6.20.A shall not be limited in any way by any limit. ion on the amount or type of damages, compensation, or benefits payable by or for Contrac .r or any such Subcontractor, Supplier, or other indi idual or entity under workers' compen-.tion acts, disability benefit acts, or other employee be'efit acts. C. The indemnifica:on obligations of Contractor der Paragraph 6.20.A shall not extend to the liability of Engine; and Engineer's officers, .' ectors, members, partners, employees, agents, consultants and subctractors arising out of: 1. the preparation or a• 'royal of, or the failur to prepare or approve maps,Drawings,opinions, reports,surveys, Chan e Orders,designs, r Specifications; or 2. giving directions or ins tions, or fai ' g to give them, if that is the primary cause of the injury or damage. 6.21 Delegation of Professional Design Sery .es A. Contractor will not be required to prov professional design services unless such services are specifically required by the Contract Doc eats for a portion of the Work or unless such services are required to carry out Contractor'. ; ponsibilities for construction means, methods, techniques, sequences and procedures. I ontra• or shall not be required to provide professional services in violation of applicable law. B. If professional design services or ce fications by design professional related to systems, materials or equipment are specifically ,-quired of Con. ctor by the Contract Documents,Owner and Engineer will specify all perform:nee and design c eria that such services must satisfy. Contractor shall cause such services .r certifications to b; provided by a properly licensed professional, whose signature and seal shall appear on all dra .gs, calculations, specifications, certifications, Shop Drawings and ther submittals prepares .y such professional. Shop Vrawirigi and other submittals related o the Work designed or ce 'ed by such professional, if jiiepared by others,shall bear such pro -ssional's written approval whe ubmitted to Engineer. • C. Owner-and Engineer shall be entitled o rely upon the adequacy, accuracy d completeness of - the services, certifications or approvals performed by such design professional , .rovided Owner and Engineer have specified to Contra,tor all performance and design criteria tha uch services must satisfy. D. Pursuant to this Paragraph 6.21, En:'i eer'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 give. and the design concept expressed in the Contract Documents. Engineer's review and app val 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 34 of 62 E. Contractor shall not be responsible for the adequacy of the performance qr,design criteria required by the Contract Documents. _ ARTICLE 7—OTHER WORK AT THE SITE =� 7.01 Related Work at Site K, • A. Owner may perform other work related to the Project at the :ite with diet's renployees, or ough other direct contracts therefor, or have other work ,erformed by Vtility oviers. If such oth: work is not noted in the Contract Documents,then: 1. wri'en notice thereof will be given to Contractor p. or to starting any such other work; and 2. if 0 er and Contractor are unable to agree o, entitlement to or on the amount or extent, if any, o y adjustment in the Contract Pric- or Contract Times that should be allowed as a result of uch other work,a Claim may be •'ade therefor as provided in Paragraph 10.05. B. Contractor sha• afford each other contracto who is,a party to such a direct contract, each utility owner, and Own-r, if Owner is performin: other work with Owner's employees,proper and safe access to the Site, .rovide a reasonable o.portunity for the introduction and storage of materials and equipment ane the execution of s h other work, and properly coordinate the Work with theirs. Contractor sh. I do all cutting, 'tting, and patching of the Work that may be required to properly connect or o erwise make ' several parts come together and properly integrate with such other work. Con.M ctor shall • •t endanger any work of others by cutting, excavating, or otherwise altering such ork; pro •ed, however, that Contractor may cut or alter others' work with the written consent s' Engin:-r and the others whose work will be affected. The duties and responsibilities of Contrac er un•-r this Paragraph are for the benefit of such utility owners and other contractors to the exte t •at there are comparable provisions for the benefit of Contractor in said direct contracts betwe- S er and such utility owners and other contractors. C. If the proper execution or res is s f any part of Contractor's Work depends upon work performed by others under this Article , C• •tractor shall inspect such other work and promptly report to Engineer in writing any • -lays, • -fects, or deficiencies in such other work that render it unavailable or unsuitable f,r the prop• execution and results of Contractor's Work. Contractor's failure to so report will onstitute . • acceptance of such other work as fit and proper for integration with Contract,is Work excep for latent defects and deficiencies in such other work. 7.02 Coordination A. If Owner intends to co i tract with others for th- •erformance of other work on the Project at the Site,the following will .e set forth in Supplemen ; Conditions: 1. the individual or .tity who will have authori and responsibility for coordination of the activities among •e various contractors will be ide ;feed; 2. the specific matte to be covered by such authority and : ponsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 35 of 62 B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships , A. Paragraphs 7.01.A and 7.02 are not applicable for utilities 'of under the control of Owner. B. Each othe direct contract of Owner under Paragr. eh 7.01.A shall provide that the other contractor is 'able to Owner and Contractor for the r/ onable direct delay and disruption costs incurred by Co actor as a result of the other contrac i rs wrongful actions or inactions. C. Contractor shall b= liable to Owner and any other infractor under direct contract to Owner for the reasonable direc delay and disruption costs i i,urred by such other contractor as a result of Contractor's wrongfu .ction or inactions. ARTICLE 8—OWNER'S RESP 1 SIBILITIES 8.01 Communications to Contractor A. Except as otherwise provided in ese Genera onditions, Owner shall issue all communications to Contractor through Engineer. 8.02 Replacement of Engineer A. In case of termination of the employment ,, Engineer, Owner shall appoint an engineer to whom Contractor makes no reasonable objection ' ,hose status under the Contract Documents shall be that of the former Engineer. 8.03 Furnish Data A. Owner shall promptly furnish the data re• ired of 0 ,er under the Contract Documents. 8.04 Pay When Due A. Owner shall make payments to Contrac it when they are dues provided in Paragraphs 14.02.0 and 14.07.C. 8.05 Lands and Easements;Reports and Tests A; Owner's:duties with respect to providi : ds and easements and providing engineering surveys to establish reference points are set fo h Paragraphs 4.01 and 4.05. Pararaph 4.02 refers to ` iwner's'identifying and making avail.bl to Contractor copies of reports of explorations and tests of subsurface conditions and draw ng of physical conditions relating to existing surface or subsurface structures at the Site. 8.06 Insurance A. Owner's responsibilities, if any,with respect to purchasing and maintaining liability and property insurance are set forth in Article 5. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright Co 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 36 of 62 8.07 Change Orders A. Owner is obligated to execute Change Orders as indicated in Para ph 10.03. 8.08 Inspections, Tests, and Approvals A. Owner's responsibility with respect to certain inspection-, tests, and approvals is set forth in P. .ph13.03.B. 8.09 Limitations . Owner's Responsibilities A. The Owner hall not supervise, direct, or have con, of or authority over, nor be responsible for, Contractor's is eans,methods, techniques, sequenc•s, or procedures of construction, or the safety precautions . s programs incident thereto, or for . y failure of Contractor to comply with Laws and Regulation applicable to the performance f the Work. Owner will not be responsible for Contractor's fail - to perform the Work in acc,,rdance with the Contract Documnts. 8.10 Undisclosed Hazardo ' Environmental Conditio o A. Owner's responsibili in respect to an un'isclosed Hazardous Environikeital.. "condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrang: ents A. Upon request of Contractor, Owner s :11 furnish Contractor reasonable evidence that financial arrangements have been made o satis Owner's obligations under the Contract Documents. 8.12 Compliance with Safety Program ' A. While at the Site, Owner's emp 6 ee$ and representatives shall comply with the specific applicable requirements of Con I . t. 's` safety programs of which Owner has been informed pursuant to Paragraph 6.13.D. ARTICLE 9—ENGINEER'S STATUS D r ' G t,I NSTRUCTION 9.01 Owner's Representative A. Engineer will be Owner's r: .resentative d ' g the construction period. The duties and responsibilities and the limita 'ons of authority Engineer as Owner's representative during construction are set forth in the Contract Documen 9.02 Visits to Site A. Engineer will make visits to I e Site at intervals appropriat= to the various stages of construction as Engineer deems necess. ,, in order to observe as an • •erienced and qualified design professional the progress s.t has been made and the qua of the various aspects of Contractor's executed Work. :ased on information obtained during such visits and observations, Engineer, for the benefit of I er, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 37 of 62 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. 0 the basis of such visits and observations, Engineer will keep Owner informed of the progre:s of the Work and will endeavor to guard Owner against defective Work. B. Engineer's visits and observations are subject to all the stations on Engineer's authority and respoibility set forth in Paragraph 9.09.Particularly,bu ithout limitation,during or as a result of Engin er's visits or observations of Contractor's W-irk, Engineer will not supervise, direct, control, or 'ave authority over or be responsible for V ontractor's means, methods, techniques, sequences,or .rocedures of construction, or the safety .recautions and programs incident thereto, or for any fai e of Contractor to comply with .ws and Regulations applicable to the performance of the Work. 9.03 Project Representative A. If Owner and Engineer -e, Engineer will , 'sh a Resident Project Representative to assist Engineer in providing more -xtensive observati• of the Work. The authority and responsibilities of any such Resident Proj: t Representati - and assistants will be as provided in the Supplementary Conditions, an. . itations on le responsibilities thereof will be as provided in Paragraph 9.09. If Owner design. -s another epresentative or agent to represent Owner at the Site who is not Engineer's consul • agent .r employee, the responsibilities and authority and limitations thereon of such other indi 'dual sr entity will be as provided in the Supplementary Conditions. 9.04 Authorized Variations in Work A. Engineer may authorize minor variation in the ork from the requirements of the Contract Documents which do not involve an adju tment in k e Contract Price or the Contract Times and are compatible with the design concep of the corn. eted Project as a functioning whole as indicated by the Contract Documents. r ese may be ace: plished by a Field Order and will be binding on Owner and also on Contrac or, who shall pe the Work involved promptly. If Owner or Contractor believes that a Fie d Order justifies an . sustment in the Contract Price or Contract Times, or both, and the parties . e unable to agree on e s itlement to or on the amount or extent, if any, of any such adjustm nt, a Claim may be m. .e therefor as provided in Paragraph 10.05. 9.05 Rejecting Defective Work A.C Engineer will have authority to reject Work which Engineer believes to be •; ective, or that Engineer believes will not produce a c•mpleted Project that conforms to the Contrac Documents or that will prejudice the integrity of th design concept of the completed Project as a functioning ' - whole.as indicated by the Contract I ocuments. Engineer will also have authority to require special-inspection or testing of the .rk as provided in Paragraph 13.04, whether or not the Work'is fabricated, installed, or compl- ed. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 38 of 62 9.06 Shop Drawings, Change Orders and Payments A. In connection with Engineer's authority, and limitations ther- :f, as to Shop Drawings and Samples,see Paragraph 6.17. B. In co ection with Engineer's authority, and limitations ..ereof, as to design calculations and design al.wings submitted in response to a delegation o .rofessional design services, if any, see Paragraph ..21. C. In connectio a with Engineer's authority as to Chan;- Orders,see Articles 10, 11, and 12. N r D. In connection s'th Engineer's authority as to A.•lications for Payment, see Artie'14. 9.07 Determinations for it Price Work '= I A. Engineer will dete ,ine the actual quantiti s and classifications of Unit Pric. .Worlcgerforried by Contractor. Enginee will review with Contractor the Engineer's preliminary-determinations on such matters before r .dering a written •ecision thereon (by recommendation of*Application for Payment or otherwi e). Engineer's 'tten decision thereon will be final and binding(except as modified by Engineer o reflect ch...ged factual conditions or more accurate data)upon Owner and Contractor, subject to .e provis.ens of Paragraph 10.05. 9.08 Decisions on Requirements of ntra. Documents and Acceptability of Work A. Engineer will be the initial in • roreter of the requirements of the Contract Documents and judge of the acceptability of the Wo thereunder. All matters in question and other matters between Owner and Contractor arising a or to the date final payment is due relating to the acceptability of the Work, and the interpreta•on o the requirements of the Contract Documents pertaining to the performance of the Work, 'ill be eferred initially to Engineer in writing within 30 days of the event giving rise to the que•tion. B. Engineer will, with reas• .able prom. to ess, render a written decision on the issue referred. If Owner or Contractor b ieves that an such decision entitles them to an adjustment in the Contract Price or Con• • t Times or both a Claim maybe made under Paragraph 10.05.The date of Engineer's decision .hall be the date o the event giving rise to the issues referenced for the purposes of Paragraph 40.05.B. C. Engineer's written d cision on the issue re -rred will be fmal and binding on Owner and Contractor,subject t• the provisions of Paragrap 10.05. D. When functioning .. interpreter and judge under 1i's Paragraph 9.08, Engineer will not show partiality to Owner .r Contractor and will not be ha', e in connection with any interpretation or decision rendered' good faith in such capacity. 9.09 Limitations on Enginee 's Authority and Responsibilities A. Neither Engineer's thority 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 39 of 62 exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Engineer shall create, imps se, or give rise to any duty in contract, tort, or otherwise owed by Engineer to Contractor, . . Subcontractor, any Supplier, any other individual or entity,or to any surety for or employee o agent of any of them. B. En_ eer will not supervise, direct, control, or s ave authority over or be responsible for Con. . tor's means, methods, techniques, sequen.-s, or procedures of construction, or the safety precauti ns and programs incident thereto, or fo r any failure of Contractor to comply with Laws and Regu tions applicable to the performance f f the Work. Engineer will not be responsible for Contractor' failure to perform the Work in ac .rdance with the Contract Documents. C. Engineer will n t be responsible for the acts •r omissions of Contractor or of any Subcontractor, any Supplier, or s any other individual or - . 'ty performing any of the Work. D. Engineer's review o e final Application or Payment and accompanying documentation and all maintenance and opei. ing instructions, s hedules, guarantees, bonds, certificates of inspection, tests and approvals, and •ther documenta on required to be delivered by Paragraph 14.07.A will only be to determine gen- .lly that the' content complies with the requirements of, and in the case of certificates of ins ections, t:.ts, and approvals that the results certified indicate compliance with,the Contract oocume. s. E. The limitations upon authority an. es, onsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representati if any,and assistants, if any. 9.10 Compliance with Safety Program A. While at the Site, Engineer's empl.yees s d representatives shall comply with the specific applicable requirements of Contract is safe .rograms of which Engineer has been informed pursuant to Paragraph 6.13.D. ARTICLE 10—CHANGES IN THE WORK CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Contract . d without notice to an surety, Owner may, at any time or from time to time, order additions, eletions, or revisions in 'e Work by a Change Order, or a Work Change Directive. Upon recei•t of any such document, tractor shall promptly proceed with the Work involved which will 1.e performed under the applic. •le conditions of the Contract Documents(except as otherwise spe ifically provided). B. If Owner,and Contractor are unable is agree on entitlement to, or on the ..u ount or extent, if any, of an adjt tmtment in the Contract Pri e or Contract Times, or both, that s •uld be allowed as a result,of 4 Work Change Directive, a Claim may be made therefor as pr. ided in Paragraph 1`0.05: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 40 of 62 • 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 P. m i •ph 13.04.D. 10.03 Execution of Change • ders A. Owner and Contract,r shall execute appropriate Ch. ie Orders recommended by Engineer covering: 1. changes in the Wor which are: (i) ordered b ,Owner pursuant to9!aragrapli 10.01.A, (ii) required because of . ceptance of defective ork under Paragraph 13.08: or',Owner's correction of defective ork under Paragrap P 13.09, or(iii)agreed to 1#7,1,Iie parties; ;„ 2. changes in the Contract ' .ce or Contract 'imes which are agreed to bk-the parties, including any undisputed sum or • I,ount of time or Work actually performed acctcidance with a Work Change Directive; ano 3. changes in the Contract Price or . ' 4 • t Times which embody the substance of any written decision rendered by Engin- -r uant to Paragraph 10.05; provided that, in lieu of executing any such Change • d: , an appeal may be taken from any such decision in accordance with the provisio of the Contract Documents and applicable Laws and Regulations,but during any ••a peal,Contractor shall carry on the Work and adhere to the Progress Schedule as provide s P. .graph 6.18.A. 10.04 Notification to Surety A. If the provisions of any bons •quire noti - to be given to a surety of any change affecting the general scope of the Work • the provisis a of the Contract Documents (including, but not limited to, Contract Price o ' ontract Times), the giving of any such notice will be Contractor's responsibility. The amoun •f each applicable .and will be adjusted to reflect the effect of any such change. 10.05 Claims A. Engineer's Decision Required: All Claims, except .ose waived pursuant to Paragraph 14.09, shall be referred to th:lEngineer for decision. A decision by Engineer shall be required as a condition precedent to .I y exercise by Owner or Con for of any rights or remedies either may otherwise have under I. Contract Documents or by s and Regulations in respect of such Claims. B. Notice:Written notic: s ting the general nature of each Claim shall be delivered by the claimant to Engineer and the o er 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 41 of 62 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 . .justment in Contract Price shall be prepared in accordance with the provisions of Paragraph .01.B. A Claim for an adjustment in Contract Times shall be prepared in accordance with th- provisions of Paragraph 12.02.B. Each Claim shall be accompanied by claimant's written stat; .i ent that the adjustment claimed is the entire adjustment to which the claimant believes it ' entitled as a result of said event. The opposing party shall submit any response to Engin:er and the claimant within 30 days after receipt of the claimant's last submittal(unless Engin:-r allows additional time). C. Engine: 's Action: Engineer will review each Cl.',.i and, within 30 days after receipt of the last submittal ► the claimant or the last submittal . the opposing party, if any, take one of the following ac'.ns in writing: 1. deny the Clai I: in whole or in part; 2. approve the Oa'al• or 3. notify the parties tha• •e Engineer is un ble to resolve the Claim if, in the Engineer's sole discretion, it would be inappropriate f. the Engineer to do so. For purposes of further resolution of the Claim,s h notice shal be deemed a denial. D. In the event that Engineer does no. take ac '•n on a Claim within said 30 days,the Claim shall be deemed denied. E. Engineer's written action under Paragra• i 10.05.0 or denial pursuant to Paragraphs 10.05.C.3 or 10.05.D will be final and binding upon •wner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure '-t orth in Article 16 within 30 days of such action or denial. F. No Claim for an adjustment in Contract 'rice or •ntract Times will be valid if not submitted in accordance with this Paragraph 10.05. ARTICLE 11—COST OF THE WORK; ALLO ANCES; ' PRICE WORK 11.01 Cost of the Work A-C'osts included: The term Cost of the ork means the sum of a costs, except those excluded in Paragraph 11.01.B, necessarily incurred : •d paid by Contractor in ,t e proper performance of the Work. When the value of any Work overed by a Change Orde or when a Claim for an adjuktment in Contract Price is dete i.' ped on the basis of Cost of • - Work, the costs to be reimbursed to Contractor will be only the se additional or incremental co required because of the change in the Work or because of the -vent giving rise to the Claim. Exc..t as otherwise may - be agreed-to in writing by Owner, such c I sts shall be in amounts no higher than those prevailing itiEhe locality of the Project, shall not incl i de any of the costs itemized in Paragraph 11.01.B, and shall include only the following items: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 42 of 62 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on th- Work. Payroll costs shall inclu.-,but not be limited to, salaries and wages plus the cost ' fringe benefits, which shall include ocial security contributions, unemployment, exci , and payroll taxes, workers' compensa;on, health and retirement benefits, bonuses, si leave, vacation and holiday pay applicable kt ereto. The expenses of performing Work f i tside of regular working hours, on Saturday, S 'day, or legal holidays, shall be included ' the above to the extent authorized by Owner. 2. Cost of all mate '.1s and equipment furnished . f incorporated in the Work, including costs of transportation . t d storage thereof, and Su•fliers' field services required in connection therewith. All cash •'scounts shall accrue to ontractor unless Owner deposits funds with Contractor with whi to make payments, ' which case the cash discounts shall accrue to Owner.All trade disco► i ts,rebates and re ds and returns from sale of surplus materials and equipment shall accrue Owner, and Co tractor shall make provisions so that they may be obtained. 3. Payments made by Contrac 1r to Sub,ontractors for Work perforin by Subcontractors. If required by Owner, Contract. shall f tain competitive bids from sl contractors'act+.eptable to Owner and Contractor and s .11 d: iver such bids to Owner,who ;till.thea-determine,with the advice of Engineer,which bi f , f any,will be acceptable. If any any .stiIiicontwt provides that the Subcontractor is to be pais on the basis of Cost of the Work Aus a I fee, the Subcontractor's Cost of the W f and fee shall be determined in the we manner as Contractor's Cost of the Work . a fe:as provided in this Paragraph 11.01. w 4. Costs of special consultants ' s cludin: but not limited to engineers, architects, testing laboratories, surveyors, attorn-,s, and acc f I tants) employed for services specifically related to the Work. 5. Supplemental costs includin: the following: a. The proportion of n;cessary transportati s s, travel, and subsistence expenses of Contractor's employe-• incurred in discharge o duties connected with the Work. b. Cost, including trans f ortation and maintenance, •f all materials, supplies, equipment, machinery, applianc—, office, and temporary faci 'ties at the Site, and hand tools not owned by the worker., which are consumed in the f-rformance of the Work, and cost, less market value, o such items used but not consu -d which remain the property of Contractor. c. Rentals of all cons' tion equipment and machinery,and the parts thereof whether rented from Contractor or o s ers in accordance with rental agreements approved by Owner with the advice of Engin•er, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 43 of 62 said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes re •ted to the Work, and for which Contractor is liable,as imposed by Laws and Regu . 'ons. e. eposits lost for causes other than negligent- of Contractor, any Subcontractor, or an one directly or indirectly employed by any t f them or for whose acts any of them may be 11:ble,and royalty payments and fees for p rmits and licenses. f. Losses and damages (and related expe ses) caused by damage to the Work, not compens.ted by insurance or otherwise, .ustained by Contractor in connection with the performan•- of the Work (except losse' and damages within the deductible amounts of property ins. . t ce established in acc rrdance with Paragraph 5.06.D), provided such losses and da t ages have resulted fro't causes other than the negligence of Contractor, any Subcontrac t r, or anyone directly sr indirectly employed by any of them or for whose acts any of the II may be liable. S h losses shall include settlements made with the written consent an. approval of 0 i er. No such losses, damages, and expenses shall be included in the Cost . the Work fo i the purpose of determining Contractor's fee. g. The cost of utilities,fue and sari facilities at the Site. h. Minor expenses such as tel- y m•, long distance telephone calls, telephone service at the Site, express and courier se 'c:., and similar petty cash items in connection with the Work. i. The costs of premiums for all b i nt,, and insurance Contractor is required by the Contract Documents to purchase and ma'stain B. Costs Excluded: The term Cost of the ork sha not include any of the following items: ._ 1. Payroll costs and other compens tion of Co actor's officers, executives, principals (of ' partnerships and sole proprieto .hips), gene . managers, safety managers, engineers, - ` -architects, estimators, attorneys, . ditors, accoun t ts, purchasing and contracting agents, _ 'expediters, timekeepers, clerks, an. other personnel ; ployed by Contractor, whether at the Site or in Contractor's principal o branch office for g.t eral administration of the Work and not specifically included in the a a eed upon schedule . job classifications referred to in Paragraph 11.01.A.1 or specificall covered by Paragraph 1.01.A.4, all of which are to be _, considered administrative costs co -red by the Contractor's f--. 2. Expenses of Contractor's principal and branch offices other th. t 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 . :ainst Contractor for delinquent payments. 4. Costs due to the negligence of Contra► or, 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 44 of 62 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. item not specifically and expressly included in Paragraphs 11.01.A. . C. Contractor's Fee: When all the Work is performed on the basis s ' cost-plus, Contractor's fee shal ►- determined as set forth in the Agreement. When the va e of any Work covered by a Change o, der or when a Claim for an adjustment in Contract P- ce is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set :rth in Paragraph 12.01.C. D. Documentatii.n: Whenever the Cost of the Work for any ► rpose is to be determined pursuant to Paragraphs 1 .01.A and 11.01.B, Contractor will es , .lish and maintain records thereof in accordance wi h generally accepted accounting prac. es and submit in a form acceptable to Engineer an ite s ' ed cost breakdown together with s •porting data. 11.02 Allowances A. It is understood tha Contractor has included in A e Contract Price all allowances so named in the Contract Documen • and shall cause the Wor so covered to be performed for such sums and by such persons or entiti-s as may be acceptable o Owner and Engineer. B. Cash Allowances: T-- C3 1. Contractor agrees tha : a. the cash allowance. include th; cost to Contractor(less any appll6able tyle discounts)of materials and equip i ent req ed by the allowances to be delitfed at the Site, and all applicable taxes; and R.) b. Contractor's costs for , 'ading and handling on the Site, labor, installation, overhead, profit, and other expe i ontemplated for the cash allowances have been included in the Contract Price and .of 1, the allowances, and no demand for additional payment on account of any of e fo g,'ing will be valid. C. Contingency Allowance: 1. Contractor agrees that a ontingen allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an .ppropriate Ch. s _e Order will be issued as recommended by Engineer to reflect actual amounts due Contractor o. account of Work covered by allowances, and the Contract Price shall be c. espondingly adjust:•. 11.03 Unit Price Work A. Where the Contract Do • i ents provide that all or e A, 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 45 of 62 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. 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 initia ontract Price. Determinations of the actual quantitie. and classifications of Unit Price Work erformed by Contractor will be made by Engine: subje• to the provisions of Paragraph 9.07. C. Each unit p'ce ill be deemed to include an amo go considered by Contractor to be adequate to cover Contra. or . overhead and profit for each s r i arately identified item. D. Owner or Cont . or may make a Claim for ..s adjustment in the Contract Price in accordance with Paragraph 10. if: 1. the quantity of . \ item of Unit Price ork performed by Contractor differs materially and significantly from e estimated quanti►, of such item indicated in the Agreement; and 2. there is no correspon.:►1 g adjustment ' ith respect to any other item of Work; and 3. Contractor believes that ontractor s entitled to an increase in Contract Price as a result of having incurred additiona -xpense sr Owner believes that Owner is entitled to a decrease in Contract Price and the part - are able to agree as to the amount of any such increase or decrease. ARTICLE 12—CHANGE OF CONTRACT ' CE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price A. The Contract Price may only be chat ged by . Change Order. Any Claim for an adjustment in the Contract Price shall be based on tten notic: submitted by the party making the Claim to the Engineer and the other party to th; Contract ' accordance with the provisions of Paragraph 10.05. B. The value of any Work covered b a Change Order or of any Claim for an adjustment in the Contract Price will be determined as ollows: 1. where the Work involved is coy:red by unit prices con ined in the Contract Documents, by capplication of such unit prices to the quantities of ' - items involved (subject to the provisions of Paragraph 11.03); o . 2. where the Work involved is not c s vered by unit prices contains in the Contract Documents, by nhutually agreed lump sum(w ich may include an allowanc\ or overhead and profit not necessarily in accordance with Para a .ph 12.01.C.2); or 3. where the Work involved is not co ered 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). EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 46 of 62 C. Contractor's 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 :ercentages of the various portions of the Cost of the Work: a. for costs incurre• •der Paragraphs 11.01.A.1 and 11.0 .A.2, the Contractor's fee shall be 15 percent; b. for costs incurred und: Paragraph 11.01.A.3,the C• tractor's fee shall be five percent; c. where one or more tie • of subcontracts are on .•e basis of Cost of the Work plus a fee and no fixed fee is agre;• upon, the intent of 'aragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor w o actually perfo ••• the Work, at whatever tier, will be paid a fee of 15 percent of the co.is incurred by s • Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that an higher tier Su contractor and Contractor will each be paid a fee of five percent of the am•unt paid to ie next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.4, 11.01.A.5,and 11.01.B; •• • e. the amount of credit to be allo ed •y Contractor to Owner for aiy-cCangg which'results in a net decrease in cost will •- the amount of the actual net ate:tease in cost plus a deduction in Contractor's fee b an amount equal to five perceng 9f such net Ldyease; and .• f. when both additions and cr.dits e involved in any one change, the-adjustment in Contractor's fee shall be co••puted on the basis of the net change in accordance with Paragraphs 12.01.C.2.a thro,gh 12.0 C.2.e,inclusive. 12.02 Change of Contract Times A. The Contract Times may only •- changed by a Change Order. Any Claim for an adjustment in the Contract Times shall be based on written no 'ce submitted by the party making the Claim to the Engineer and the other p. • to the Contract i, accordance with the provisions of Paragraph 10.05. B. Any adjustment of the Co+tract Times covered •\ a Change Order or any Claim for an adjustment in the Contract hues will be determine• '• accordance with the provisions of this Article 12. 12.03 Delays A. Where Contractor is prey:•ted from completing any part of ;e Work within the Contract Times due to delay beyond the c introl of Contractor,the Contract Ti •: will be extended in an amount equal to the time lost du; to such delay if a Claim is made therefor as provided in Paragraph 12.02.A. Delays beyond •e control of Contractor shall include, but not be limited to, acts or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 47 of 62 neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7,fires, floods, epidemics,abnormal weather conditions,or acts of God. B. If Owner, Engineer, or other contractors or utility owner .erforming other work for Owner as contemplated by Article 7, or anyone for whom I r er is responsible, delays, disrupts, or interferes with the performance or progress of the W. k, then Contractor shall be entitled to an equitable adjustment in the Contract Price or - Contract Times, or both. Contractor's entitlement to an adjustment of the Contract Ti •s is conditioned on such adjustment being essential o Contractor's ability to complete the W rk within the Contract Times. C. If Contract.' is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal we.. .er conditions, acts of God, ac • or failures to act of utility owners not under the control of 0 .-r, or other causes not the fa of and beyond control of Owner and Contractor, then Contractor •"all be entitled to an equitae adjustment in Contract Times, if such adjustment is essential to Co tractor's ability to corn. ete the Work within the Contract Times. Such an adjustment shall b: Contractor's sole an. exclusive remedy for the delays described in this Paragraph 12.03.C. D. Owner,Engineer,and .-it officers, direc ors,members,partners, employees,agents,consultants, or subcontractors shall . .t be liable t. Contractor for any claims, costs, losses, or damages (including but not limited o all fees • d charges of engineers, architects, attorneys, and other professionals and all court o . bitratio. or other dispute resolution costs)sustained by Contractor on or in connection with any o..er proj: t or anticipated project. E. Contractor shall not be entitled t. an djustment in Contract Price or Contract Times for delays within the control of Contractor. -1• , attributable to and within the control of a Subcontractor or Supplier shall be deemed to be de :, within the control of Contractor. ARTICLE 13—TESTS AND INSPECTIONS I RRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects A. Prompt notice of all defective Wor of which S wner or Engineer has actual knowledge will be given to Contractor. Defective Wor may be reje ed, corrected, or accepted as provided in this Article 13. 13.02 Access to Work A. Owner, Engineer, their consulta s and other represent.. 'ves and personnel of Owner, independent testing laboratories, a • governmental agencies th jurisdictional interests will have access to the Site and the Wo at reasonable times for their .servation, inspection, and testing. Contractor shall provide the . proper and safe conditions for such access and advise them pf Cofactor's safety procedures and •rograms so that they may comply therewith as applicable. r t.� " = EJCDC C-700 Standard General Conditions of the Construction Contract T • -') (Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 48 of 62 C- C-4 13.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for a required inspections, tests, or approvals and shall cooperate with inspection and testing perso i.1 el to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent - ting laboratory to perform all inspections,tests,or approvals required by the Contract Docum; is except: 1. for inspec ens,tests,or approvals covered by Paragrap.: 13.03.0 and-1-3.03.I?' elow;;x 2. that costs inc ed in connection with tests or insp: tions conducted pUfsttant,to Paragraph 13.04.B shall .- paid as provided in Paragraph 13.1 .C;and =r y ; , • 3. as otherwise spe ifically provided in the Contra Documents. : C. If Laws or Regulation of any public body havin jurisdiction require any Wtk(or part thereof) specifically to be inspe ted, tested, or approve, by an employee or other representative of such public body, Contracto shall assume full esponsibility for arranging and obtaining such inspections, tests, or app •vals, pay all cos . in connection therewith, and furnish Engineer the required certificates of ins.- tion or approv i. D. Contractor shall be responsi i e for arranp, ig and obtaining and shall pay all costs in connection with any inspections, tests, • approv. s required for Owner's and.Engineer's acceptance of materials or equipment to be ' corpor. ed in the Work; or acceptance of materials, mix designs, or equipment submitted for ap• oval .rior to Contractor's purchase thereof for incorporation in the Work. Such inspections,tests or approvals shall be performed by organisations acceptable to Owner and Engineer. E. If any Work (or the work of o .-rs that is to be inspected, tested, or approved is covered by Contractor without written con a en;e of Engineer, Contractor shall, if requested by Engineer, uncover such Work for observa on. F. Uncovering Work as provid d in Para .ph 13.03.E shall be at Contractor's expense unless Contractor has given Engin -r timely no'ce of Contractor's intention to cover the same and Engineer has not acted with easonable pro.k etness in response to such notice. 13.04 Uncovering Work A. If any Work is covered ontrary to the writte request of Engineer, it must, if requested by Engineer,be uncovered f i r Engineer's observatio. and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that overed Work be observed by Engineer or inspected or tested by others, Contractor, at En:'•-er's request, shall uncover, expose, or otherwise make availa. e for observation, inspection, • testing as Engineer may require, that portion of the Work in q estion, furnishing all necessary las• material,and equipment. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. AU rights reserved. Page 49 of 62 C. If it is found that the uncovered Work is 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 uncovering, exposure, observation, inspec '.n, and testing, and of satisfactory replacement or reconstruction (including but not limited to •11 costs of repair or replacement of work of •thers); and Owner shall be entitled to an appro• 'ate decrease in the Contract Price. If the parties , e unable to agree as to the amount thereo', Owner may make a Claim therefor as provided in ': .graph 10.05. D. If the uncovere• Work is not found to be defective, f ontractor shall be allowed an increase in the Contract Price o an extension of the Contract imes, or both, directly attributable to such uncovering, expos, e, observation, inspection, t;sting, replacement, and reconstruction. If the parties are unable t• agree as to the amount o• extent thereof, Contractor may make a Claim therefor as provided ' Paragraph 10.05. 13.05 Owner May Stop the Work A. If the Work is defective, sr Contractor fa' s to supply sufficient skilled workers or suitable materials or equipment, or f.is to perform e Work in such a way that the completed Work will conform to the Contract Do • ents, 0 ,er' may order Contractor to stop the Work, or any portion thereof, until the cause sr such or i er has been eliminated; however, this right of Owner to stop the Work shall not give n e to an duty on the part of Owner to exercise this right for the benefit of Contractor, any Subco •acto i any Supplier, any other individual or entity, or any surety for,or employee or agent of. o P them. 13.06 Correction or Removal of Defective Work A. ,Promptly,after receipt of written notic:. ,ntractor shall correct all defective Work, whether or 1~ not fabricated, installed, or completed, •r, i' e Work has been rejected by Engineer, remove it T from-theaProject and replace it with ork th. is not defective. Contractor shall pay all claims, r costs;•losses, and damages (includin;. but no limited to all fees and charges of engineers, architects; attorneys, and other pro -ssionals . 'd all court or arbitration or other dispute - iesolution costs)arising out of or relat , g to such co'ection or removal(including but not limited fa-all costs of repair or replacement of ork of others). B. When correcting defective Work un•-r the terms of thi Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that w•uld void or otherwis ' pair Owner's special warranty and guarantee, if any,on said Work. 13.07 Correction Period A. If within one year after the date of Su tantial Completion (or such Ion:-r period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provis n of the Contract Documents, any Work is found to be defective, or if the repair of any damag s to the land or areas made available for Contractor's use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 50 of 62 1. repair such defective land or areas; or 2. correct such defective Work; or -:. i r' • 1 3. if the defective Work has been rejected by Owner, remov- it from the:-Project Ind replace it with Work that is not defective,and . r , 4. sati• actorily correct or repair or remove and repla = . •y damage to other Work,---to the work of o ' -rs or other land or areas resulting therefro•i B. If Contract k r does not promptly comply with the, •s of Owner's written instructions, or in an emergency . here delay would cause serious : of loss or damage, Owner may have the defective W• k corrected or repaired or may •• e the rejected Work removed and replaced. All claims, costs, •sses, and damages (includin: • •t not limited to all fees and charges of engineers, architects, atto.ii eys, and other professi•.•. s and all court or arbitration or other dispute resolution costs arising out of or relay,•: to such correction or repair or such removal and replacement(incl,ding but not limited t .. costs of repair or replacement of work of others)will be paid by Contrac •r. C. In special circums • ces where a �. cular item of equipment is placed in continuous service before Substantial Co L pletion of. e Work,the correction period for that item may start to run from an earlier date if s. provide• the Specifications. D. Where defective Work : d d age to other Work resulting therefrom) has been corrected or removed and replaced un• -r , Paragraph 13.07,the correction period hereunder with respect to such Work will be extende i • an additional period of one year after such correction or removal and replacement has been s• actorily completed. E. Contractor's obligations i de this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions •f thi• Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisio i o any a; •livable statute of limitation or repose. 13.08 Acceptance of Defective W,r A. If, instead of requ' 'i g orrection or -moval and replacement of defective Work, Owner (and, prior to Engineer's c endation of . •al payment,Engineer)prefers to accept it, Owner may do so. Contractor s.al pay all claims, co. , losses, and damages (including but not limited to all fees and charges f ngineers, architects, attorneys, and other professionals and all court or arbitration or o er dispute resolution c,sts) attributable to Owner's evaluation of and determination to .c pt such defective Wor (such costs to be approved by Engineer as to reasonableness) .,id or the diminished value • the Work to the extent not otherwise paid by Contractor purs . • to this sentence. If any ch acceptance occurs prior to Engineer's recommendatio o final payment, a Change Orde will be issued incorporating the necessary revisions in the o1 fact Documents with respect to i- Work, and Owner shall be entitled to an appropriate deer-asin the Contract Price, reflecting the : ' ished value of Work so accepted. If the parties are una a 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 51 of 62 13.09 Owner May Correct 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 b, Engineer in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Wor; in accordance with the Contract Documents, or if Contractor fails to comply with any other p .vision of the Contract Documents, Owner ma after seven days written notice to Contractor, a rrect,or remedy any such deficiency. B. In exercising the rights and remedies under this :. .graph 13.09, Owner shall proceed expeditiously. , connection with such corrective # remedial action, Owner may exclude Contractor from :11 or part of the Site, take possess'•n of all or part of the Work and suspend Contractor's sery es related thereto, take pos -ssion of Contractor's tools, appliances, construction equip -nt and machinery at the Site, : s d incorporate in the Work all materials and equipment stored at e Site or for which 0 er has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, 0 s er's representatives, agents and employees, Owner's other contracto and Engineer and E gineer's consultants access to the Site to enable Owner to exercise the righ and remedies unde this Paragraph. C. All claims, costs, losses, an damages (inc ding but not limited to all fees and charges of engineers, architects, attorney• and other .rofessionals and all court or arbitration or other dispute resolution costs) incurre,' or susta' ed by Owner in exercising the rights and remedies under this Paragraph 13.09 will be harged gainst Contractor, and a Change Order will be issued incorporating the necessary revisio . in th Contract Documents with respect to the Work; and Owner shall be entitled to an approp to #ecrease in the Contract Price. If the parties are unable to agree-as to the amount of the adjus nt, Owner may make a Claim therefor as provided in Paragraph 10.05. Such claims, costs, lo es and damages will include but not be limited to all . costs of repair, or replacement of work o . ers destroyed or damaged by correction,removal, or replacement of Contractor's defective W i rk. D. Contractor shall not be allowed an exte sion o the Contract Times because of any delay in the petirformance of the Work attributable to the exert'se by Owner of Owner's rights and remedies Wider this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACT I R AND CO i'LETION 14.01 Schedule of Values A. The Schedule of Values established as ,rovided in Paragraph : 07.A will serve as the basis for progress payments and will be incorpora ed into a form of Applic. 'on for Payment acceptable to Engineer. Progress payments on account .f Unit Price Work will be .. ed on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. MI rights reserved. Page 52 of 62 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 suitab - stored at the Site or at another location agreed to in writing, the Application for Payme, shall also be accompanied by a bill of sale, invoice, or other documentation warrantin: that Owner has received the materiand equipment free and clear of all Liens ani -vidence that the materials and equipmen. are covered by appropriate property insuran.- or other arrangements to protect Owner's in -rest therein,all of which must be satisfact I to Owner. 2. Beginning wi the second Application for Pa ent, each Application shall include an affidavit of Co, s .ctor stating that all previous p •gress payments received on account of the Work have bee I applied on account to d'..charge Contractor's legitimate obligations associated with p .•r Applications for Payme s . 3. The amount of re :1.ge with respect to progress payments will tie=as stipulated i>h the Agreement. -- _, - B. Review of Applications: 1. Engineer will, within 10 .ys after r: eipt of each Application for Paynielit;either indicate in writing a recommendatio s of pa ent and present the Application to'C)wner'idr return the Application to Contractor i dica g in writing Engineer's reasons for refusing to recommend payment. In the latter case, on ctor may make the necessary corrections and resubmit the Application. 2. Engineer's recommendation • ' any payment requested in an Application for Payment will constitute a representation b E :'•eer to Owner, based on Engineer's observations of the executed Work as an exp 'enc:d and qualified design professional, and on Engineer's review of the Application f i r Pa i -nt and the accompanying data and schedules, that to the best of Engineer's knowle•:e,info ation and belief: a. the Work has progres•ed to the po. t indicated; b. the quality of the W ark is generally accordance with the Contract Documents (subject to an evaluation o the Work as a i ctioning whole prior to or upon Substantial Completion, the re ults of any subseq -nt tests called for in the Contract Documents, a final determinatio s of quantities and clas ifications for Unit Price Work under Paragraph 9.07,and any othe qualifications stated in e recommendation); and c. the conditions pr cedent to Contractor's be►: entitled to such payment appear to have been fulfilled in s far as it is Engineer's respo s,.ibility to observe the Work. 3. By recommending . •y such payment Engineer ,11 not thereby be deemed to have represented that: a. inspections mad- to check the quality or the quan ' of the Work as it has been performed have been exhaustive, extended to every asp'ct of the Work in progress, or EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 53 of 62 involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents;or b. there may not be other matters or issues between e parties that might entitle Contractor to be paid additionally by Owner or entitle Own- to withhold payment to Contractor. 4. Neither Engineer's review of Contractor's Work 'sr the purposes of recommending payments no Engineer's recommendation of any pa ,ent, including final payment, will impose resp• sibility on Engineer: a. to pervise,direct,or control the Wor or b. for •- means, methods, techniques sequences, or procedures of construction, or the safety • ecautions and programs inti,,ent thereto, or c. for Contr. tor's failure to comply 'th Laws and Regulations applicable to Contractor's performanc• of the Work,or d. to make any e amination to asc; ain how or for what purposes Contractor has used the moneys paid on ,ccount of the •ontract Price, or e. to determine that le to any o the Work, materials, or equipment has passed to Owner free and clear of any iens. 5. Engineer may refuse to rec•mm:nd the whole or any part of any payment if, in Engineer's opinion, it would be in •rr: t to make the representations to Owner stated in Paragraph 14.02.B.2. Engineer %,ay also refuse to recommend any such payment or, because of subsequently discovered evi•• ce or the results of subsequent inspections or tests, revise C"' or revoke any such payment r;c•• • endation previously made, to such extent as may be i necessary in Engineer's opinio• to p •tett Owner from loss because: a: the Work is defective, or omplet-: Work has been damaged, requiring correction or replacement; - y b:- the Contract Price has been educed by Ch.,•ge Orders; c. Owner has been required t• correct defective ` •rk or complete Work in accordance with Paragraph 13.09; or d. Engineer has actual knowl.dge of the occurrence o .ny of the events enumerated in Paragraph 15.02.A. C. Payment Becomes Due: 1. Ten days after presentation of the Application for Payment to Owner with Engineer's recommendation, the amount r:commended will (subject to the provisions of Paragraph 14.02.D)become due,and when 'ue will be paid by Owner to Contractor. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 54 of 62 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 C• i tractor's performance or furnishing of the Work; b. Lies.. have been filed' in connection with the W. , except where Contractor has delive -d a specific bond atisfactory to Owner to s;, ure the satisfaction and discharge of such Lie; ; \� c. there are o -r items entitling.Owner to a set-' 1 against the amount recommended; or d. Owner has a• .1 knowledge of the oc• ence of any of the events enumerated in Paragraphs 14.1 .B.5.a through 14.02.B •.c or Paragraph 15.02.A. 2. If Owner refuses to i. e payment of\the 11 amount recommended by Engineer, Owner will give Contractor imme iate written not' e (with a copy to Engineer) stating the reasons for such action and prom tly pay Con A ctor any amount remaining after deduction of the amount so withheld. 0 er shall pr-.mptly pay Contractor the amount so withheld, or any adjustment thereto agreed • by 0 'er and Contractor,when Contractor remedies the reasons for such action. 3. Upon a subsequent determin;tin that Owner's refusal of payment was not justified, the amount wrongfully withheld s .11 be treated as an amount due as determined by Paragraph 14.02.C.1 and subject to inter.t: provided in the Agreement. 14.03 Contractor's Warranty of Title '> yq A. Contractor warrants and : • • I tees that title to all Work, materials, and:Equipicilent ovpred by any Application for Payment whether in•srporated in the Project or nal,-will Qa s to Owner no later than the time of payme I free and cle. , of all Liens. = • r) 14.04 Substantial Completion A. When Contractor conside the entire Work r-:dy for its intended use Contractor shall notify Owner and Engineer in 'ting that the entire srk is substantially complete (except for items specifically listed by Co tractor as incomplete) . i d request that Engineer issue a certificate of Substantial Completion. B. Promptly after Contra•tor's notification, Owner, ;ntractor, and Engineer shall make an inspection of the Work o determine the status of comp -tion. If Engineer does not consider the Work substantially co s plete, Engineer will notify Con, .ctor in writing giving the reasons therefor. C. If Engineer considers th- Work substantially complete,Engineer will deliver to Owner a tentative certificate of Substantia Completion which shall fix the date of Substantial Completion. There shall be attached to the - ficate a tentative list of items to-be completed or corrected before EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 55 of 62 final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions 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 submissi In of the tentative certificate to Owner, notify Contractor in writing, stating the reasons the for. If, after consideration of Owner's objections, Engineer considers the Work substantial ; complete, Engineer will, within said 14 days, exe te and deliver to Owner and Coni . tor a definitive certificate of Substantial Completion ,with a revised tentative list of items o be completed or corrected) reflecting such changes from 1 tentative certificate as Engine- believes justified after consideration of any objections from owner. D. At the time of de 'very of the tentative ce ificate of Substantial Completion, Engineer will deliver to Owner . ,d Contractor a written ecommendation as to division of responsibilities pending final paymen. between Owner and ontractor with respect to security, operation, safety, and protection of th= Work, mainten. , ce, heat, utilities, insurance, and warranties and guarantees. Unless Owns and Contracto► agree otherwise in writing and so inform Engineer in writing prior to Engineer' 'ssuing the de',nitive certificate of Substantial Completion,Engineer's aforesaid recommendation ill be bind'►: on Owner and Contractor until final payment. E. Owner shall have the right t• exclu II Contractor from the Site after the date of Substantial Completion subject to allowin:. C I/I tractor reasonable access to remove its property and complete or correct items on the te i ti ve list. 14.05 Partial Utilization A. Prior to Substantial Completion • all •e Work, Owner may use or occupy any substantially completed part of the Work whic i as sp- ifically been identified in the Contract Documents, or which Owner,Engineer, and Con► ctor agr:- constitutes a separately functioning and usable part of the Work that can be used by S ner for i' intended purpose without significant interference ith Contractor's performance o i e remainder •f the Work, subject to the following conditions: `l.. Oyutier at any time may req - t ' ontractor in i 'ting to permit Owner to use or occupy any - slpart of the Work which • er believes to b: ready for its intended use and substantially --- complete. If and when Con► : :tq agrees that such s: of the Work is substantially complete, -'-- Contractor, Owner, and En: - will follow the pro -.ures of Paragraph 14.04.A through D for thaj part of the Work. '! i 2N Contractor at any time may noti 4 Owner and Engineer in 'ting that Contractor considers any such part of the Work -ady for its intended use and sub . tially complete and request Engineer to issue a certificat of` bstantial Completion for that .. of the Work. 3. Within a reasonable time a i er e t ►er such request, Owner, Contra .s r, and Engineer shall make an inspection of that p.i of .e Work to determine its status of co►, •letion. If Engineer does not consider that part • the Work to be substantially complete, En:; eer will notify Owner and Contractor in wri •g : ving the reasons therefor. If Engineer considers that part of the Work to be substantiall co 1 .Tete, the provisions of Paragraph 14.04 will apply with respect to certification of Subs . •tial . ompletion of that part of the Work and the division of responsibility in respect thereof. Id access thereto. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 56 of 62 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 o • • agreed portion thereof is complete, Engm - will promptly make a final inspection wi Owner and Contractor and will notify Contractor in writing of all particulars in which thi spection reveals that the Work is incomplete or defecti e. Contractor shall immediately e such measures as are necessary to complete such Work or emedy such deficiencies. 14.07 Final Payment ~= A. Application for Payment: c� `' 1. After Contractor has, in •e opinion of ngineer, satisfactorily coiiipleted=all correptions identified during the fina inspection • d has delivered, in accordance'wig the Contract Documents, all mainten• e and o a crating instructions, schedules, guarantees, bonds, certificates or other eviden e of • . ance, certificates of inspection, marked-up record documents (as provided in ara y . •h 6.12), and other documents, Contractor may make application for final payment Bo ' g the procedure for progress payments. 2. The final Application for Payme I shall be accompanied(except as previously delivered)by: a. all documentation called f•. ' the Contract Documents, including but not limited to the evidence of insurance req ed •y Paragraph 5.04.B.6; b. consent of the surety, if. y,to f al payment; c. a list of all Claims aga' st Owner ,at Contractor believes are unsettled; and d. complete and legally effective relees or waivers (satisfactory to Owner) of all Lien rights arising out of• Liens filed in c• • ection with the Work. 3. In lieu of the releases o waivers of Liens s ecified in Paragraph 14.07.A.2 and as approved by Owner, Contractor :i ay furnish receipts o releases in full and an affidavit of Contractor that: (i) the releases : •d receipts include al labor, services, material, and equipment for which a Lien could •- filed; and (ii) all payr• ls, material and equipment bills, and other indebtedness connect:d with the Work for which Owner might in any way be responsible, or which might in any ay result in liens or other b dens on Owner's property, have been paid or otherwise satisfie . If any Subcontractor or S •plier fails to furnish such a release or receipt in full, Con•actor may furnish a bond or o er collateral satisfactory to Owner to indemnify Owner a:,inst any Lien. B. Engineer's Review ofA lication and Acceptance: 1. If, on the basis o Engineer's observation of the Work luring construction and fmal inspection, and En:' er's review of the final Application fo 'ayment and accompanying EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 57 of 62 documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within ten days after receipt of the fmal Application for Payment, indicate in writing Engineer's recomm- dation of payment and present the Application for Payment to Owner for payment. the same time Engineer will also give written notice to Owner and Contractor that the W.rk is acceptable subject to the provisions of Para: aph 14.09. Otherwise, Engineer wi return the Application for Payment to Contractor, ' dicating in writing the reasons f-,r refusing to recommend final payment, in which case e 'tractor shall make the necess. , 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 documen . 'on,the amo . recommended by Engineer,less any sum Owner is entitled to set off against E .eer's rec. is endation, including but not limited to liquidated damages, will become due an. will be p-id by Owner to Contractor. 14.08 Final Completion Delayed A. If, through no fault of Contractor, final .mpletion of the Work is significantly delayed, and if Engineer so confirms, Owner shall, upo eceipt of Contractor's final Application for Payment (for Work fully completed and acce. ed and recommendation of Engineer, and without terminating the Contract, make payme of ' - balance due for that portion of the Work fully completed and accepted. If the rema' ing bal.:.ce to be held by Owner for Work not fully completed or corrected is less than the etainage s;•ulated in the Agreement, and if bonds have been furnished as required in Paragrap 5.01, the en consent of the surety to the payment of the balance due for that portion of the ork fully co t .leted and accepted shall be submitted by Contractor to Engineer with the App 'cation for such ;ayment. Such payment shall be made under the terms and conditions gove ing final payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of final p ent will constitute: c-) 1. a waiver of all Claims by Owner against Contractor, except Claims : 'sing from unsettled Jiens, from defective Work appe ing after fmal inspection pursuant t. 'aragraph 14.06, from failure to comply with the C ntract Documents or the terms of any special guarantees . - i= 4etified therein, or from Contract 's continuing obligations under the Contract Documents; • .. f.—liver of all Claims by Contrac or against Owner other than those previously made in accofdance with the requirements he ein and expressly acknowledged by Owner in writing as still unsettled. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 58 of 62 ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work o any portion thereof for a period of not more than 90 consecutive days by notice in writing to .ntractor d Enleer which will fix the dat- en which Work will be resumed. Contractor s►.11 resume Woik:on the date so fixed. Contra or shall be granted an adjustment in the ' ontract Price** extension of the Contract Times, •r both, directly attributable to any sue a suspension if Cci ractor makes•a Claim therefor as provid:a in Paragraph 10.05. 15.02 Owner May Terminate e r Cause SAF r•. A. The occurrence of any ne or more of the follow', g events will justify termination for cause: 1. Contractor's persist- tt failure to perfo a the Work in accordance with the Contract Documents (includin but not limited to, failure to supply sufficient skilled workers or suitable materials or e•uipment or fa' e to adhere to the Progress Schedule established under Paragraph 2.07 as .djusted fro a ime to time pursuant to Paragraph 6.04); 2. Contractor's disregard of L.ws or R;gulations of any public body having jurisdiction; 3. Contractor's repeated disreg• d of 11 e authority of Engineer;.or 4. Contractor's violation in any su •tantial way of any provisions of the Contract Documents. B. If one or more of the events ide i i-d in Paragraph 15.02.A occur, Owner may, after giving Contractor (and surety) seven s - s 'tten notice of its intent to terminate the services of Contractor: 1. exclude Contractor from th, Site, an. . e possession of the Work and of all Contractor's tools, appliances, construe 'a n equipme and machinery at the Site, and use the same to the full extent they could be sed by Contra.tor (without liability to Contractor for trespass or conversion); 2. incorporate in the Work all materials and eq ipment stored at the Site or for which Owner has paid Contractor but hich are stored elsew 6-re;.and 3. complete the Work as 1 wner may deem expedien C. If Owner proceeds as pro 'ded in Paragraph 15.02.B, C. •tractor shall not be entitled to receive any further payment unti the Work is completed. If the .t said balance of the Contract Price exceeds all claims,costs, osses,and damages(including but n. limited to all fees and charges of engineers, architects, att meys, and other professionals and a •: or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be pail to Contractor. If such claims, costs, losses, and damages exceed such .unpaid balance, Contrac or shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by 0 • r will be reviewed by Engineer as to their reasonableness and, when EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 59 of 62 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.B and 15.02.C, Con'actor's services will not be terminated if Contractor begins within seven days of receipt of notic of intent to terminate to correct its failure to perform and proceeds diligently to cure such fail '- within no more than 30 days of receipt of said notice. E. Where Contracts 's services have been so term' :ted by Owner, the termination will not affect any rights or reme•"es of Owner against Contrac r Sr then existing or which may thereafter accrue. Any retention or pa , ent of moneys due Conti.,ctor by Owner will not release Contractor from liability. F. If and to the extent that k.ntractor has prov ded a performance bond under the provisions of Paragraph 5.01.A, the term •ation procedur s of that bond shall supersede the provisions of Paragraphs 15.02.B and 15.02. . 15.03 Owner May Terminate For Convenien.• A. Upon seven days written notice to In s ctor and Engineer, Owner may, without cause and without prejudice to any other right or - . edy of Owner, terminate the Contract. In such case, Contractor shall be paid for(without dupli s,tion of any items): 1, completed and acceptable Work exec te's 'n accordance with the Contract Documents prior ___ to the effective date of termination, •du.'s g fair and reasonable sums for overhead and : - profit on such Work; • • : 2..:expenses sustained prior to the effe'tive date o termination in performing services and furnlslhing labor, materials, or equi sment as re• ired by the Contract Documents in conneetion with uncompleted Work,p s fair and reas• sable sums for overhead and profit on such expenses; 3. all claims, costs, losses, and damages including but not F s h'ted to all fees and charges of engineers, architects, attorneys, and o i er professionals and a court or arbitration or other dispute resolution costs) incurred in se lement of terminated co i +acts with Subcontractors, Suppliers,and others; and 4. reasonable expenses directly attributable ' termination. B. Contractor shall not be paid on account o' loss of anticipated profits or reve e or other economic loss arising out of or resulting from s ch termination. 15.04 Contractor May Stop Work 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 60 of 62 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 oter right or remedy,if Engineer has failed o act on an Application for Payment within 30 days er it is submitted, or Owner has failed for 31 q.ys to pay Contractor any sum finally determined to be due, Contractor may, seven days after writt. notice to Owner and Engineer, stop the W,rk until payment is made of all such amounts due Co t i actor, including interest thereon. The ,rovisions of this Paragraph 15.04 are not intended to p -elude Contractor from making a Claim under Paragraph 10.05 for an adjustment in Con I . t Price or Contract Times or s a erwise for expenses or damage directly attributable to Contrac.s is stopping the Work as pe ;s'tted by this Paragraph. j • Lr1 ARTICLE 16-DISPUTE RESO ►UTION G 16.01 Methods and Procedures `-= A. Either Owner or Contractor 1,ay request m diation of any Claim submitted t6Engineer for a decision under Paragraph 10.0' before sucI decision becomes final and bind-Mi.-the mediation will be governed by the Cons I ction In ustry Mediation Rules of the'Ameri'lan Arbitration Association in effect as of the E` -ctive ►i ate of the Agreement. The request for mediation shall be submitted in writing to the • ¶ eri.. t Arbitration Association and the other party to the Contract.Timely submission of the -q est shall stay the effect of Paragraph 10.05.E. B. Owner and Contractor shall particip. in the mediation process in good faith. The process shall be concluded within 60 days of fir i g of the request. The date of termination of the mediation shall be determined by application s th- iediation rules referenced above. C. If the Claim is not resolved by m: s iation, ' ngineer's action under Paragraph 10.05.0 or a denial pursuant to Paragraphs 10.05. .3 or 10.1 .D shall become final and binding 30 days after termination of the mediation un -ss,within th.t time period,Owner or Contractor: 1. elects in writing to invoke any dispute resol 'on process provided for in the Supplementary Conditions; or 2. agrees with the other p. r, to submit the Claim to .i other dispute resolution process; or 3. gives written notice to the other party of the inte to submit the Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOU' 17.01 Giving Notice A. Whenever any provision o the Contract Documents requires the giving of written notice, it will be deemed to have been vale. y given if: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 61 of 62 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 o imees A. When any peri: HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SUPPLEMENTARY CONDITIONS TABLE OF CONTENTS Articles S-1 Definitions S-2 Limitations of v aerations S-3 Insurance S-4 Supervision and ' perintendence S-5 Concerning Subco ractors, Suppliers and Others S-6 Compliance with OS A Regulations S-7 Employment Practice S-8 Contract Compliance P igram (Anti-Discriminaf.n Requirements) S-9 Measurement and Paym- t S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident : 'ding on N. -Federal-Aid Projects S-13 Copies of Documents S-14 Reports of Physical Conditions y - S-15 Bonds , S-16 Permits i ;-,<1.7_, -,� S-17 Liquidated Damages G S-18 Amount of Retainage r's.) S-19 Final Payment S-20 Dispute Resolution with Performa ce Eval,ation S-21 ENGINEER'S Consultant's(Con- Itant's)AIthority S-22 Traffic Control Caption and Introductory Statements These Supplementary Conditions am•nd or supplement the General Conditions and other provisions of the Contract Documents. All provisions hich are not so amen.ed or supplemented remain in full force and effect. SUPPLEMENTARY CONDITIONS 00800- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa S-1 DEFINITIONS. Add or change the f• owing definitions to 1.01 of the General Condition . ""CONFLICT" A c:se where an item of work is shown or spe,ified differently in two or more places in the Contract Do ments. An item of work shown in one •ortion of the Contract Documents but not in another is not . conflict. "ENGINEER"shall mea' the Director of Public Works for t e City of Iowa City, Iowa or his authorized representative, hereinaft.r called ENGINEER, and wh,, is to act as OWNER'S representative, assume all duties and re •onsibilities, and have the ri• t and authority assigned to ENGINEER in the Contract Documents in .onnection with completion if the Work in accordance with the Contract Documents. "ENGINEER'S CONSULTANT" "CONSULTANT") s all mean the consulting engineering firm with which the OWNER has contracted .• design the proje,t and, to prepare plans and specifications. "OWNER" and "CITY"shall mean the ity of Iowa ty, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPA"TMEN OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall -.n the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Constructi.n," Series of 2001, as amended. "FURNISH" To deliver to the job site or other •e•'fied location any item, equipment or material or labor. "HOLIDAYS" Legal holidays designated by the state or •ecifically identified in CITY HOLIDAYS in this Section. "INSPECT" The act of observing, checking, • verifying tha aterials provided or Work furnished under this Contract comply with the general int•nt of the projec ontract Documents. "INSTALL" Placing, erecting, or constructing c implete in place an 'tem, equipment, or material. "PROVIDE" Furnish and install, complete in place. "PUNCH LIST" List of incomplete items of wo k and of items of work whi are not in conformance with the Contract. "SHALL" Refers to actions by either the Con ractor or the OWNER and mea . the Contractor or OWNER-has_entered into a covenant with the I they party to do or perform the acti• . "SUBMITTALS" The information which is spec ied for submission to the ENGINEER. "SUBSTANTIAL COMPLETION" Sufficient co pletion of the project or the portion thereof to permit utilization of the project, or portion thereof for i s intended purpose. Substantial completion requires not billy 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 SUPPLEMENTARY CONDITIONS 00800-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Lane ill and Recycling Center Iowa City, Iowa at the discretion of the OWNER. Substantial completion does not -an complete in accordance with the ontract nor shall substantial completion of all or any .art of the project entitle the Contractor t• acceptance under the Contract. "CITY HOLIDA S" For general scheduling information, in t - City of Iowa City, legal holidays occur on the fir- day of January, commonly known as N: Year's Day; the third Monday in January, known a Martin Luther King Day; the third Mon..y in February, known as President's Day; the last Mon say in May, known as Memorial D. ; the Fourth day of July, known as Independence Day; he first Monday in September, k awn as Labor Day; the eleventh day of November, known a Veteran's Day; the fourth Thurs'ay in November, known as Thanksgiving Day; and the twenty-fi day in December, known as ristmas Day. When an official holiday ails on Sunday, the follow' g Monday shall be designated as a substitute holiday, and observed a• an official holiday. W en an official holiday falls on a Saturday, the preceding Friday shall be •-signated as a substit e holiday, and observed as an official holiday." S-2 LIMITATIONS OF OPERATI• S. Except for such work as may be req ired to properl maintain lights and barricades, or other work related to safety, no work will be permitted on S. ndays or lee:l holidays without specific permission of the Engineer. S-3 INSURANCE. c_) Add the following to 5.04 of the General ••ndifens. "A. CERTIFICATE OF INSURANCE;CA V ELLATION OR MODIFICATION 1. Before commencing work, the ntractor shall submit to the City for approval'a Certificate of Insurance, meeting the requir.. e is specified herein, to be in effect for the full contfaapt period. The name, address and pho - nu 'ber of the insurance company and agent must accompany the certificate. The liability li •s requ ed hereunder must apply to this Project only. 2. The Contractor shall notify the City i writing at least thirty (30) calendar days prior to any change or cancellation of s:id policy or ,policies. 3. Cancellation or modificatl in of said polio or policies shall be considered just cause for the City of Iowa City to immedi_ ely cancel the •ntract and/or to halt work on the contract, and to withhold payment for an work performed o the contract. B. MINIMUM COVERAGE Any policy or policies of insu ance purchased by the C• tractor to satisfy his/her responsibilities under this contract shall include co tractual liability coverage, a'd shall be in the following type and minimum amounts: SUPPLEMENTARY CONDITIONS 00800-3 HR Green, Inc. FYI9 Landfill Cell Reconstruction Project No. 20100062.04 Iowa C. y Landfill and Recycling Center Iowa City, Iowa Type of Coverage Comprehe sive General Liability Each Occurre ce Aggregate Bodily I ry& Property Damage* $1,000,00 $2,000,000 Automobile Liaoility** Combined Single Limit Bodily Injury : Property Damage $1,000,000 Excess Liability $ 10,00's,000 $ 10,000,000 Worker's Compensa 'on Insurance as required by Chap er 85, Code of Iowa. Employers Liability Each Accident $5'0,000 Each Employee $'00,000 Policy Limit $.00,000 Contractors Pollution Liability* 0,000,000 $10,000,000 * Property Damage liability insu ance must provi.a explosion, collapse and underground coverage. ** Automobile Liability shall includ all owned, hi,-d, non-owned and leased autos of the Contractor. ***Contractor agrees to maintain C. tractor's '•Ilution Liability insurance for a period of five years following completion of this proj: t. If C•ntractor does not continue to renew this policy, Contractor agrees to purchase pro. ct and completed operations tail endorsement to cover this project for 5 years following comple in of the project. All such policies or endorsements will name the Owner as an additional in.ure• on a primary and non-contributory basis and will provide Certificates of Insurance during h- project and 5 years following the completion of the project. The City.requires that the Contractor's lnsura e .rrier be an Iowa admitted carrier that is A rated or better by A.M. Best. • In addition, the Contractor shall be required o comp with the following provisions with respect to insurance coverage: 1.1 , The entire amount of Contractor's liabili 1 insurance p• icy coverage limits, identified in the policy and orr the Certificate of Insurance, st, under the ..11oy, be available to pay damages for which the insured Contractor become- liable, or for will. the insured assumes liability under the indemnity agreement herein contai ed, and such cov- age amount shall not be subject to reduction by virtue of investigation or d= ense costs incurred . Contractor's insurer. 2. The entire amount of the Contractor's I ability insurance policy coverage limits shall be payable by the Contractor's insurer, with no d:-ductible to be paid by, o self-insured retention to be attributed to, the Contractor unless is requirement is waived .y the City. Contractor's Certificate of Insurance must set forth he nature and amount of an such deductible or self- insured retention. 3. If Contractor's liability insurance coverag- is subject to any special exclusion or limitations not common to the type of coverage being pr.vided, such exclusions or limitations s .11 be noted on the Certificate of Insurance. SUPPLEMENTARY CONDITIONS 00800-4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If C. tractor can only provide "claims-made" insurance coverage, then the Contractor must corn. with the following requirements: a. If t' - Contractor changes insurance carriers, or if Contractor's insurance coverage is canced, during the contract period or within two years after City's acceptance of the work, i ontractor agrees to immediately notify the ity of such event. b. If Contra tor's insurance is canceled or is allo ed to lapse during said period, Contractor shall be equired to obtain replacement nsurance coverage to fulfill its obligation hereunder. c. If, during sa . period, Contractor volun :'rily changes insurance carriers or is required to obtain replac:ment coverage from a ether carrier, Contractor shall either (1) purchase "tail" coverage rom its first carrier e =ctive for a minimum of two years after City Council acceptance of . e work, or (2) puy ase "prior acts" insurance coverage from its new carrier, covering •rior acts during t� period of this Contract from and after its inception. d. "Tail" or "prior act-" coverage s• provided shall have the same coverage, with the same limits, as the insur. ce specifi:d in this Contract, and shall not be subject to any further limitations or exclus •ns, or :ve a higher deductible or self-insured retention than the insurance which it re. aces. - 5. CONTRACTOR shall incluth •'' NER (City of Iowa City, Iowa, including .all its elected and appointed officials, all its e lloyees and volunteers, all its boards, -commissions and/or authorities and their boards' /-mbers, employees and volunteers) as additional insured.on all policies except workers Co p p-nsation and professional liability. Such :additional insured endorsement(s) shall be m. e , ONTRACTOR's liability insurance primary-to OWNER's and furthermore, shall not be c.•tribu.'ng with any other insurance or similar protectioh..ivailable to OWNER, whether such av: /able • otection be primary, contributing or excess. OWtier shall be an additional insured as •spects .11 required aforementioned policies including products and completed operations Iia t ity for a p- iod of five years after the completion of the project. 6. CONTRACTOR'S Ge - al Liability, , xcess Liability, Auto Liability, Pollution Liability and Workers' Compensati•1 insurance sh-11 be endorsed with the Governmental Immunities Endorsement (see iter D of this Article and Waiver of Subrogation in favor of the OWNER. CONTRACTOR'S W•) ers' Compensatio insurance shall also be endorsed with the Alternate Employer endorsem:. t naming the OW ER as the Alternate Employer. Certificates of insurance shall state/hat OWNER is an ad. tional insured on a primary and non-contributory basis and further t :t the Governmental I unities Endorsement, Waiver of Subrogation Endorsement and A ernate Employer Endorse -nt apply and copies of all such endorsements shall be attached. 7. The CONTRACTO" s all require that any of its age its and subcontractors who perform work and/or services pin- u nt to the provisions of this Agree• ent to purchase and maintain the same types of insuranceIs re required of the CONTRACTOR 8. The City reserves +e fight to waive any of the insurance requ' ements herein provided. The City also reserves the r;h to reject Contractor's insurance if not in c• pliance with the requirements herein provided, a 1i n that basis to either award the contract to t' - next low bidder, or declare a default and purs a and all remedies available to the City. SUPPLEMENTARY CONDITIONS 00800- 5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City andfill and Recycling Center Iowa City, Iowa 9. In the -vent that any of the policies of insurance or insuran - coverage identified on Contractor's Certific. e of Insurance are canceled or modified, or in t - event that Contractor incurs liability losses, e er due to activities under this Contract, or .ue to other activities not under this Contract b covered by the same insurance, and suc losses reduce the aggregate limits of Contractor's bility insurance below the limits requir:. hereunder, then in that event the City may in its disc -tion either suspend Contractor's ope,ations or activities under this Contract, or terminate this C. tract, and withhold payment for wo performed on the Contract. 10. In the event that an, of the policies or insurance .verage identified on Contractor's Certificate of Insurance are can -led or modified, the City rn.y in its discretion either suspend Contractor's operations or activities •nder this Contract, or ter inate this Contract, and withhold payment for work performed on the Co ntract. C. HOLD HARMLESS 1. The Contractor shall indemnify, defend and 'Id harmless the City of Iowa City and its officers, employees, and agents from an and all li-.ility, loss, cost, damage, and expense (including reasonable attorney's fees and co. rt costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits bas-• upon or alleging bodily injury, including death, or property damage rising out of or resulting fro the ontractor's operations under this Contract, whether such operations be by himself or he .e or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deem •d • be, an agent or employee of the City of Iowa City, Iowa. D. GOVERNMENTAL IMMUNITIES ENDORSE) ENT— TY OF IOWA CITY, IOWA • 1 Non-Waiver of Government Immunity. The insuran - carrier expressly agrees and states that _ the purchase of this policy and the inc ding of the Cit of Iowa City, Iowa as Additional Insured does not waive any of the defenses of governmental im 'unity available to the City of Iowa City, lowa, under Code of Iowa Section 671 4 as it now exists a'd as it may be amended from time to time, Claims-Coverage. The insurance car ier further agrees that 'is policy of insurance shall cover only those claims not subject to the d-fense of governmental i •munity under the Code of Iowa Section 670.4 as it now exists and a it may be amended from t ' e to time. Those claims not subject to Code of Iowa Section 671.4 shall be covered by the :rms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Iowa City, Iowa, mall be responsible for asserting any defense of governmen.:I immunity, and may do so at an ime and shall do so upon the timely written request of the nsurance carrier. Nothing contained ' this endorsement shall prevent the carrier from assertin' the defense of governmental immunit •n behalf of the City of Iowa City. 4. Non-Denial of Coverage. The insura ce carrier shall not deny coverage under thi .olicy and the insurance carrier shall not deny a y of the rights and benefits accruing to the City of Iowa City, Iowa under this policy for reaso . of governmental immunity unless and until a court of competent jurisdiction has ruled in favo of the defense(s)of governmental immunity asserted by the City of Iowa City, Iowa. SUPPLEMENTARY CONDITIONS 00800-6 HR Green, Inc. FY09 L. dfill Cell Reconstruction Project No. 20100062.04 Iowa City -ndfill and Recycling Center Iowa City, Iowa 5. No Other Change in Policy. The insurance carrier, the Cit of Iowa City, Iowa agree that the above • eservation of governmental immunities shall not ot -rwise change or alter the coverage available . der the policy." S-4 SUPERVISION AND •UPERINTENDENCE. Add the following to Paragra• 6.01 of the General Conditions. "C. Contractor shall maintain . qualified and responsible Person available 24 hours per day;seven days per week to respond to ergencies which may occur after hours. Contrac8r shah-provide to Engineer the phone number :nd/or paging service o•this individual." S-5 CONCERNING SUBCONTRAC ORS, SUPPLIER' AND OTHERS. • ..�Li Add the following to Paragraph 6.06 o the General ••nditions: "H. Bidders shall list those persons, ms, corn zanies or other parties to whom it proposes/igtends to enter into a subcontract regarding t 's proje• as required for approval by the City and as noted on the Form of Proposal and the Agreemen. If no minority business enterprises(M: are utilized,the Contractor shall furnish documentation of all efforts to recruit MBE's. Contractor shall perform not less th. •0 percent of the Work with its own forces (i.e., without subcontracting). The 50 percent req ire ent shall be understood to refer to the Work, the value of which totals not less than 50 percent •f the ontract Price." S-6 COMPLIANCE WITH OSHA REGU ATIONS. The Contractor and all subcontractors sr all comply withe requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Constru'tion Industry andard). The Contractor and all subcontractors are solely responsible for compliance with aid regulations. The Contractor will provide Material '.afety Data Sheets MSDS) for all hazardous chemicals or materials that will be at the job site. The Mat- ial Safety Data She; s will be submitted to the Engineer prior to the start of construction and supplemen -d as necessary throu• out the project. This data is being provided for informational purposes only and d ies not relieve the con actor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemic.Is and right-to-know. S-7 EMPLOYMENT PRACTICES Neither the Contractor nor his/h:r subcontractors, shall employ ny person whose physical or mental condition is such that his/her e ployment will endanger the healt and safety of themselves or others employed on the project. Contractor shall not commit any •f the following employment practices an, agrees to include the following clauses in any subcontracts: To discriminate against a y individual in terms, conditions, or privileges of employment because of sex, race, color, religion, ational origin, sexual orientation, gender identity, marital status, age or disability unless such disabi(itZ is related to job performance of such person or employee. SUPPLEMENTARY CONDITIONS 00800-7 HR Green, Inc. ' Y09 Landfill Cell Reconstruction Project No. 20100062.04 low. City Landfill and Recycling Center Iowa City, Iowa To discharge from employment or refuse to hire any indivi. al because of sex, race, color, religion, national origi sexual orientation, gender identity, marit:l status, age, or disability unless such disability is relat-. to job performance of such person or: ployee. S-8 CONTRACT COMPLIA CE PROGRAM (ANTI-DISCRIMI ATION REQUIREMENTS). For all contracts of$25,000 or ore, the Contractor shall ab'•e by the requirements of the City's Contract Compliance Program,which is inc .ded with these Specificatio s beginning on page CC-1. S-9 MEASUREMENT AND PAYME T. Measurement and Payment, contained Division 1 of the e specifications defines pay items and methods of measurement. S-10 TAXES. Contractors and approved subcontractors will :- provied a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the •erfo mance of the contract. The Contractor shall submit the information necessary for the certificates to be su-d. S-11 CONSTRUCTION STAKES. The Contractor shall be responsible for the preserva on ,of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged a a rat. of$75 per hour. S-12 RESTRICTION ON NON-RESIDENT BIDDING• ON No -FEDERAL-AID PROJECTS. The Contractor awarded the project together with a Subcontra ors shall be required to complete the form included with these specifications (and entitled the same as thi 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 :nd replace with the f. lowing paragraph. "A. ,The Owner shall furnish to the Contractor six 6)copies of the Contract .'ocuments with six(6)sets of Drawings. Additional quantities of the Contrast Documents will be furnish:s at reproduction cost." S-14 REPORTS OF PHYSICAL CONDITIONS. Add the following to Paragraph 4.02 of the General onditions: "In the preparation f the Contract Documents, the E gineer has relied upon: A. The following drawings of physical conditio s in or relating to existing surface and s surface structures (except Underground Utilities) w 'ch are at or contiguous to the site of the Work: Drawings, Specifications, and Contract Docu -nts of the previous construction projects at the site. SUPPLEMENTARY CONDITIONS 00800-8 HR Green, Inc. FYd9 Landfill Cell Reconstruction Project No. 20100062.04 Iowa ' y Landfill and Recycling Center Iowa City, Iowa Miscellaneous engineering and landfill regulatory docume s on file at HR Green, Inc., including but not limi -d to: • Plans an• Specifications for the FY09 Stage 1 Cell ►onstruction, 2010. B. The following r:ports of explorations and tests of su• urface conditions at the site of the Work: Miscellaneous e :ineering and landfill regulatory documents on file at HR Green, Inc., including but not limited to: • Plans and Spec ications for the FY09 Stag. 1 Cell Construction, 2010. C. Copies of these doc ents may be examin:d at the office of the Owner during regular business hours. As provided i Paragraph 4.02 of t e General Conditions and identified and established above, the Contractor .hould place limited reliance on the documents. The Contractor shall not rely on the accuracy df the docume s or make claims against the Owner, Engineer or Engineer's Consultants .s a result of u ng the documents. These reports and drawings are not part of the Contract Docu ent." S-15 BONDS. 4 Add the following to Paragraph 5.01 df the -neral Conditions: :;;-- "D. The Contractor shall furnish a s.tisf.ctory Performance Bond in the amount of 100 percent of the Contract Price and a satisfactory •a ment Bond in the amount of 100 percent of the&Contr2Ft Price as security for the faithful performanc . and payment of all the Contractor obligations under the Contract Documents." S-16 PERMITS. Add the following to paragraph 6.08 o the G•neral Conditions: "B. The Contractor shall obtain all ecessar federal, state, and local permits required for any dewatering and storm water discharges ecessary ,uring construction. The Contractor shall also provide all monitoring and test reporting r•lating to the discharges." S-17 LIQUIDATED DAMAGES. Add the following to paragraph 12 13 of the Genera Conditions: "F. Owner and Contractor recotnize that the Owne will suffer financial loss if the work is not completed within the Contract Times, plus any extensions au. orized in accordance with the General Conditions. They also recognize the d: ays, expense, and diffi (ties involved in proving in a legal proceeding the actual loss suffered by th- Owner if the work is it completed on time. Accordingly, instead of requiring any such proof, he Owner and the Contra.or agree that as liquidated damages for delay (but not as a penalty) the Contractor shall pay the 0 er $2,000.00 for each calendar day after the Contract Times expire, un it the Work is complete." S-18 AMOUNT OF RETAINA . Add the following to paragraph 4.02.A.3 of the General Conditions. "3. The Owner shall retain from each monthly payment 5% of the am• t which is determined to be due SUPPLEMENTARY CONDITIONS 00800-9 HR Green, Inc. Y09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa ity Landfill and Recycling Center Iowa City, Iowa according to the recommendation of Engineer. The retainage - all constitute a fund for the payment of claims for mat rials furnished and labor performed on the p oject and will be held and disposed of by the Owner as t'rovided in Chapters 26 and 573 of the la -st edition of the Iowa Code, including revisions." S-19 FINAL PAYMENT. Add the following to paragraph 14.07.0 of the General Condition.: "2. Final payment due the Co •ractor will be made, subject o the conditions and in accordance with the provisions of Chapters 26 a • 573 of the latest edition o the Iowa Code, including revisions." S-20 DISPUTE RESOLUTION. Add the following to 16.01 of the Gene :I Conditions: "D. It is not the intent of these docu -nts to exclud- other means of dispute resolution other than Arbitration. Arbitration may be a me- s of dispute -solution by the Owner. The Owner shall not be restricted to Arbitration. Article 16 of e General ' onditions shall not apply when Arbitration is the selected means of dispute resolution." 5-21 ENGINEER'S CONSULTANT'S AUTHO- TY. The Engineer's Consultant shall have no autho 't or responsibility other than that defined in the Consultant Agreement, between Engineer's Consult.` and the City of Iowa City, in association with this Project. S-22 TRAFFIC CONTROL. The Owner will maintain routing landfilling operatio, s at t - site during the project. Contractor shall provide all labor, equipment and materials necessa to con. of his/her mobile construction equipment and routine landfill traffic(City and public vehicles) in he immedi:to vicinity of the Project. END OF SUPPLE E TARY CONDI *NS C3 cp , L-r • i (� icL ¢sem r R a N SUPPLEMENTARY CONDITIONS 00800- 10 HR Green, Inc. FYO• Landfill Cell Reconstruction Project No. 20100x'•2.04 Iowa Cit andfill and Recycling Center Iowa City, Iowa ADD ' IONAL ARTICLES TO THE SUPPLEMENTA' CONDITIONS TABLE OF CONTENTS Articles Pa•e No. Contract Compliance Program(Cit, of Iowa City) CC-1 to CC-8 Restriction on Non-Resident Bidding •n Non-Federal-Ai. Projects R-1 Note To Bidders(Similar Project Refere•ces) NB-1 () I ' s 1'Fr.; �"1 • i mo • r• ra ADDITIONAL ARTICLES TO THE SUPPLEMENTARY CONDITIONS 00820 C . ntrac g Complian e P o ram ......, , ....„ �a �?_t ..i . ....__ ..._, ....., , , c_,__ -1 'i c) --; _e,— -�, . _) T.' 1 ) 4. _,, ..., F.11 ...I I i.`` 111111������ 1 _ Wit v - CITY OF IOWA CITY -- , r� T SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity • all City contract work. This policy prohibits discri ination by the City's contractors, consultants and vendo• and requires them to ensure that applicants seekin• employment with them and their employees are •-ated equally without regard to race, color, creed, religi. , national origin, sex, gender identity, sexual a'entation, disability, marital status, and age. It is the City's intention to as.ist employers, who are City contracto , vendors or consultants, in designing and implementing equal empl• ment opportunity so that all citize will be afforded equal accessibility and opportunity to gain and maintain -mployment. PROVISIONS: 1. All contractors, vendors, an. consultants requesti • to do business with the City must submit an Equal Opportunity Policy State, ent before the ex- ution of the contract. 2. All City contractors, vendors, an• onsultants wi contracts of$25,000 or more (or less if required by another governmental agency) m st abide by the requirements of the City's Contract Compliance Program. Emergency contracts :y be ex.mpt from this provision at the discretion of the City. Regardless of the value of the contract, all c ontractors, vendors, and consultants are subject to the City's Human Rights Ordinance,whic 's c.•ified at Article 2 of the City Code. 3. Contracting departments are responsibl- or assuring that City contractors, vendors, and consultants are made aware of the City's Contract C. pliance Program reporting responsibilities and receive the appropriate reporting forms. A notificatic n o requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, t - comple -d and signed Assurance of Compliance (located on pages CC-2 and CC-3)or other req ired materi. must be received and approved by the City. 5. Contracting departments are restonsible for ans ering questions about contractor, consultant and vendor compliance during the c. rse of the contra. with the City. 6. All contractors, vendors, and onsultants must refrai from the use of any signs or designations which are sexist in nature, s ch as those which stat: "Men Working" or "Flagman Ahead," and instead use gender neutral si_ns. 7. All contractors, vendors, a • consultants must assure tha their subcontractors abide by the City's Human Rights Ordinance. he City's protected classes are 'sted at Iowa City City Code section 2- 3-1. mgrlassticontractcompliance.doc CC-1 SECTION II -ASSURANCE OF COMPLIANC r The following sets forth the minimum requirements of a satisfactory Equa mployment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 T ROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION . THE CONTRACT. With respect to the performance of this contract, the contractor, '•nsultant or vendor agrees as follows: (For the purpose- of these minimum requirements, "contractor"s :II include consultants and vendors.) a. The contracto ill not discriminate against any employ:a or applicant for employment and will take affirmative effort o ensure applicants and employees •.re treated during employment without regard to their race, color, reed, religion, national origin, se , sexual orientation, gender identity, disability, marital status, and as-. Such efforts shall include, b t not be limited to the following: employment, promotion, demotion, o ransfer; recruitment or recr tment advertising; layoff or termination; rates of pay or other forms of com•ensation;and selection f• training, including apprenticeship. b. The contractor will, in all solic .tions or advertise ents for employees placed by or on behalf of the contractor, state that it is an equ: opportunity em' oyer. Note: Contracts that are federally funded a - 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 t - City, enforces said regulations and orders. 3. Provide a copy of your written Equal Em. o, ment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and a 'dress of your b. iness' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in cs spicuous places at the work site, all p.-ters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. cr cs Bio , -d er, mgrlassticontradteempliance.doc CC-2 6. How does your business currently inform applicants, employees, and recruitment source including unions)tha ou are an Equal Employment Opportunity employer? The above responses to questions 1 t ough 6, are true and correctly r2 ect our Equal Employment Opportunity policies. Business Name Phone f4umber Signature TitI_ Print Name 'i ate w C) _.� ' 4 '. „tea. ... /■e / Cr`'r N .� ;J N (�1 mgrlasst\contractcompliance.doc CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment o.portunities. Document the policy and post it in a conspicuous place so that it is known to all your e► ployees. Furthermore, disseminate the policy to all potential sources of employees and to your subcont :ctors asking their cooperation. The policy statement should recognize and accept your responsibility to arovide equal employment opportunity in all your employment practices. In regard to dissemination of his policy, this can be done, for example, through the use o letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page ,ostings, employee handbooks, and ..vertising. 2. EQUAL EMPLOYMEN OPPORTUNITY OFFICER Designate an equal emp .yment opportunity officer o at minimum, assign someone the responsibility of administering and promoti . your company's Equal ployment Opportunity program. This person should have a position in your orga •ization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of . d be required t. abide by your Equal Employment Opportunity program. All employees authorized to hir: supervise, pr'mote, or discharge employees or are involved in such actions should be trained and re.uired to co ply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you :re an equal opportunity employer. This can be done by identifying yourself on all recruit -nt :dvertising as"an equal opportunity employer". (b) Use recruitment sources that are It ••ly to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current co .osition of your workforce. Send recruitment sources a letter annually which reaffirms your co 'tment to equal employment opportunity and requests their assistance in helping you reach di -rs: applicant pools. (c) Analyze and review your compan s rec itment procedures to identify and eliminate discriminatory - - barriers. (d) Select and train persons involv:. in the e ployment process to use objective standards and to support equal employment oppo, unity goals. (e) : Review periodically job descri. ions to mak- sure they accurately reflect major job functions. • _;Review education and exper•-nce requirem- is to make sure they accurately reflect the requirements for successful job .erformance. (f) Review the job application to i -ure that only job re -ted questions are asked. Ask yourself "Is this information necessary to judge an applicant's abilit to perform the job applied for?" Only use job-related tests which do not ..versely affect any part ular group of people. (g) Monitor interviews carefully. P epare interview question• in advance to assure that they are only job related. Train your intervi: ers on discrimination la Biased and subjective judgments in personal interviews can be a jor source of discrimination. (h) Improve hiring and selection procedures and use non-bias-d promotion, transfer and training policies to increase and/or imp .ve the diversity of your workfo ,e representation. Companies must make sure procedures for selei ting candidates for promotion, tr. sfer and training are based upon a fair assessment of an empi. ee's ability and work record. Fu hermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. mgr\asst\contractcompliance.doc CC-4 comiaT City of ock 44 C\ Attached for your information 's a copy of lection 2 — 3 — 1 of the Iowa City Code of Ordinances hich pr. ibits certain discriminatory practices in employment. Please ote at the protected characteristics include some not m: - dated for protection by Federal or State law. As a contractor, cons I :nt or vendor doing business with the City of Iowa City you are requi -d to abide by the provisions of the local ordinance in conjun r tion with our performance under a contract with the City. ti CD I 9 --J 1• ,, m Y' N mgr\asst\contractcompliance.doc CC-5 2-3-1 2-3-1 CHAPTER 3 . DISCRIMINATORY PRACTICES SECTION: C. it shall be unlawful for any employer, ployment agency, labor organiza- 2-3-1: Employment; Exce.tions ion or the employees or members 2-3-2: Public Accommodation; thereof to directly or indirectly adver- Exceptions tise or in any other manner indicate or 2-3-3: Credit Transactions; Ex.options publicize that individuals are unwel- 2-3 4: Education come, objectionable or not solicited 2-3-5: Aiding Or Abetting; Retail; ion; for employment or membership be- Intimidation 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) 2-3-1: EMPLOYMENT; EXCEPTIONS D. Employment policies relating to preg- A. It shall be unlawful for any employer nancy and childbirth shall be governed to refuse to hire, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender identity, marital status, nation- is a prima facie violation of this Title. al origin, race, religion, sex or sexua orientation. 2.",pisabilities caused or contributed to by ,a employee's pregnancy, miscar- B. It shall be unlawful for any labor org.- riagechildbirth and recovery there- nization to refuse to admit to membe - from e, for all job-related purposes, ship, apprenticeship or training .n tempor disabilities and shall be applicant, to expel any member, or o treated a such under any health or otherwise discriminate against . y temporary Isability insurance or sick applicant for membership, apprenti,e- leave plan a ailable in connection with ship or training or any member in he employment br any written or unwrit- privileges, rights or benefits of s' ch ten employmen\policies and practices membership, apprenticeship or train- involving terms\and conditions of ing because of age, color, cr ed, employment as applied to other tern- disability, gender identity, m tel porary disabilities. status, national origin, race, reli ion, c-, sex or sexual orientation of such ap- E. it shall be unlawful for,any person to c`") plicant or member. solicit or require as a`.condition of {{ _ c; ': employment of any emplOyee or pro- . t.i�� ' r - R f C— r— .••=- • 897 i..� Iowa City O mgrlassticontractcompliance.doc CC-6 2-3-12-3-1 2-3-1 •spective employ:e a test for the pres- 2. An employe or-employment agency ence of the a ibody to the human which choo -s to offer employment or immunodeficien y virus. An agree- advertise or employment.,to only the merit between :n employer, employ- disable• or elderly. Any such employ- ment agency, abor organization or ment • offer of employment shall not their employees agents or members disc( inate among the disabled or and an employe- or prospective em- eld: ly on the basis of age, color, ployee concerni employment, pay cr:ed, disability, gender identity, mari- or benefits to an employee or pro- t. status, national origin, race, reli- spective employee 'n return for taking lion, sex or sexual orientation. (Ord. a test for the presen e of the antibody 95-3697, 11-7-1995) to the human immuns,deficiency virus, is prohibited. The pre ibitions of this 3. The employment of individuals for subsection do not ap• if the State work within the home of the employer epidemiologist determi =s and the if the employer or members of the Director of Public Hea h declares family reside therein during such em- through the utilization o guidelines ployment. established by the Center f• Disease Control of the United State Depart- 4. The employment of individuals to meat of Health and Human S.rvices, render personal service to the person that a person with a condition r:fated of the employer or members of the to acquired immune deficiency -yn- employer's family. drome poses a significant risk o transmission of the human Immunod:- 5. To employ on the basis of sex in ficiency virus to other persons in a those certain instances where sex is a specific occupation. bona fide occupational qualification reasonably necessary to the normal F. The following are exempted fro the operation of a particular business or provisions of this Section: enterprise. The bona fide occupational qualification shall be interpreted nar- 1. Any bona fide religious institu on or rowly. its educational facility, assn'iation, corporation- or society with resect to 6. A State or Federal program de- any qualifications for emp •yment signed to benefit a specific age classi- based on religion when such •ualifica- fication which serves a bona fide pub- tions are related to a bona ide reli- c purpose. gious purpose. A religious •uaiifica- tion for instructional person el or an 7. To employ on the basis of disability administrative officer, sery ng in a in hose certain instances where pres- supervisory capacity of a •ona fide en.- of disability is a bona fide occu- religious educational facili or reli- path nal qualification reasonably nec- gious institution shall be p -sumed to essa to the normal operation of a be a bona fide occupation. I qualifica- partic tar business or enterprise. The tion. (Ord. 94-3647, 11-8-1 94) bona fide occupational qualification shall a interpreted narrowly. (Ord. 94-364 , 11-8-1994) • 897 Iowa City mgr\asst\contractcompliance.doc CC-7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company a . its employees shall not discriminate against al employee or applicant for employment base. on his or her age, color, creed, disability, gen'aer identity, marital status, race, religion, sex, or sex :I orientation. The anti-discrimination policy extends to decisions involving hiring, promotion, demotion, .r transfer; recruitment or recruitment ad ertising; layoff or termination; rates of pay or other forms of co, pensation; and selection for training including apprenticeship. Further, this Company and its employ;-s will provide a working environm-nt free from such discrimination. All employees are encourag-• to refer minority and worne applicants and applicants with disabilities for employment. The Equal Employment Opportun . Officer for the is: Name: Addre•s: T- e•hone Number: NOTE: This is a SAMPLE ONLY. You may wish t. co er with your EEO officer or legal counsel to formulate a policy which specifically meets he n--ds of your company. c'? C.; :" tr. i r' 4 E— mgrlassticontractcompliance.doc CC-8 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDER -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allo -d a preference as agai st a non-resident bidder from a state or foreign country which gives or re 3 uires a preference to •idders from that state or foreign country. That preference is equal to the • eference given or --quired by the state or foreign country in which the non-resident bidder is a r.sident. "Residen •idder" is defined as a person authorized to transact business in this state and h. ing a place of •usiness within the state, and has conducted business for at least six months prior • the first as ertisement for the public improvement. In the case of a corporation, the above reouirement apply as well as the requirement that the corporation have at least fifty percent of i•• comm on stock owned by residents of this state. This qualification as resident bidder shall b- m. ntained by the bidder and his/her contractors and subcontractors at the work site until the proje• s completed. I hereby certify that the undersigned is a re-dz t bidder as defined above and will remain such from the start of the project until its completi• . COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: C-1 11/12 data on citynt/Eng/MasterSpecs/frontend.docI = G c:1 - N cert R-1 NOTE TO BIDDERS 1. The successful bider and all subcontractors are required to s .•mit at least 4 days prior to award three refere ces involving similar projects, inclu. ng at least one municipal reference. Award of he bid or use of specific subcontra• ors may be denied if sufficient favorable references .re not verified or may be deni-d based on past experience on projects with the City o Iowa City. 2. References shall be ad. essed to the City Engin;-r and include the name, address and phone number of the con :ct person, for City veri 'cation. 3. Bid submittals are: Envelope 1: Bid B. d Envelope 2: Form o Proposal c,- �� T� yy r r :71C, rri t� N NB-1 Division 01 GENERAL REQUIREMENT' i f N c-0 - a L _1 N HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling -enter Iowa •ity, Iowa SECTION 01010 SUMMARY OF WORK c_ PART 1 GENERAL -_ 1.01 PROJECT DESCRI' ION A. Approximately 9.3 .cres of Cell FY09 at the Iowa City Landfill and Recycling 14nter was destroyed by fire in e spring of 2012. The majority of the f e debris has been reriribved from the damaged area b the City. The Work of this proje generally consists of cleanup of remaining fire debris and contaminated materials, s' e grading, and reconstruction of approximately 5.3 acres if the destroyed cell. Work incl :es but is not limited to: 1. Removal of incidenta fire debris and contaminated .oil. 2. Replacement of damaged clay liner material. 3. Replacement of portion• of the landfill granular • oundwater underdrain system. 4. Installation of geomemb ne liner. 5. Installation of leachate co ection systems. 6. Excavation of landfill wast. from current ac ' e cell and placement as initial covering over new completed cell. 7. Storm water controls 8. Restoration or stabilization of •isturbed a eas, including stockpiles, outside of landfill cell. 1.02 DEFINITIONS A. Owner: City of Iowa City, 410 East ington, Iowa City, Iowa 52240. Telephone: (319) 356- 5140. Fax: (319) 356-5009. B. Engineer: Director of Public Wor f• the City of Iowa City, Iowa or his authorized representative. Telephone: (319)3-.-514 . Fax: (319) 356-5009. C. Engineer's Consultant: HR Gree , Inc., 87 • 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 singlo construction contrac for the total Work of the Project. B. Contractor may subcontract- portion or portions of ' irk within the limitations described in the Supplementary Conditions, to fulfill the terms of the ••ntract. Under no circumstances does the subcontracted Work rel -ve the Contractor from fulfil g the terms of the Contract. 1.04 GENERAL A. Work to be performed nder this Contract shall consist o furnishing all tools, equipment, materials, supplies, and anufactured articles and for furnishin• all transportation and services, including fuel, power, ater, and essential communications, a • for the performance of all labor, work, or other o•erations required for the fulfillment of the •ntract in strict accordance with the Contract Do• ments. The Work shall be complete, and all work, materials, and services not expressly .hown or called for in the Contract Documents which may be necessary for the complete and • sper construction of the Work in good faith shall be performed, SUMMARY OF WORK 01010 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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.::, ubcontractor, manufacturer, etc., it is to be considered as the Contractor through third party 1.05 COMMENCEMENT OF ORK A. The Contractor shall .t commence Work nor allo bcontractors or sub-subcontractors of commence Work until; 1. The Contract has bee fully executed. 2. The Owner has approv:• the Contractor's Perf.r ance and Payment Bonds. 3. The Owner has appro -d evidence of the ontractor's Liability Insurance and other Insurance required to be p,rchased by the C. actor. 4. The Owner has issued a N. ice to Proceed. 1.06 WORK BY OTHERS A. Owner's activities within the project .rea wil .- concurrent with the Work under this Contract. Contractor shall conduct his operati• s so : to cause minimal interference with the work of such other contractors and landfill per.onn .l and shall cooperate fully with such individuals to provide continued safe access to their e..•-ctive portions of the site as required to perform their respective contracts. B. Owner will continue to operate the faciliti: iIcluding the active landfill working area which may involve occasional contact with the pu• c. Contractor shall cooperate with the Owner to minimize interference with the Cont . tor' operations and to perform operations as professionally as possible to minimize cI, flicts h the public and adjacent property owners. 1.07 CONTRACTOR USE OF THE PROJECT E A. r Contractor's use of the project site sha be limited to t -ir construction operations, including on- site storage of materials, on-site fabric. ion facilities, an. field offices. • B. Owner facilities outside of the limits o construction are fo City personnel, authorized agents, and landfill customers only. Contract•r's personnel shall no .e allowed in these areas unless specifically authorized by the Owner. 1.08 SEQUENCE OF CONSTRUCTION I A. Work under this Contract shall be sch:duled and performed in such a ' anner as to result in the least possible disruption to the oper. ion of the Owner's existing facile ;es and to the public's use of roadways. Prior to comme ing Work, Contractor shall have obtained all required permits, permissions and shall hay: submitted and received approval on items specifically called out in these Contract Docume B. Contractor shall complete work in a, I .rdance with the approved construction schedule and within the contract duration. Owner :y require Contractor to finish certain portions of work which is in progress before work is st: ed on any additional portion. Owner may also require Contractor to wait for completion of w• `being performed by other subcontractors. SUMMARY OF WORK 01010-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa C. Contractor . all submit a 'Proposed Sequence of Construction Plan'. This • -n shall consist of drawings an. a narrative description describing the Contractor's pr'.osed sequence of construction. is plan shall correspond with Contractor's construction hedule. 1.09 COMPLETION DAT- A. As indicated in the dvertisement for Bids, and as modified by .ddendum or amendment. 1.10 WORKING HOURS A. The Contractor's hours of operations are to be Monda 8:00 A.M. through Saturday 6:00 P.M. (less legal holidays). B. The Contractor must requ-.t the Owner, in writi 24 hours in advance of any deviation to these hours, such as overti e or Sunday work. e Contractor is responsible for all additional expenses due to additional work hours. Thi- includes, but is not limited to: Engineer's expenses, Owner's Represe tative, Testing Laboratory personnel, etc. Such additional engineering charges shall be a ubsidiary ob gation of Contractor and no extra payment shall be made by Owner on account o such overt' e work. C. Contractor shall secure the site wh-n wor ng after standard landfill working-hours. ti 1.11 STORAGE AND CONSTRUCTION AR- •S A. Responsibility for protection and saf- eeping of equipment and materials at'or near the sites will be solely that of the Contractor - • no claim shall be made against the Owner by reasons of any act of an employee or tresp..se Should an occasion arise necessitating adt2ss to an area occupied by stored equipme't an• or materials, the Contractor shall immediathly move them. B. Upon completion of the Contract the Contr. tor shall remove from the storage areas all of their equipment, temporary fencing, .urplus mat- ials, rubbish, etc., and restore the areas to their original condition. 1.12 SITE CONDITIONS A. The project site is an active . unicipal solid waste -ndfill and as such, conditions are subject to change with time. Vertical control should be exp:cted (and anticipated) to vary from those shown on the Contract Dr-wings due to either ong.ing subsidence, or additional disposal of waste. Relative elevatio differences in existing - d proposed elevations shown on the drawings shall be adjuste• accordingly. Location of s uctures shall be placed in accordance with horizontal controls. Vertical placement of strut ures shall be in accordance with construction documents, • as approved by the Engineer. B. The Contractor acknowle•ges that they have investigated pri• to bidding and are satisfied as to the conditions affect g the Work, including but not res 'cted to those bearing upon transportation, disposal, andling and storage of materials, availa.' ity of labor, water, electrical power, roads, uncertain ies of weather, the conformity and con.' 'ons of the ground, the character of equipment a d facilities needed preliminary to and during pr. -- tion of the Work. SUMMARY OF WORK 01010 -3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City L.ndfill and Recycling Center Iowa City, Iowa C. The Contractor further acknowledges that they are satisfied •s to the character, quality and quantity of surface and subsurface materials or obstacles t. be encountered insofar as the information is reasonably ascertainable from an inspecti• of the sites, as well as, from information presented by the contract Documents, or any of er information made available prior to receipt of : •s. Any failure by the Contractor to ac. aint themselves with the available information will it relieve them from responsibility for e- imating properly the difficulty or cost of successfully pe .rming the Work. The Owner assum's no responsibility for any conclusions or interpretations m..e by the Contractor on the basis • the information made available by the Owner. 1.13 DIFFERING SITE CONDITI• S A. Contractor shall promptly . d before such condi,ons are disturbed, notify the Engineer in writing of: (1) subsurface or I. ent physical conditii ns at the site differing materially from those indicated in this contract, or (2 unknown physica conditions at the site, of an unusual nature, differing materially from those o •inarily encount•red and generally recognized as inherent in work of the character provided fo this Contract The Engineer will investigate the conditions and evaluate if it warrants an adjust ent to the I ontract. B. No claim by the Contractor shall be all.wed if •rompt 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 • various inspectors to inspect and certify various portions of the work, unless otherwise spe.ifie• in these specifications. Contractor shall fully cooperate with these representatives an. Engi eer in their performance of their various .. 'observation and testing duties. 1.15 PERMITS, FEES AND NOTICES A: Contractor shall secure and pay for all per I its and govern -ntal fees, licenses and inspections ' for the proper execution and complianc. of the Work wh .h are customarily secured after .'execution of the Contract and which we le!ally required at theme bids were received. These include but are not limited to: 1. AIl'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 Actixities". 1.16 GROUNDWATER MONITORING WELLS, LEACHATE,AND GAS STRUCTURES A. The locations of ground water monitorin wells and other structures are indicated on the Drawings. The Contractor shall take all recautions required to prevent damage to these structures. If conflicts arise, resolve these onflicts with the Engineer. B. Costs associated with damages to these s ructures as a result of Contractor negligence shall be deducted from the Contractor's final pay equest. SUMMARY OF WORK 01010 -4 HR Green, Inc. FY09 Land ' Cell Reconstruction Project No. 20100062.04 Iowa City Lan. I and Recycling Center Iowa City, Iowa 1.17 BARRIERS A. Provide as required to .revent public entry to construction at--as and to protect existing facilities and adjacent properties from damage from construction op-rations. PART 2 PRODUCTS—NOT USE PART 3 EXECUTION—NOT USED END OF SE ION C C_ t • ? i> N CF. SUMMARY OF WORK 01010-5 HR Green, Inc. FY09 Landfill Cell R: onstruction Project No. 20100062.04 Iowa City Landfill and ' -cycling Center Iowa City, Iowa SECTION 01225 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SUMMARY -rte-.- A. Section Includes: 1. Application for P-yment. 2. Retainage. d 3. Partial Payments. , 4. Final Payment. 5. Change Orders. 6. Measurement and 'ayment—Unit Prices c.^ 1.02 SCOPE A. Payments to the Contractor shall be made •n the basis of the Bid Schedule items as full and complete payment for furnis ing all mater'.Is, labor, tools and equipment, and for performing all operations necessary to complete th, Work included in the Contract Documents. Such compensation shall also inclu'e payme t for any loss or damages arising directly or indirectly from Work, or from any discre'ancies •etween the actual quantities of work and those shown in the Contract Documents, o from .•ny unforeseen difficulties which may be encountered during the prosecution of the wa rk un I the final acceptance by the Owner. B. The amounts stated in the Bid Si h:Jule shall include all costs and expenses for taxes, labor, equipment, materials, commis- ',ns, transportation and hauling, bonds, permit fees, insurance, overhead and profit t,gether with any and all other costs associated with the performance of the work require' . nder this Contract. The Basis of Payment for an item at the price shown in the Bid Schee ul- shall be in accordance with its description as related to the work specified and shown o th: Drawings. Unit prices where used will be applied to the actual quantities furnished and nstall:d in conformance with the Contract Documents. C. The quotations on the Bid Sc'edule s :II establish a total price for completing the Work in its entirety. Unless specifically noted as .: bid item in the Bid Schedule, all other work which must be performed to compl-te the proj_ct 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 Pa ment, he sha include the cost for that work in some other applicable bid item, so t at his Proposa for the project does reflect his total price for completing the Work in its •ntirety. D. Defect Assessment: T e Work, or portion. of the Work, not conforming to specified requirements, shall be re'laced. If, in the opini. of the Engineer, it is not practical to remove and replace the Work, th: Engineer will direct an :ppropriate remedy or adjust payment. 1.03 APPLICATION FOR PAYMEN A. Contractor shall submit h Application for Payment to e Owner once each month. The dates to be determined at the Pre-Construction Meeting. MEASUREMENT AND PAYMENT 01225- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City andfill and Recycling Center Iowa City, Iowa B. The Application for Payment shall be made based on the "ay Request Form provided by the Owner. C. The Application for Payment shall be based on the .luation of the Work done, as well as, the materials and equipment not incorporated in the ork, but delivered and suitably stored at the site a- of the last day of the preceding month. D. No payment w be made on account of material- and equipment stored at off-site locations without Owner' prior written approval to suc payment. Such approval shall contain procedures to est:blish Owner's title to and prot•ct the Owner's interest in the materials and equipment includink insurance, designate a low:tion for storage, and provide for protection and transportation t. the site. Contractor shal submit such data substantiating his right to payment as Owner/En ineer may require. 1.04 RETAINAGE A. To insurance the proper pe .rmance of the ••ntract, Owner will retain five (5) percent of the amount due the Contractor o account of progress payments. B. Retainage will be retained by 0 er until fin. I payment. 1.05 PARTIAL PAYMENT A. Monthly payment estimates will be c• sid -red by Owner, and payment will be made within thirty(30)days following approval by the 0 ner. r. 1.06 FINAL PAYMENT A.. When the Engineer has determined t at e Work is acceptable under the Contract Documents and the Contract fully perfo med, e Contractor shall prepare and submit his .finalApplication for Payment to the Engi -er tog- er with lien waivers, sales tax statements, - and other required submittals. Final acc:ptance o e Work will be considered by the Owner and final payment will be made not earli:r that 31 da' following submittal of final Application for Payment. 1.07 CHANGE ORDERS A. If Owner desires a change in the Work, Engineer will notify C.gtractor and provide a written description, in the form of drawings or of erwise, of the change. B. Contractor shall promptly submit to En!ineer in writing a firm prop. .I for changes in the Contract Sum and Contract Time, if any, resulting from the proposed cha •e. C. Owner shall have 30 days or such time =s may be agreed upon, in which to accept or reject Contractor's proposal after its submissii.n, and Contractor shall not modify or withdraw the proposal during this period without Own; 's consent. D. Contractor may also propose changes b• 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 MEASUREMENT AND PAYMENT 01225-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center low- ity, Iowa and Contract Time with full documentation and a statement describing the - ect on Work by Contractor. 1.08 MEASUREMENT A D PAYMENT(UNIT PRICES) A. The quantities s-t forth in the Bid Schedule are estimates -nd have been provided to establish a unifor basis for the comparison of bids. Owner --serves the right to increase or decrease the quanti of any class or portion of the work d ing the progress of construction in accordance with th terms of the Contract. B. Unit prices are used as : means of computing the final igures for bid and Contract purposes, for periodic payments for ork performed, for determ' ing value of additions or deletions and wherever else reasonable. C. Quantities and measureme is supplied or plac-d in the Work shall determine payment. Actual quantities, as determi -d by the Engineer, will determine payment. D. Unit prices shall be full compe sation for ite s associated with the performance of the work required under this Contract. Each payr► nt item includes everything necessary for a complete installation under that item, exce at materials or items for which direct payment is otherwise provided. E. Payment Items: 1. Mobilization and General Proi-ct •dministration: a. Mobilization and general p o'-ct administration activities, including butnot limited to bonds, insurance, admini ation, scheduling, temporary facilities, mbverrient;of personnel, equipment, su•: ies and incidentals, and all other-activities necessary to prepare and complet- t - Contract Work. Also includes all administration, management, and coordi atio i items required for the project except those itemsior which direct payment is qtherw-e provided. b. Progress payments for mobili :tion and general project administra{ign shall be made as follows • When 5% of the o iginal bid . ount is earned, either 25% of the contract price for mobilization o 2.5% of the ,id amount, whichever is less, may be paid. • When 10% of t - original bid .mount is earned, either 50% of the contract price for mobiliz.tion or 5%of th.• bid amount, whichever is less, may be paid. • The remaining :mount for this i -m will be paid out proportionately over the duration of the ontract. 2. Site Safety Plan Imple entation: a. Includes develop ent and implementati,"n of a site safety plan specific for this landfill Work ov- the duration of the p oject in accordance with the Contract Documents. b. The lump sum p ice for this item will be paio out proportionately over the duration of the Contract. 3. Fire Debris/Garbage Unsuitable Soil Excavation: a. Excavation and .tockpiling of material that cannot be used for liner reconstruction or general gra•'ng purposes, including but not limited to; fire debris, mixed soil/debris and r:lated contaminants, and soil rendered unsuitable for use from exposure to intens- eat. Also includes garbage excavation necessary to expose MEASUREMENT AND PAYMENT 01225-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa existing liner for tie-in to new. Incidental items to this work include, but are not limited to; dewatering, sheeting, shoring, and bracing; and management of leachate and surface flow from existing landfill until connection to new landfill cell and piping system is complete and permitted for operation by the IDNR. b. "ayment will be at the Contract unit price pet cubic yard of excavation, defined as vs ume of earth and waste in its original sp. e. Quantity is based on the estimated cut •uantity. The quantity shown in the contract documents shall be the quantity for ,ich payment is made. Overhaul will of be measured or paid for, but shall be consi.-red incidental to excavation. 4. Excavation: a. Excavatio of earth material to propos-d subgrade elevations for cell construction and storm .ter drainage, including • t not limited to; placing and compacting soil for filling of I. areas, embankment-, and general grading, all in accordance with the Contract I•cuments. Incidenta items to this work include, but are not limited to; dewatering; • eeting, shoring, . d bracing; and management of leachate and surface flow fro existing landfill ntil connection to new landfill cell and piping system is complete .nd permitted fir operation by the IDNR. b. Payment will be at the Contract u it price per cubic yard of excavation, defined as volume of earth in its original -.ace. Quantity is based on the estimated cut quantity. The quantity s'own in the contract documents shall be the quantity for which payment is made. over :ul will not be measured or paid for, but shall be considered incidental to exc:vat •n. 5. Borrow: N - a. Excavation and hauling of e. s from designated borrow area for use in cell construction and storm water ora age, including but not limited to; placing and compacting soil for filling of to ar- s, embankments, and general grading, all in accordance with the Contract I ocume Its. Incidental items to this work include, but are not limited to; surveying fir measu -ment of quantities, dewatering; sheeting, r �, �--c.- shoring, and bracing; and ma agement o leachate and surface flow from existing landfill until connection to n: landfill ce and piping system is complete and permitted by the IDNR. CD b. Payment will be at the Contr:ct unit price per c b•is yard of borrow excavation, defined as volume of earth in i.. original space as m- sured by Contractor's survey and verified by Engineer. 6. Drainage Sand: a. Includes furnishing and installi g sand drainage layer for grou'dwater collection in accordance with the Contract (.cuments. Incidental items to thi ork include, but are not limited to; source testine and submittals, and dewatering. b. Payment for this item will be a' the Contract unit price per cubic yard of installed material. The quantity shown i the contract documents shall be the quantity for which payment is made. 7. Compacted Clay Liner: a. Includes conditioning, placemen .nd compaction of clay liner material in accordance with the Contract Documents. Incidental items to this work include, but MEASUREMENT AND PAYMENT 01225-4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa are not invited to; source testing and submittals, dewatering, moisture conditioning \.or dryi 2 as part of installation and maintenance of installed material. Excavation and stgckpiling of existing clay liner material and additio - .y -xcavated and hauled from soil borrow area are included in the "Exc. . ion" and "Borrow" items, respec'vely. b. Payme t will be at the Contract unit price per cu• c yard of installed material. The quantit shown in the contract documents sh. be the quantity for which payment is mad- 8. HDPE 60-mi Geomembrane (Smooth): . a. Includes rnishing and installing smo.th HDPE geomembran liner in.accordance with the ••ntract Documents. Inc'.ental items to this work Include,:but are not limited to; bmittals, testing and • &A documentation. b. Payment wi be at the Contract nit price per square foot installed, as measured parallel to li -r surface, includi g designed anchor trench material and_additional material at ce boundaries. 9. HDPE 60-mil Geom mbrane (Textured): a. Includes furnishi • and in- ailing textured HDPE geomembrane liner in accordance with the Contract Docu ents. Incidental items to this work include, but are not limited to; submitta te- ing, and QC&A documentation. b. Payment will be at he Contract unit price per square foot installed, as measured parallel to liner surf.T-, including designed anchor trench material and additional material at cell boun•:ries. 10. Geonet/Geotextile Corn•osi e: a. Includes furnishing and 'nstalling Geonet/Geotextile composite (geocomposite) in accordance with t, e Con. act Documents. Incidental items to this work include, but are not limited to; submitt. s, and testing. b. Payment will be at the Co tract unit price per square foot installed, as measured parallel to liner •.urface, inc ding designed anchor trench and additional material at cell boundarie . 11. Geotextile: a. Includes fur ishing and ins :fling geotextile in accordance with the Contract Documents. Incidental items ti this work include, but are not limited to; submittals, and testing This item indult:. geotextile installed as part of the cell separation berm and geotextile installed u ger all riprap. b. Payment •r geotextile will be a the Contract unit price per square yard installed, as mOas ed parallel to surface. 12. Coarse D a' age Stone(Source: On-' ite Stockpile): a. Includes installing coarse drain:ge stone in accordance with the Contract Documents for use in trenches . d sumps within the lined landfill cell. This material was recovered from the fi - damaged cell and is currently stockpiled on- site as indicated on the Drawings. Incidental items to this work include labor and equipment for separation of miscellaneous debris from the aggregate as it is excavated from the stockpile area and again as it is installed in the landfill cell. 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 01225-5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 13. Coarse Drainage Stone(Source: Furnished by Contra or): a. Includes furnishing and installing coarse draina_e stone in accordance with the Contract Documents for use in trenches and - mps within the lined landfill cell. Incidental items to this work include, but ar= not limited to; source testing and submittals. b. Payment for this item will be at the Contra unit price per cubic yard of installed materi. . The quantity shown in the contr.ct documents shall be the quantity for which p. ment is made. 14. Tire Derived A.•regate(Source: On-Site Stor kpile): a. Includes ins :fling tire derived aggreg. e layer in accordance with the Contract Documents fo use in the lined landf I cell. This material was salvaged from unburned portio . of the FY09 cell a . is currently stockpiled on-site as indicated on the Drawings. cidental items to is work include, but are not limited to; labor and equipment for -paration of mi ellaneous debris from the aggregate as it is excavated from the s •ckpile area •nd again as it is installed in the landfill cell. Also includes cleanup o TDA and o er debris at the stockpile area. b. Payment for this item wi be at the Contract unit price per cubic yard of installed material. The quantity shown in t e contract documents shall be the quantity for which payment is made. 15. Tire Derived Aggregate(Source: F •ished by Contractor): a. Includes furnishing and installin'; tire derived aggregate layer in accordance with the Contract Documents for us i• the lined landfill cell. Incidental items to this work include, but are not limit:. to; ource testing, submittals, and restoration of stockpile areas. cv b. Payment for this item will be . the Co ract unit price per cubic yard of installed c•-) material. The quantity show in the con act documents shall be the quantity for e:J which payment is made. 1'6 HDPE Pi.e SDR-17 4" Dia. Perforated: • - a. Item includes furnishing and ' stalling HDPE pipe ' accordance with the Contract ' Documents. Incidentals incl de but are not limite. o; pipe jointing, fittings, and testing. Bedding rock for u•e inside the lined landfi cell is included under the "Coarse Drainage Stone" ite b. Payment for this item will .- at the Contract unit price ••er linear foot of pipe installed. 17. HDPE, SDR-17, 4" Dia., Solid: a. Item includes furnishing an installing pipe in accordance with the Contract Documents. Incidentals incl de but are not limited to; pipe jointing, fittings, and testing. Bedding rock for u e inside the lined landfill cell is included under the "Coarse Drainage Stone" ite . b. Payment for this item will b at the Contract unit price per linear foot of pipe installed. 18. HDPE, SDR-17 HDPE, 6" Dia., Pe -ated: 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, jetting, televising, and testing. Bedding MEASUREMENT AND PAYMENT 01225 -6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa roc for use inside the lined landfill cell is included under t►- "Coarse Drainage Ston:" item. b. Payme,t for this item will be at the Contract unit pric- per linear foot of pipe installed. 19. HDPE, SDR-17, Dia., Solid: a. Item includes furnishing and installing pipe in .ccordance with the Contract Documents. In.'dentals include but are not limit:. to; submittals, pipe jointing and connections to o er structures, fittings, jettin. televising, and testing. Bedding rock for use insid- the lined landfill cell is in luded under the "Coarse Drainage Stone" item. b. Payment for this ite • will be at the Con act unit price per linear foot of pipe installed. 20. HDPE. SDR-17, 8" Dia., Perf• ated: a. Item includes furnishing nd installi • pipe in accordance with the Contract Documents. Incidentals inc de but a,- not limited to; submittals, pipe jointing and connections to other structu es, fitti gs, jetting, televising, and testing: Bedding rock for use inside the lined andfil cell is included under the "Coarse Drainage Stone" item. b. Payment for this item will be .t he Contract unit price per linear foot of`pipe installed. 21. HDPE, SDR-17, 8" Dia., Solid: a. Item includes furnishing and nsta ing pipe in accordance with the Contract Documents. Incidentals includ• but a - not limited to; submittals,bedding,,backfill, compaction, pipe jointing an• conne,tions to other structure's, fittings,, jetting, televising, and testing. b. Payment for this item will .e at the C. tract unit price per linear foot of pipe installed. 22. HDPE SDR-17 10" Dia. Perfo ated: a. Item includes furnishing -nd installing pip: in accordance with the Contract Documents. Incidentals i clude but are not li 'ted to; submittals, pipe jointing and connections to other str ctures, fittings, jetting, televising, and testing. Bedding rock for use inside the I ned landfill cell is inclu•-d under the "Coarse Drainage Stone" item. b. Payment for this item ill be at the Contract unit •rice per linear foot of pipe installed. 23. PVC Pipe, SDR-35, 4" Dia. Perforated: a. Item includes furnishinand installing pipe with geotextile s. k in accordance with the Contract Docume ts. Incidentals include but are not li 'ited to; submittals, excavation (sheeting shoring, bracing, and dewatering as uired), bedding backfill, pipe jointing a d connections to other structures,fittings, an. testing. b. Payment for this ite will be at the Contract unit price per linear sot of pipe installed. 24. 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, MEASUREMENT AND PAYMENT 01225 - 7 HR Green, Inc. FYI3 Landfill Cell Reconstruction Project No. 20100062.04 Iowa Ci Landfill and Recycling Center Iowa City, Iowa excavation (sheeting shoring, bracing, and 'ewatering as required), bedding backfill, pipe jointing and connections to other •.tructures, fittings, and testing. b. Payment for this item will be at the Contr•ct unit price per linear foot of pipe installed. 25. PVC Pipe, SDR-35, 6" Dia., Solid: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but . e not limited to; submittals, excavation (she:ting shoring, bracing, and dewa'-ring as required), bedding backfill, pipe jointi ; and connections to other struct res, fittings, and testing. b. Payme t for this item will be at the Contract unit price per linear foot of pipe installe•. 26. LP-1/Secondary ump Riser, 16" Dia, H P PE Fabricated Structure): a. Item includes urnishing and install g HDPE fabricated structure in accordance with the Contrac 'ocuments. Incidentals include but are not limited to; submittals, penetrations, pip- jointing, fitting-, caps, flanges, and connecting hardware. Bedding rock for us: inside the li ed landfill cell is included under the "Coarse Drainage Stone" item. b. Payment for this item wil •e at the ontract lump sum price for this structure. 27. HDPE Pipe Penetration Structur— a. Item includes furnishing and 'st.11ing HDPE fabricated structure in accordance with the Contract Documents. I rentals include but are not limited to; submittals and testing. b. Payment for this item will be at the •ntract lump sum price for this structure. 28: Leachate and Groundwater Head Leve Mon. orinq Systems: a. Item includes procurement and i stalla •n of three (3) liquid level monitoring ;.- - systems and a controller in acct rdance ith the Contract Documents. Item ' includes the complete, installed, operable s stem, but does not include HDPE ,^ containment pipe or CMP access over for wh h payment is otherwise provided. Incidentals include but are not limit-d to; submitt- , PVC transducer carrier pipes, fittings, mounting hardware, and te-ting. b. Payment for this item will be at the ontract lump sum .rice. 29. Cleanout and Riser Access Covers a. Item includes furnishing and instal ng protective CMP cov- over leachate and piezometer risers in accordance wit the Contract Documents. ncidentals include but are not limited to; locking metal cap for CMP, airtight cap for .DPE pipe, and concrete annulus plug. b. Payment for this item will be at the C Intact price for each installation. 30. Rip Rap—Class E Revetment: a. Includes furnishing and installing ip rap in accordance with the Contract Documents. Geotextile for use und:r the rip rap is included in the "Geotextile" 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 01225-8 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 31. Waste Relocation and Placement: . Includes loading and hauling of Owner furnished landfill .ste and select waste aterial from on-site waste source area and installing in new landfill cell, all in a,cordance with the Contract Documents. lnciden - s include but are not limited to; .eparation of existing soil cover or other un .stable material from the landfill wast: at the waste source area, and constructio' of haul roads as needed. b. Paym_ t for this item will be at the Contract nit price per cubic yard of installed materia The quantity shown in the contr. t documents shall be the quantity for which pa ent is made. 32. Storm Water P- mit and Compliance: a. Developmen compliance, and im• ementation of the Storm Water Pollution Prevention Pl.n (SWPPP). This ite includes but is not limited to, obtaining and paying for N'I ES permit, admi• istering SWPPP, monitoring, inspection and documentation. Iso includes imp -menting all temporary erosion control measures deemed necessa to comply wi. the SWPPP. This item does not include erosion control materials • items for ich direct payment is otherwise provided (i.e. filter socks, silt fence, m,Ich, etc.). b. Payment for this it:m will .e at the Contract lump sum price to be paid out proportionately over t e duration of the Contract. 33. Silt Fence: a. Includes furnishing and stalling silt fence for erosion and sedimentation control in accordance with the C• t =ct Documents. . b. Payment for silt fence ill b- the Contract unit price per linear foot installed. - 34. Cleanout of Silt Fence: a. Includes removal sedimen and refuse from installed silf fence to maintain effectiveness for -rosion and .edimentation control. This .includes Silt fence installed by Contr.•ctor and existi g silt fence installed by others: b. Payment for cle. out of silt fence will be the Contract unit price per linear foot of silt fence cleane'. out. 35. Silt Fence Remova a. Includes remo al and disposal of silt fe ce from areas that have been permanently stabilized. Re oval of silt fence whic has failed or removal for staging of construction i areas that have not been .ermanently stabilized shall be incidental to the"Excay..tion" item. b. Payment for silt fence removal will be the Contract unit price per linear foot removed. 36. Erosion Control ining: a. Includes furnishing and installing erosion control ining in accordance with the Contract Documents. Incidentals include, but are at limited to; submittals and anchoring d vices. b. Payment for erosion control lining will be the Contract •it price per square yard installed. 37. Stabilization See .nq a. Includes furnis 'n and installing clean seed to stabilize temporary soil slopes in accordance with the Contract Documents and as approved by Engineer. MEASUREMENT AND PAYMENT 01225- 9 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa b. Payment for stabilization seeding will be the Contract unit price per acre installed. 38. Stabilization Mulching j a. cludes furnishing and application of mul'h to stabilize temporary soil slopes in a.cordance with the Contract Documents and as approved by Engineer. b. Pa ent for stabilization mulching will be'he Contract unit price per acre installed. 39. Seedin•/F:rtilizer/Mulchin•: a. Include seeding, fertilizing, and mulc ing to grow final turf in accordance with the Contract Documents. Also includes .pecified maintenance and growth guarantee. Grass are.. disturbed by the Contractor which are outside the limits construction shall be rest. ed at the Contractor' expense. b. Payment for t item will be at the ontract unit price per acre. 40. Surveying: a. Includes surveyin• staking, and restaking required for construction and documentation, sur -ying to determine quantities, and as-built drawings in accordance with the C. tract Documents. b. Payment for this item ill b: at the Contract lump sum price to be paid out proportionately over the d ati•n of the Contract. PART 2 PRODUCTS— NOT USED PART 3 EXECUTION — NOT USED END 'IF SECTION N M _ r we0 � r R `3 J MEASUREMENT AND PAYMENT 01225 - 10 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01295 SCHEDULE OF VALUES PART 1 GENERAL 1.01 SUMMARY -• A. Section Includes: 1. Procedures required of the Co'tractor regarding format, style .nd submittal of Schedule of Values. B. Related Sections: 1. Section 01225—Measurement ant Payment. 1.02 SUBMITTALS: GENERAL A. Submit to the Engineer a Schedule of Val -s base. upon the Contract Price and Bid Schedule, listing the major elements of work and the ••Ilar v. ue for each element, within ten (10) days after the official Notice to Proceed. B. Upon request of the Engineer, support the vat, -s with data which will substantiate their correctness. C. The Schedule of Values, unless objected t. •y t - Engineer, shall be used only 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 .r 8-1/2 inch x 14 inch white paper furnished by the Owner. Contractor's Standard Forms :nd automated • intout will be considered for approval by the Engineer upon Contractor's requw st. Identify sched e with: 1. Title of Contract and location. 2. Engineer and Contract number 3. Name and address of Contrac'•r. 4. Date of submission. B. Schedule shall list the installed v••lue of the component parts o the Work in sufficient detail to serve as a basis for computing values for progress payments d ing construction. This installed value shall be the unit •rice amount provided by the Con actor in the Bid Form. C. Utilize the items specified in th Bid Form as a guide to establish th- format for the values of each major category. D. Identify each line item with the umber and title of the payment item. E. For the various portions of the ork: 1. Each item shall include a • oportional amount of the Contractor's overheat and profit. 2. For items on which progres- •ayments will be requested for stored materials, break down the value into: SCHEDULE OF VALUES 01295- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa a. The cost of the materials, delivered and unloaded, wi 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 s:.:rate columns to indicate the following or each item listed: Bi. tern Number Bid It:m Description Unit T .e Unit Pric- Estimate. Quantity Scheduled ontract Amount Work Comp :ted from Previous Applicatir Work Comple -d this Application Materials Pres: tly Stored Total Complete. .nd Stored to Date Percentage of Ite Complete Balance to Finish Retainage G. The sum listed in the Schedule •hall equal th:i total Contract Sum as provided by the Contractor in the Bid Schedule. / H. Round amounts off to the nearest ,ole doll r; the total shall equal the Contract Sum. I. Update and resubmit the Schedule of :lu:• with monthly applications for payment and when Change Orders result in a change in the . tract Sum. END OF •E►TION c.J c-, r., F . r C_- L s:— c.;— ` J_�1 • p r C—, N SCHEDULE OF VALUES 01295-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01315 >> COORDINATION AND MEETINGS L_ PART 1 GENERAL - 1.01 SUMMARY :=� f A. Section Includes: 1. Coordination. f.) • 2. Preconstruction conf:rence. - 3. Progress meetings. 1.02 MEASUREMENT AND PAYMEN' A. Refer to Section 01225—Mea•urement and Payment. 1. Work of this Section is i cidental to the "Mobil',.tion and General Project Administration" item. 1.03 COORDINATION A. Coordinate scheduling, submittals and Work o the various Sections of specifications to assure efficient and orderly sequence of in•tallation of nterdependent construction elements. 1.04 PRECONSTRUCTION CONFERENCE A. Engineer will schedule a conference a er .otice of Award. B. Attendance Required: Owner, Engin er, Engineer's Consultant, Contractor, Contractor's Superintendent, and major subcontract. s C. Agenda: 1. Submission of list of subcontr. tors, Ii t of products, Schedule of Values, and progress schedule. 2. Designation of personnel repr:senting the •arties in Contract and the Engineer. 3. Procedures and processing f field decisiens, submittals, substitutions, applications for payments, proposal request, hange Orders .nd Contract closeout procedures. 4. Use of premises by Owner a d Contractor. 5. Owner's requirements. 6. Facilities and controls provibed by Owner. 7. Temporary utilities provide. by Owner. 8. Security and housekeepin. procedures. 9. Schedules. 10. Procedures for testing. 11. Procedures for maintainin'! record documents. 12. Compliance with applicabl safety rules and regulations. 13. Compliance with applicabl• environmental rules and regulations. 1.05 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at weekly intervals. COORDINATION AND MEETINGS 01315 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1. Meeting intervals may be adjusted depending on natu - of the Work as mutually agreed by Engineer and Contractor. B. Engineer will :ke arrangements for meetings, prep_ e agenda with copies for participants, preside at meeti :s, record minutes, and distribute co? es to Contractor and Owner. C. Attendance Requir:.: Job superintendent, major S bcontractors and suppliers, Owner's field representative, and _ gineer or Engineer's Consult•nt, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of p evious meetings. 2. Review of Work prog -ss. 3. Field observations, pro: ems, and decisi'.ns. 4. Identification of problems which impede .Tanned progress. 5. Review of submittals sche. le and stat s of submittals. 6. Review of off-site fabrication .nd delivz. schedules. 7. Maintenance of progress sche ule. 8. Corrective measures to regain p .ject• d schedules. 9. Planned progress during succeed +g ork period. 10. Coordination of projected progress. 11. Maintenance of quality and Work sta .•ands. 12. Effect of proposed changes on prog -s chedule and coordination. 13. Other business relating to Work. PART 2 PRODUCTS—NOT USED PART 3 EXECUTION— NOT USED ENDO' SECTION COORDINATION AND MEETINGS 01315-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01330 SUBMITTALS PART 1 GENERAL 1.01 SUMMARY - _ -� A. Section Includes: • 1. Procedural require -nts for Work-related submittals. r a. Construction pros ess schedules. , b. Proposed products ist. c. Shop drawings. d. Product data. e. Manufacturer's instruct ins. f. Manufacturer's certificat:s e. Guarantee, warranties, m-intenance agre- ents and workmanship bonds. f. Test results. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225—Measurement .nd P:yment. 1. Work of this Section is incidental to the "Mobilization and General Project Administration" item, except where direct payment i • herwise provided. 1.03 SUBMITTAL PROCEDURES A. Transmit each submittal with the Contra•or's •tandard submittal form. B. Sequentially number the transmittal farms. -submittals to have original number with an alphabetic suffix. C. Identify Project, Contractor, Subco ractor or su,plier; pertinent Drawing sheet and detail number(s), and specification Section umber, as ap. opriate. D. Apply Contractor's stamp, signed ,►r initialled certify g that review, verification of Products required, field dimensions, adjace construction Wor and coordination of information, is in accordance with the requirements .f the Work and Co ract Documents. Submittals must be from the Contractor and bear his approval stamp. Sub, ittals will not be received from or returned to subcontractors. E. Schedule submittals to expedite t e Project, and deliver. C•.rdinate submission of related items. F. Identify variations from Contract I.cuments and Product or syste limitations which may be detrimental to successful performa ce of the completed Work. G. Provide space for Contractor and En•ineer review stamps. H. Revise and resubmit submittals as required, identify all changes made since previous submittal. SUBMITTALS 01330 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa I. Distribute copies of reviewed submittals to concerned •arties. Instruct parties to promptly report any inability to comply with provisions. 1.04 ACTION ON SUBMITTALS A. Engineer's Acti. : 1. Except for ubmittals for record and simil. purposes, where action and return on submittal is -quired or requested, Engin rer will review each submittal, mark with appropriate acti• , and return. Where sub ittal must be held for coordination, Engineer will so advise Con actor without delay. 2. Engineer will stamp -ach submittal with acon stamp, appropriately marked with submittal action. 3. If information submitt-• is not sufficient to complete review of submittal, Engineer will send transmittal to Con actor notifying at additional information is required. Submittal will not be returned. S •mittal will b_ placed in an "on hold" status until Contractor provides additional informa '•n. B. Submittals returned to the Contracto will ind' ate one of the following: 1. Reviewed - Final Unrestricted R. ease Engineer's review did not detect major deviations from conformance and intent of the Cs tract Documents. 2. Reviewed as Noted - Final-But-R_ icted Release: When submittals are marked as "Reviewed as Noted" Work covered submittal may proceed provided it complies with Engineer's notations or correction. on submittal and with Contract Documents. • c" Acceptance of Work depends on that o •liance. Resubmittal is not required. . j j3. Refected - Submittal Not Accepted: Whe• submittals are marked as "Rejected," do not T •A proceed with Work covered by sub ittal. A ork covered by submittal does not comply - with Contract Documents. Prepare new su: ittal for different material or equipment supplier or different product line or material o same supplier complying with Contract Documents. c4. Revise and Resubmit - Returned sr Resubmitt- • When submittals are marked as "Revise and Resubmit," do not proceed with Work •vered by submittal. Do not permit Work covered by submittals to be sed at Project si - or elsewhere where Work is in progress. Revise submittal or pre 1,are new submitta in accordance with Engineer's notations. Resubmit without delay. 'epeat if required to •stain different action marking. 1.05 CONSTRUCTION PROGRESS SCHEDULES A. Submit initial progress schedule in duplicate within 10 days after •-te of Owner-Contractor Agreement for Engineer review. B. Revise and resubmit as required. C. Submit revised schedules with Application or Payment, identifying change- since previous version. D. Submit a horizontal bar chart with separate li e for each major section of Work or •peration, identifying first work day of each week. E. Show complete sequence of construction by as ' ity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. SUBMITTALS 01330-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa F. Indicate estimated percentage of completion for each item of Wo at each submission. G. Indicate bmittal dates required for shop drawings, pr.:uct data, samples, and product delivery da s. H. Schedule Rev i.ns: 1. Weekly to r f-ct changes in progress of Work. 2. Indicate pro r.-ss of each activity at date of su. ittal. ' --� . 3. Show chang occurring since previous sub •ictal of schedule. - 1.06 PROPOSED PRODUC1+S LIST • c J A. Within 15 days aft- date of Owner-Co: ractor Agreement, submit complete list of major products proposed fo`,use, with name of ' anufacturer, trade name, and model number of each product. B. For products specified ,only by refer- ce standards, give manufacturer, trade name, model or catalog designation, and eference - :ndards. 1.07 SHOP DRAWINGS A. Submit the number of copi: hich the Contractor requires, plus three copies which will be retained by the Engineer. B. After review, reproduce an. di- ribute in accordance with Article on Procedures above and for Record Documents. 1.08 PRODUCT DATA A. Submit the number of ,opies whic' the Contractor requires, plus three copies which will be retained by the Engine:r. B. Mark each copy to id•ntify applicable . oducts, models, options, and other data. Supplement manufacturers'stan.:rd data to provide formation unique to this Project. C. After review, distrib to in accordance with m rticle on Procedures above and provide copies for Record Document-. 1.09 MANUFACTURER'S STRUCTIONS A. When specified i individual specification Section submit manufacturers' printed instructions for delivery, sto age, assembly, installation, start-. ., adjusting, and finishing, in quantities specified for Pro.uct Data. B. Identify conflict- between manufacturers' instructions and • ontract Documents. 1.10 MANUFACTURERS CERTIFICATES A. When specifi:. in individual specification Sections, submit manufacturers' certificate to Engineer for re iew, in quantities specified for Product Data. SUBMITTALS 01330 -3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa B. Indicate material o product conforms to • exceeds specified requirements. Submit supporting reference date, affi avits, and certificati• s as appropriate. C. Certificates may be recent or pre ous test results on material or Product, but must be acceptable to Engine r. 1.11 GUARANTEE, WARRANT , S, MAI ENANCE AGREEMENTS, AND WORKMANSHIP BO IS A. Refer to Specification secti.n. for requirements. 1.12 TEST RESULTS A. Submit test results requir•d in ',pecification sections. B. Submit test results upo completixn of test or submittal of results from testing laboratory. C. Test results are s emitted for r:view of conformance with specified requirements and information. PART 2 PRODUCTS - USE. PART 3 EXECUTION - U+ED END OF SEC ON N Co Pi ti�G.: Gam._ i c_4 cv SUBMITTALS 01330 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01350 ON-SITE HEALTH AND SAFETY REQUIREMENTS am L":5 PART 1 GENERAL i 1.01 SUMMARY s A. Section Includes: 1. Health and Safet requirements at Landfill sites. rt _- a 1.02 MEASUREMENT AND PA ENT r• A. Refer to Section 01225— easurement and Payment 1. Work of this Section is cidental to the"Site Sa -ty Plan Implementation" item. 1.03 DESCRIPTION A. Construction/remediation activ ies at Ian. ills or other waste disposal sites may place Contractor's personnel, personn:I of other ontractors hired by Owner to perform Work at site, and public in potentially hazardo situ- ions due to exposure to landfill refuse, leachate and gases. B. Contractor is responsible for imple ' - tation and enforcement of safe Work practices including, but not limited to, personnel e .os.re to refuse, leachate and gases; use of trenching, sheeting, and shoring; scaffoldi .; mat:rials handling and drilling; operation of equipment; and safety of public during progres: of Work. C. Possible Presence of Har ' I and Danger. s Substances: 1. Construction of th'. Project will req ire special precautions because of the special conditions that e st in a landfill envirnment. These conditions include: The possible presence of po -ntially explosive and 'armful gases resulting from decomposition of organic and ot -r substances; the presen,e of leachate which is a liquid which emanates from the land I and which contains dissoly:d, suspended, and or microbial contaminants from the s. id waste deposits; uncovered efuse containing pollutants and chemicals harmful to uman health. 2. Landfill .=ses including varying concentrations of methane and hydrogen sulfide gas are known to be present within the landfill. • uch gases are explosive in certain conc= trations and also represent a hazard to Ii : under certain conditions including but not mited to confined areas such as leachate line and tanks, manholes, trenches and b 'dings. Because of these conditions, smoking is ot permitted within the landfill area .nd will not be permitted within the limits of the Project. Contractor shall provide monitoring required to determine the presence, compo lion, and concentration of gases present in order to evaluate hazard potential and take ap.ropriate safety measures which may include, but not be limited to: special ventilation; brea ing apparatus and protective clothing for his employees or subcontractors only; and expl.-ion-proof and non-sparking equipment and fire protection. Landfill gas and/or its conden ate may warrant special safety precautions due to its toxic and flammable/explosive na • e. Hazards that might occur could be one or more of the following: a. Fires may start spontaneously from exposed and/or decomposing waste. ON-SITE HEALTH AND SAFETY REQUIREMENTS 01350 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 !Iowa City Landfill and Recycling Center Iowa City, Iowa b. Fires and explosions in confined or enclo--d spaces from the presence of methane gas. c. Landfill gases may cause oxygen aeficiency, explosive conditions, or toxic atmospheres in underground trenches, aults, conduits and structures. d. Sudden subsidence or collapse of the landfill surface during activities such as drilling or excavating. 3. Leachate may be present in unk awn quantities within the limits of the Project. boratory analysis of leachate s-•mples indicate the presence of volatile organic co pounds including acetone, benzene, toluene, and methyl ethyl ketone. pH of the leac .te generally ranges from : to 7 units. Do not come in direct contact with the leach. e. Contractor is respo ible for determining the presence of and potential hazards of any leachate enc,,untered and is responsible for implementing safety measures -s are appropriate. hese measures may include, but shall not be limited to: protective c •thing, special br-athing apparatus, and explosion proof and non-sparking equipment. 4. Debris and resi...Is from a ire that occurred in 2012 are present within the limits of the project. This incl •es bur t tire derived aggregate, ash, steel tire belting, burnt and unburnt geosynthetic at rials, and pyrolitic oil derived from the heated tire derived aggregate. Previous T► • testing of the solids did not result in hazardous classification of the material. The pyr. 'c oil was tested and is considered hazardous based on flash point and the presence . hi.. levels of benzene. 1.04 QUALITY ASSURANCE A. Regulatory Requirements: 1. Contractor shall plan or and ensure p: sonnel comply with basic provisions of OSHA Safety and Health '.tandards (29 CFR '910), and General Construction Standards (29 CFR 1926) as ap iropriate. 2. Comply with applicable laws and regulation of any public body having jurisdiction for safety of persons or ,roperty. 1.05 OPERATIONS AND EQUIP NT SAFETY A. `Contractor is responsibl: for initiating, maintaining, and • pervising safety precautions and _programs in connection ith Work. Contractor shall take n:cessary precautions for safety of employees on Project -te and other persons and organiz. ions who may be affected by Project. B. Contractor's duties and esponsibilities for safety in connection h Work shall continue until such time as Work is c.mplete and shall continue though the corr:ction period as applicable under the Contract. 1.06 HEALTH AND SAFETY A. Contractor is response a le for implementation and enforcement of •ealth and safety requirements and will take necessary precautions and provide protection for f. owing. 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-si -. 3. Other property at or adjacent to Project site. ON-SITE HEALTH AND SAFETY REQUIREMENTS 01350-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 4. Public exposed to job related operations or potential release of toxic or hazardous material:. B. Contractor s all prepare site-specific health and safety plan (HASP) following e requirements of 29-CFR 19,0.120, and 29-CFR 1910.146. Such plan shall include appro% iate measures for confined spec: entry as project conditions warrant. If Contractor does •t have capability to prepare HASP, ontractor shall employ consultants with appropriate ca',abilities. Contractor is solely responsib - for adequacy of HASP's preparation, monit• ing, management, and enforcement. At .nimum, Contractor's HASP shall address followi•g. 1. Site description - d history. 2. Project activities, i'cluding coordination with other Contra, ors. 3. Hazard evaluation. 4. On-site-safety respo ibilities. 5. Work zones. LJ 6. Personnel training. • -'- 7. Medical monitoring. ''`4• ��� 8. Atmospheric monitoring. - 9. Personal protection, clothin, and equipmen -2 l rn 10. Decontamination procedures. -, :> 11. Emergency procedures. rV 1.07 ENGINEER'S RESPONSIBILITIES U' A. When Engineer is required to be pr-.ent on Project site to perform engineering services, Engineer will comply with Contractor's a -ty plans, programs, and procedures. B. If Engineer determines Contractor'_ safety plans, programs, and procedures do not provide adequate protection for Engineer Engineer ay direct its employees to leave Project site or implement additional safeguard for Engineer employees. If taken, these actions will be in furtherance of Engineer's res..nsibility to its win employees only, and Engineer will not assume responsibility for prote•tion of any other p: sons affected by Work. C. If Engineer observes situatio s which appear to have potential for immediate and serious injury to persons, Engineer may am persons who appear .• be affected by such situations. Such warnings, if issued, shall .- given based on general hu' anitarian concerns, and Engineer will not, by issuance of any ;Lich warning, assume respons •ility to issue future warnings or any general responsibility for protection of persons affected by ork. 1.08 SUBMITTALS A. Submit copies of H SP to Owner and Engineer within 10 days - ter Notice to Proceed. Work on-site shall not pr,,ceed until HASP has been submitted to Engine-r. 1. Submittal • Contractor's HASP to Engineer is to inform Engine:r and Owner so they can comply th HASP during performance of their on-site respon-'bilities as described in Contra Documents. 2. Sub • tal of Contractor's HASP shall neither impose on Engin:er responsibility for adequacy of HASP nor relieve Contractor from full responsibility there ire. ON-SITE HEALTH AND SAFETY REQUIREMENTS 01350 - 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 201000 2.04 low City Landfill and Recycling Center Iowa City, Iowa PART 2 PRODUCTS-\NOT USED PART 3 EXECUTION — N�T USED \ END OF SECT ON ("J c,) r4. r-,..... r__ `Lip i : -C� c.",C:a C� ON-SITE HEALTH AND SAFETY REQUIREMENTS 01350 -4 HR Green, Inc. FY09 Landfill Cell Recon uction Project No. 20100062.04 Iowa City Landfill and Recy ' g Center f a City, Iowa SECTION 01360 PROJECT RECORD DOCUMENTS PART 1 GENE- L 1.01 SUMMARY A. Section Inclu.-s: 1. Record doc ments maintained by Contractor during ••nstruction and submitted to Engineer at ontract Closeout. 1.02 MEASUREMENT AND 'AYMENT A. Refer to Section 012 . — Measurement and Pay ent. 1. Work of this Section is incidental to the "M'.bilization and General Project Administration" item, except where •irect payment is other ise provided. 1.03 SUBMITTALS A. At Substantial Completion: 1. Deliver one marked up et docume s to Engineer. 1.04 SITE RECORD DOCUMENTS A. Maintain on site, one set of the f. low' g record documents; record actual revisions to the Work: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other mos ifi.-tions to the Contract. 5. Reviewed shop drawings, su mitt.Is, product data, and samples. 6. Results of all field tests. PART 2 PRODUCTS— NOT USED hi PART 3 EXECUTION Es-�- N 3.01 MAINTENANCE OF DOCUME TS AND SAMPLES ry c.)1 A. Store documents and sa ples in Contractor's fie . office apart from documents used for construction. 1. Provide files and rack- for storage of documents. 2. Provide secure storag- space for storage of samples. B. Maintain documents in c ean, dry, legible condition and in •ood order. Do not use record documents for constructio purposes. C. Make documents and samples available for inspection by Engineer or Owner. PROJECT RECORD DOCUMENTS 01360 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa ity Landfill and Recycling Center Iowa City, Iowa D. Failure to properly maintain record documents may be '-ason to delay a portion of progress payments until records comply with Contract Document-. 3.02 REC s -D DOCUMENTS A. Main.-in record set of Drawings and Specification- legibly annotated to show all changes which are m-•e during construction. 1. Dra 'ngs: Graphically depict changes by odifying or adding to plans, details, sections, elevate► s, or schedules. 2. Make ch: ges on each sheet affected by hanges. 3. Special a = tion shall be given to record g the horizontal and vertical location of all buried utilities th.t •'ffer from the locations ind ated or which were not indicated on the Contract Drawings. 4. Specifications: a. Mark Specific....n sections: to s .w substantial variations in actual Work performed in comparison with -st of Specific .tions and modifications. Give particular attention to substitutions, sel- in of opti.ns and similar information on elements that are concealed or cannot • •erwise r e readily discerned later by direct observation. b. Note related record dr. g information and Product Data. B. Record information concurrently with . instruction progress. 1. Do not conceal Work until requires formation is recorded. 2. Record changes made by Wri en A mendment, Field Order, Change Order or Work Directive Change. C. Record drawings shall be suppleme ted by an .etailed sketches or typewritten changes to the Specifications, as necessary or di—cted to in. ate fully the work as actually constructed. These master record drawings . the Contrac 'r's representation of as-built conditions, including all revisions made nece.sary by adden. change orders, and the like shall be ) maintained up-to-date during the pr egress of the work. D.- Record documents shall be acce•sible to the Engineer :t all times during the construction period:and shall be delivered to the Engineer upon con letion of the work prior to final acceptance of project. ' E. Request for partial payments will of be approved if the record . .wings are not kept current and not until the completed rec. d drawings showing all variati. s between the work as ' actually constructed and as b rigi ally shown on the Contract Dra 'ngs or other Contract -Documents have been inspect:. b the Engineer. F. Contractor shall contact surve or to obtain as-built elevation data require. on the record drawings. This information in. u.-s but is not limited to; leachate collection .f pipe, swale/ditch centerline elevation , let elevations, exposed existing gas line locations and elevations, etc. G. Final payment will not be approve. until the Contractor prepared record drawings have been delivered to the Engineer. Record . awings may be in the form of a set of prints with carefully plotted information overlaid in red p: cil. H. Prior to final acceptance, the Contractor shall complete and deliver a complete set of record drawings to the Engineer, conforming to fihe construction records of the Contractor. These PROJECT RECORD DOCUMENTS 01360-2 HR Green, Inc. FY09 La dfill Cell Reconstruction Project No. 20100062.04 Iowa City L. dfill and Recycling Center Iowa City, Iowa drawings shall consist of corrected plans showing the -ported location of the work. The information submitted by the Contractor and incorpor. ed by the Engineer into the record drawings will be assumed to be reliable, and the gineer will not be responsible for the accuracy . such information, nor for any errors o omission which may appear on the record drawings as - result. END OF ' CTION C� O a- 1 :•... IV PROJECT RECORD DOCUMENTS 01360- 3 HR Green, Inc. FY09 Landfill Cell Rec.nstruction Project No. 20100062.04 Iowa City Landfill and Re -cling Center owa City, Iowa SECTION 01400 QUALITY CONTROL G .. PART 1 GENERAL 1.01 SUMMARY -r A. Section Includes: �. 1. Materials testing laboratory requirements. ' 2. Owner's and Con ractors responsibilities for materials esting. ' 1.02 MEASUREMENT AND PA MENT A. Refer to Section 01225 Measurement and Payme . 1. Work of this Section i incidental to those spec' is Work items that require laboratory testing. 1.03 QUALITY ASSURANCE/CON -OL OF INSTALLA ON A. Monitor quality control over uppliers, manuf. turers, products, services, site conditions, and workmanship, to produce Wo of specified q ality. B. Comply fully with manufacturers instruction-, including each step in sequence. C. Should manufacturers' instructio . conflic with Contract Documents, request clarification from Engineer before proceeding. D. Comply with specified standards as . rn. imum quality for the Work except when more stringent tolerances, codes, or specified re. rements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to •r•.uce workmanship of specified quality. F. Secure Products in place with po-itive .nchorage devices designed and sized to withstand stresses,vibration, physical distorti',n or di-,igurement. 1.04 REFERENCES A. American Society for Testing an. Materials (A'TM): E329-90- Standard Practice for Use in the Evaluation of Testing and Inspe. ion Agencies a• Used in Construction. B. Conform to reference standard .y date of issue cu ent on date of Owner-Contractor Agreement. 1.05 QUALIFICATIONS OF LABORAT RY A. Meet basic requirements of A'TM E329. B. Testing Equipment: 1. Calibrated at reasonable i tervals by devices of accurac aceable to either: a. National Bureau of St.ndards. b. Accepted values of nat ral physical constants. QUALITY CONTROL 01400- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1.06 LIMITATIONS OF AUTHORITY OF TESTING LABORATOR A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements .f Contract Documents. 2. Ap• ove or accept any portion of Work. 3. Perf• m duties of Contractor. 1.07 TESTING LAB• - •TORY AND INSPECTION SERV!, ES A. Owner will emp .y and pay for services of the t• sting laboratory to show conformance with the Contract Docume'ts for the compacted clay lin:r, destructive samples of geomembrane seams, and other installed • oducts. 1. Owner testing requirements are as outli'ed in the specifications and in accordance with Owner's QC&A PI. . 2. Contractor shall be r:sponsible for coord' ation and scheduling Owner's testing services with Engineer, as needed .r the project. 3. Failure of Contractor to chedule and coordinate sampling and tests may require Contractor to access previously instal :d Work in or.er to complete testing requirements. Costs for this access and rework shall b: born corn. etely by the Contractor. B. Contractor shall appoint and em• .y servi es of an independent firm, approved by the Owner, to perform source testing of aggregat: and • her earthen material to be used in the Work,and on-site testing of the geomembrane seams. 1. Contractor testing requirements a - .s outlined in the specifications and in accordance with the Owner's QC&A Plan. 2. Reports shall be submitted to Eng ' -er giving observations and results of test, indicating compliance or non-compliance with C• tract Documents. C. Owner's and Contractor's laboratory an' other esting services shall,in no way,relieve Contractor's obligations to perform Work of Contrac D. ' Contractor's Responsiblities: 1. Deliver to job site or designated loc:tion adequa : samples of materials proposed to be used cos which require testing. 1_1 2. Cooperate with laboratory personn-land provide ac.ess to work. 3. Provide incidental labor and facilit -s to provide acce s to work to be tested, to obtain and handle samples at the site or at ource of products • be tested, to facilitate tests and • inspections, and for storage and c ring of test samples. 4. Notify Engineer and laboratory su ficiently in advance of .aerations to allow for required inspection and testing services. B. Submit copies of test reports in accordance with specifications. c-46. Make arrangements with laborato and pay for additional samp -s and tests required for Contractor's convenience. E. Retesting required because of non-conformance to specified requirements sh. be performed by the same independent firm on instructio s by the Engineer. Payment for retes .•• by Owner's laboratory will be charged to the Contrac or by deducting inspection or testing char•es from the Contract Sum. PART 2 PRODUCTS— NOT USED QUALITY CONTROL 01400-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 2010006 04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 3 EXECUTION—NO' USED END OF SECTION S • N) ON QUALITY CONTROL 01400-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01500 ' EMPORARY FACILITIES AND CONTROLSp PART 1 GENERAL x. 1.01 SUMMARY '��' ck t? A. Section Includes: `lam 1. Temporary Utilitie•: Electricity, lighting, heat, ventilation, telephonelservice, water, and sanitary facilities. 2. Temporary Control-: Barriers, enclosures and fencing, protection of the Work, and water control. 3. Construction Faciliti=s: Access roads, parking, progress cleaning, project signage, and temporary buildings. 1.02 MEASUREMENT AND PAYME T A. Refer to Section 01225—Me-.urement and Payment. 1. Work of this Section is i cidental to the "Mobilization and General Project Administration" item, except where direct Payment is otherwise provided. PART 2 PRODUCTS 2.01 TEMPORARY ELECTRICITY AND LI a HTI A. Provide and pay for power service r_q red from Utility source. B. Temporary lighting shall be sufficient • enable Contractor and Subcontractors to complete Work and enable Engineer to observe Wo Is it is being performed. Illumination shall meet or exceed state code requirements 2.02 TEMPORARY HEAT A. Provide and pay for heat devi'es and -at as required to maintain specified conditions for construction operations and for'field office. 2.03 TELEPHONE SERVICE A. Provide, maintain and pay for telephone se 'ce to field office at time of project mobilization. Cellular phone service is acceptable. 2.04 TEMPORARY WATER SERVI I E A. Make suitable arrangemen s for temporary water se ice at Contractor's expense if water is needed for construction or testing. 2.05 TEMPORARY SANITARY F• ILITIES A. Provide temporary sanita toilet facilities conforming to state and local health and sanitation regulations,in sufficient number for use of Contractor's and bcontractor's employees and other personnel authorized by Owner to enter site. B. Maintain in sanitary condition and properly supply with toilet paper. TEMPORARY FACILITIES AND CONTROLS 01500- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 A. Security will n be •rovided by Owner. B. Contractor shall be r: ponsible for loss or injury to perso's or property where Work is involved,and shall provide securi and take precautionary meas es to protect Contractor's and Owner's interests. 2.08 CONTRACTOR'S FIELD 0- ICE A. Establish at site of Project. General Constructio New or reconditioned mobile office trailer. B. Equipment: Telephone (cell ohone also accept.de), mailing address, and sanitary facilities. C. At this office, maintain comp -te field file of shop drawings, posted Contract Drawings and Specifications,and other files of .eld operatio - including provisions for maintaining"As Recorded Drawings." D. Remove field office from site upon .•prova by Owner and immediately after acceptance of the entire work by the Owner. E. Contractor shall pay utility costs associa -• with the field office. 2.09 ENGINEER'S FIELD OFFICE A. Furnish separate office or separate office ithi ontractor's field office.Engineer's field office shall be utilized by the Owner, Engineer,and te.ting la►•ratory personnel. It will also be used for weekly progress meetings. 8. Provide field office with screened windo s, lockable .'oors with minimum floor area of 300 sf. If _ located within Contractor's field office, 80 sf minimum s•all be private office for Engineer. Include f < < • the following: 1. Heat and air conditioning, capable ,f maintaining 65 •eg F winter and 75 deg F summer r" temperature. r. -2. Electric power and lights. 3. One desk and one desk chair for en•ineer's use. -A. One 30"x72"table with 6 visitor chair.. 5. One portable ABC fire extinguisher. 6. Potable bottle water with chiller(shar.•d use with Contractor accep -ble). 7. Stair and landing for access to office. C. Contractor is responsible for paying for an• maintaining utility systems,office :quipment,and field office building(s) and for providing expend.ble supplies until final completion. 2.10 TRAFFIC CONTROL A. Provide temporary traffic control as defined i ' Supplementary Conditions. 2.11 ACCESS ROADS AND TEMPORARY PARKING A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. TEMPORARY FACILITIES AND CONTROLS 01500-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Re cling Center owa City, Iowa B. Extend and relocate as ork progress requires. C. Provide means of removing mud from vehicle wheels before entering s -ets. D. Areas of site to be designat- by Engineer to be used for parkin. if construction personnel's private vehicles, Contractor's li,ht-weight vehicles, and Contractor' equipment. 1. All areas used for parking g storage will be maintained in ad returned to condition in which they were found prior to co -truction or restored as part • project completion. PART 3 EXECUTION 3.01 GENERAL A. Maintain and operate systems to ensur continuous .ervice. B. Modify and extend systems as Work progress req res. 3.02 REMOVAL A. Completely remove temporary materials,e• ip r ent,signs,and structures when no longer required. B. In unfinished areas,clean and repair damag: •-used by temporary installations or use of temporary facilities, restore drainage, and evenly grad; seed or plant as necessary to provide appearance equal to or better than original. C. In finished areas,restore existing or perm. e facilities used for temporary services to specified, or original condition. 3.03 DAMAGE TO EXISTING PROPERTY A. Contractor is responsible for replacing or rept ing damage to existing buildings, structures, sidewalks, roads, parking lot surfacing, and other -xisting assets. E I OF SECTIO M13 4] C")^ . I -'-1 C) i ;yl b it N NJ Cti TEMPORARY FACILITIES AND CONTROLS 01500- 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01570 ENVIRONMENTAL PROTECTION AND SPECIAL CONTRO PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Requirements to m imize pollution of air, water, or and; control of noise, the disposal of solid waste material- and protection of deposits of •istorical or archaeological interest. a. Control of erosio and sedimentation due to cr,nstruction activities. b. Solid waste dispo•al. c. Control of chemica waste. d. Control of dust. e. Control of noise. f. Protection of historic.I and cultural res. rces. g. Protection of roadwa B. Related Sections: 1. Section 02270—Soil Erosio' and Sedi entation Control. 2. Section 02331 —Waste Exc. ation a d Placement 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225—Measure - t and Payment. . y. 1.03 SUBMITTALS .41 r u� A. Contractor's Storm Water Pollutio Pre ention Plan. -v 6-7 B. Submit in accordance with Secti• 01331 "") t� 1.04 REFERENCES ` A. EPA (NPDES) - National Rillutant Disch. ge Elimination System (NPDES), Construction General Permit; current editio ; http://cfpub.epa.gov/npdes/s ormwater/cqp.cf B. FHWA FLP-94-005- Best Management Practices or Erosion and Sediment Control; Federal Highway Administration; 19'5. 1.05 NPDES PERMIT A. Contractor shall procure •,nd pay for the required N. 'onal Pollutant Discharge Elimination System (NPDES) Gener.I Permit Number 2 for "Stor Water Discharge Associated with Industrial Activity for Cons ruction Activities". B. Provide all monitoring and est reporting relating to the discharg:s as required by the permit. ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 2 PRODUCTS—NOT USED PART 3 - EXECUTION 3.01 GENERAL A. Employ and utiliz: environmental protection ethods, obtain all necessary permits, and fully observe all local, s :te, and federal regulati• s. Contractor shall be responsible for any and all fines imposed by an egulatory agency du- to the Contractors activities. B. Land Protection: 1. Except for any work • storage are. and access routes specifically assigned for the use of the Contractor, the lane areas out.ide the limits of construction shall be preserved in their present condition. Cont :dor sh- I confine his construction activities to areas defined for work within the Contract I scum- ts. 2. Manage and control all sorrow areas, work or storage areas, access routes and embankments to prevent se•i -nt from entering nearby water or land adjacent to the work site. 3. Restore all disturbed areas i ding borrow and haul areas and establish permanent type of locally adaptable vegetativ• 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 fina •rading. 5. Plan and execute earthwo in a ma ner to minimize duration of exposure of unprotected soils. 6. Except for areas designa -d by the Co'tract Documents to be cleared and grubbed, the Contractor shall not defa e, injure or d--troy trees and vegetation, nor remove, cut, or disturb them without ap.roval of the Ens eer. Any damage caused by the Contractor' equipment or operations -hall be restored a neatly as possible to its original condition at the Contractor's expense 3.02 EROSION AND SEDIMENTATI•N CONTROL A. Prepare a Storm Water Pollu ion Prevention Plan: 1. Submit copy to Engineer odor to start of site work. 2. Include: . a. Site plan identifyin! soils and vegetation, existin• erosion problems, and areas vulnerable to erosio due to topography, soils, vegetate gin, or drainage. b. Site plan showing g :ding; new improvements; tempora roads, traffic accesses, and other temporary con•truction; and proposed preventive me sures. c. Where extensive ar-:s of soil will be disturbed, include sto ' water flow and volume calculations, soil loss predictions, and proposed preventive me:sures. - d; Schedule of tempora preventive measures, in relation to grouns disturbing activities. e. Other information req 'red by law. f. Format required by la is acceptable, provided any additional information specified is also included. 3. Obtain the approval of the Plan by authorities having jurisdiction. B. Erosion Protection: ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1. Utilize methods necessary to effectively prevent erosion and control of sedime-tation. Such methods may include but are not necessarily limited to the following: a. Retardation: Mechanically retard rate of runoff by construction of • version ditches, terraces, : d berms. Divert run off to protect drainage courses. b. Protect sid- and backslopes as soon as rough grading is co 'trete by accelerated growth of per .nent vegetation, temporary vegetation, mulchin;. or netting. c. Where slopes a - too steep for stabilization, use hydroseed.'g, mulching anchored in place, cover by anhored netting, sodding, or combination t• prevent erosion. d. Remove temporary .rotection prior to final grading operat'ans. C. Comply with all requirements of U.S. Environmental Protectio Agency and Iowa Department of Natural Resources for erosion .:nd sedimentation control. D. Best Management Practices S':ndard: Federal Highway Administration Best Management Practices for Erosion and Sedim- t Control. E. Develop and follow an Erosion and Sedimentatio Prevention Plan and submit periodic inspection reports. F. Do not begin clearing, grading, or oth-r work invol.ing disturbance of ground surface cover until applicable permits have been obtainel; furnish . I documentation required to obtain applicable permits. 1. Obtain and pay for permits and pro *de se• rity required by authority having jurisdiction. 2. Owner will withhold payment to •ntr. tor equivalent to all fines resulting from non- compliance with applicable regulation.. G. Timing: Put preventive measures in pia.: as soon as possible after disturbance of surface cover and before precipitation occurs. H. Storm Water Runoff: Control increase• stor water runoff due to disturbance of`surface cover due to construction activities for this project. 1. Prevent runoff into storm and sani ary sewe systems, including open drainage channels,,in excess of actual capacity or amo nt allowed •y authorities having jurisdiction, whichever is less. 2. Anticipate runoff volume due t• the most extr-me short term and 24-hour rainfall events that might occur in 25 years. _ I. Erosion On Site: Minimize wind water, and vehicu :r erosion of soil or"' project site due to construction activities for this pro'-ct. �. 1. Control movement of sedim:nt and soil from tempor. y stockpiles of soil. 2. Prevent development of rut- due to equipment and ve icular traffic. 3. If erosion occurs due to n. -compliance with these re.uirements, restore eroded areas at no cost to Owner. J. Erosion Off Site: Prevent ero..ion of soil and deposition of se. ent on other properties caused by water leaving the project s' e due to construction activities fo this project. 1. Prevent windblown soil from leaving the project site. 2. Prevent tracking of mud o to public roads outside site. 3. Prevent mud and sediment-from flowing onto sidewalks and pavements. 4. If erosion occurs due to non-compliance with these requirements, restore eroded areas at no cost to Owner. ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570 -3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa K. Sedimentation of Waterways On Site: Prevent sedimentati. of waterways on the project site, including rivers, streams, lakes, ponds, open drainage ays, storm sewers, and sanitary sewers. 1. If sedimentation occurs, install or correct preventiv• measures immediately at no cost to 0, ner; remove deposited sediments; comply h requirements of authorities having juris•iction. 2. If se..ment basins are used as temporary pre entive measures, pump dry and remove deposi -d sediment after each storm. L. Sedimentatio of Waterways Off Site: Prevent s:•imentation of waterways off the project site, including river streams, lakes, ponds, open .rainage ways, storm sewers, and sanitary sewers. 1. If sedimentatio• occurs, install or correct 'ireventive measures immediately at no cost to Owner; remove .eposited sediments; c-amply with requirements of authorities having jurisdiction. M. Open Water: Prevent sta •ing water that co Id become stagnant. N. Maintenance: Maintain temp.rary preventi e 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 g:aerated on-site is approved for disposal at the current active landfill working face. 3. Solid waste generated off-site shall not •e brought onto or accepted at the site as part of this contract. B.' Excavated: 1. Contractor shall place all excavate• solid wa tes in the designated area of the landfill as directed by the Engineer. a. Refer to Section 02331,Waste xcavation an. Placement 3.04 CONTROL OF CHEMICAL WASTE A. Store and dispose of chemical wastes i a manner approved • regulatory agencies. B. Take special measures to prevent the icals, fuels, oils, greases, erbicides, and insecticides from entering drainage ways. C. Do not allow water used in on-site m. erial processing, concrete curin• cleanup, and other waste waters to enter a drainage way(s) .r stream. D. Spilled material and resulting contami rated 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. ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570-4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa F. Prop- ly manage flow of leachate into and out of project area for the duration oft • project. 1. Re -r to Section 02331,Waste Excavation and Placement. / 3.05 CONTROL 0 •UST I A. The control o• dust shall mean that no construction activity shall talc, place without applying all such reasonab - measures as may be required to prevent parti• late matter from becoming airborne so that remains visible beyond the limits of constructs. . Reasonable measures may include paving,fr-•uent road cleaning, planting vegetative gro•ndcover, or application of water. B. Utilize methods an. practices of construction to elimina dust in full observance of agency regulations. C. The Engineer will dete ine the effectiveness of the oust control program and may request the Contractor to provide a••itional measures, at no a.•itional cost to Owner. 3.06 PROTECTION OF AIR QUAL TY A. Minimize air pollution by -quiring use of .roperly operating combustion emission control devices on construction v_ isles and e• ipment and encourage shutdown of motorized equipment not in use. / ; -, B. Do not burn trash or vegetation , n cons' ction site. ; C. Stage and conduct Work in a man elat will minimize release of offensive-.odors.; ' 1. Refer to Section 02331,Waste `cavation and Placement 3.07 CONTROL OF NOISE A. Conduct operations to cause le—, ann k yance to residents in vicinity of Work, andrsbmply with applicable local ordinances. B. Equip compressors, hoists ai d other . .paratus with mechanical devices necessary to minimize noise and dust. E� i. compresso . with silencers on intake lines. C. Equip gasoline or oil-oper. -d -quipment with ilencers or mufflers on intake and exhaust lines. D. Route vehicles carrying oc , soil or other m. erial over such streets as will cause least/ annoyance to public an% do of operate on public streets outside of times identified in Section 01010, Summary of W.; . 3.08 HISTORICAL PROTECT!// N A. If during the cours: of •onstruction, evidence of dep..its of historical or archaeological interests are found, ease work affecting the find and notify ngineer. Do not disturb deposits until written notice from En!ineer is given to proceed. 3.09 PROTECTION OF RO' DWAY• 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- 5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa B. Contractor shall clean debris resulting from his operatio _ from the haul roads on a daily basis, or as instructed by the Engineer. C. The Contr. tor shall not utilize local storm sewer i ets to wash and remove debris from the haul roads. I D. All hauling oper. ions on-and off-site shall be co pleted in a manner that minimizes deposition of litter and debri on adjacent roadways. 3.10 FUELS AND LUBRICA TS A. Comply with local, stat and federal regulati',ns concerning transportation and storage of fuels and lubricants. B. Fuel storage area and fu= equipment s all be approved by Engineer prior to installation. Submit containment provisio to Enginee for approval. C. Report spills or leaks from fu-ling eq ipment or construction equipment to Engineer and cleanup as required. D. Engineer may require Contractor to -m Bye damaged or leaking equipment from Project site. 3.11 COMPLETION OF WORK A. Upon completion of work, leave area i a -an, natural looking condition. B. Remove all signs of temporary constr ction . d activities incidental to construction of required permanent work. EN II OF SECTION ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570 -6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01600 MATERIALS AND EQUIPMENT PART 1 GENERAL c.) 1.01 SUMMARY A. Section Includes. --1C-1 1. Conditions for aterial substitutions and "or equal". : rr 2. Delivery and h. dling of materials on-site. 3. Protection of ma erials stored on-site . •• Y r) 1.02 MEASUREMENT AND P•YMENT A. Refer to Section 01225 Measurement and Pa ment. 1. Work of this Section . incidental to the "M.bilization and General Project Administration" item, except where di -ct payment is oth-rwise provided. a. No payment will b: made to Contra'tor for equipment or materials not properly stored, insured or without .•proved subm.tals. b. No payment will be ade for equ'pment and materials stored off-site. c. Previous payments fir items wil be deducted from subsequent progress estimate(s) if proper storage procep ures are of observed. 1.03 SUBSTITUTIONS AND "OR EQU• L" A. Quality Assurance: 1. In making request for substit on or an "or equal" product, Contractor represents: a.. He has investigated prop';.ed product, and has determined that it is equal or superior in all respects to that sp: i 'ed, and that it will perform function for which it is intended. b. He will provide same g :re tee for substitute item as for product specified. c. He will coordinate inst. Iatio of accepted substitution into work,to include any modifications to the work if n- essary, making such changes as may be required for work to be complete i all resp-cts. d. He waives all claims 'sr additio al costs related to substitution which subsequently arise. B. Procedure for Requesting S bstitution and "Or Equal" Product 1. Considered after award of Contract. 2. Written requests throup Contractor only. 3. In accordance with Se. ion 01330 and the eneral Conditions. C. Transmittal Contents: 1. Product identification: a. Manufacture's na e. b. Telephone numb:r and representative conta name. c. Specification sect on or drawing reference of o '.inally specified product, including discrete name or t:g number assigned to origina product in the Contract Documents. 2. Manufacturer's literatur- _learly marked to show comp..nce of proposed product with Contract Documents. MATERIALS AND EQUIPMENT 01600 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. lectrical or mechanical requirements. 4. Prod t experience: a. Lo,ation of past projects utilizing product. b. Na e and telephone number of persons associat-• with referenced projects know -dgeable concerning proposed product. c. Availa• e field data and reports associated with • oposed product. 5. Data relating to changes in construction schedule. 6. Data relating t, changes in cost. 7. Samples: a. At request o ngineer. b. Full size if req -sted by Engineer. c. Held until subst. tial completion. d. Engineer not resp•nsible for loss or damage to samples. D. Approval or Rejection 1. Written approval or rejecti• of substitution •iven by the Engineer. 2. Engineer reserves the right • require props-ed product to comply with color and pattern of specified product if necessa o secure de.ign intent. 3. In the event the substitution res Its in a ch:nge of Contract price or time, provisions in General Conditions will be applie, for adj stment. 4. Substitutions will be rejected if: a. Submittal is not through the Co ac •r with his stamp of approval. , b. Requests are not made in accord. e with this Section. • c. In the Engineer's opinion, acceptan,.e will require substantial revision of the original design. • d.' _In the Engineer's opinion, substitut gni not equal to original product specified or will not perform adequately the functio for ich it was intended. 1.04 DELIVERY A. Scheduling: 1. Schedule delivery of products or equi gment as requires to allow timely installation and to avoid prolonged storage. B. Packaging: 1. Deliver products or equipment in ma ufacturer's original unbr• en cartons or other containers designed and constructed to protect the contents fro • physical or environmental damage. C. Identification: 1. Clearly and fully mark and identify as o manufacturer, item, and installatig location. D. Protection and Handling: 1. Provide manufacturer's instructions for storage and handling. MATERIALS AND EQUIPMENT 01600 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1.05 MANUFACTURER'S INSTRUCTIONS A. Installati. of equipment and materials shall comply with manufacturer's instruct':ons. Obtain and distrib.to printed copies of such instructions to parties involved in installa '.n. 1. Maintai one set of complete instructions at job site during installation - d until completion of Work. B. Handle, store, i stall, connect, clean, condition, and adjust :tenets and equipment in accordance with anufacturer's written instructions and in confor ance with Specifications. 1. If job condition- or specified requirements conflict with man acturer's instructions, consult Engineer for furt,er instructions. PART 2 PRODUCTS 2.01 DEFINITIONS A. Products: Means new mat- ial, machinery, comp. ents, equipment, fixtures, ancisystems forming the Work. Does no'include machinery . d equipment used for preparation, fabrication, conveying and er-ction of the Wor Products may also include existing materials or components required by C. tract for reuse • PART 3 EXECUTION 3.01 PROTECTION, STORAGE AND HAN a LIN A. Manufacturer's Instruction: 1. Store and protect all products or :quipment in accordance with manufacturer's written directions. a. Store products or equipme tin ocations to avoid physical damage to items while in storage. b. Handle products or equi.ment in accordance with manufacturer's recommendations and instructions. c. Store sensitive produc - in weathe tight, climate controlled enclosures. 2. Protect equipment from e ,sosure to ele ents and keep thoroughly dry. 3. For exterior storage of fa►.ricated product place on sloped supports above the ground surface. 4. Cover products subject o deterioration wit impervious sheet covering. Provide ventilation to avoid condensation. 5. When space heaters - e provided in equipm- t, connect and operate heaters during storage until equipme t is placed in service. 3.02 STORAGE AREAS A. Store in areas as show on the Contract Drawings or as .pproved by Engineer. B. The Owner assumes n. liability for materials stored by the .ntractor. MATERIALS AND EQUIPMENT 01600 - 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 3.03 FIELD QUA► TY CONTROL A. Inspect Deli -ries: 1. Inspect a •roducts or equipment delivered to the site pri• to unloading. Reject all products or -quipment that are damaged, used, or in an; other way unsatisfactory for use on this Proje• B. Monitor Storage Are:.: 1. Monitor storage a -a to ensure suitable temperatur. and moisture conditions are maintained. END OF SECTIO .�, :r: =. o MATERIALS AND EQUIPMENT 01600 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center \ ,\ Iowa City, Iowa SECTION 01722 SURVEYING r—.7 C:? W PART 1 GENERAL _ice' a 1.01 SUMMARY -4 :. _ ....E, --r) a I it A. Section Includes: --`' 1. Surveying requirements for construction and documentati%n. r.� 3--3 B. Contractor shall emplo and pay for surveying services. �� c 1.02 MEASUREMENT AND PA ENT A. Refer to Section 01225- easurement and Paym= t 1.03 OWNER RESPONSIBILITIES'. A. Owner reserves the right t. check accurac of line and grade by visual inspection, checks between stakes, and period checks (wi surveying equipment) between primary control monuments and stakes. B. Should Owner's activities distu • contr. , restaking or resurveying, restaking will be done by Contractor at Contractor's expen.e. 1.04 SUBMITTALS A. Provide survey staking and docu - tation data to the Engineer daily or as requested. B. Survey data shall be in electro is f. mat, AutoCad, most recent version, or as approved by Engineer. 1. Provide paper copies of al data, as equested. C. Iowa Licensed Surveyor Cer ificate. 1.05 QUALITY ASSURANCE A. Survey work shall be un.-r the direction of a •urveyor PLS licensed in the state of Iowa. B. All submitted data shall •e certified by Contract"r s surveyor. 1.06 PRIMARY CONTROL MO UMENT A. Verify established co trol monuments with City sure: or. B. Protect and maintain primary control monuments show on Drawings throughout Project area. C. If marked corners and monuments are damaged by Con .ctor, replace by Registered Land Surveyor at Contractor's expense. SURVEYING 01722- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 2 PRODUCTS—NOT USED PART 3 EXECUTION 3.01 GENERAL A. All survey data all use same control datum as that est. •fished in the Contract Drawings. B. Primary line and gr.se shall be provided and establis -d by Contractor's surveyor by means of stakes placed at site of Work. C. Contractor's surveyor - all be available during 'onstruction to spot survey any changes required during constructi,"n for record documentat'•n, and to replace damaged staking. D. Provide reports during cons uction as requested and a final report at the project's completion. The reports shall include surv_ documentation fv,r all items listed in this section. 3.02 SURVEY REQUIREMENTS A. Verify and accept Owner's existin. condition- survey or conduct and submit a new existing conditions survey. B. Stakes for construction shall be set: 1. As required by Contractor. 2. At changes in grade. op 3. .Parallel to centerline of utility. ,..=:a Offset to best serve Contractor. b. Pipe shall be staked at 50-foot interv:Is. 4. Ail pipe fitting locations and any o' er re -vant locations (i.e., changes in slope, jipe bends, etc.) shall be staked. i 5. Stakes shall be permanently labeled - applicab - (ground elevation, cut/fill, pipe invert .,elevation, the northing and easting cooriinates, etc.). 6. -Stakes for excavation and embankmen will be set: a. Parallel to toe of slope. b. Offset to best serve Contractor. C. Liner Layer Thickness Documentation: 1. Surveyor shall document thickness of li er layers conducted on 1 c I foot x 100 foot grid. 2. In addition to grid, include survey poi s at all major breaks in sl••e (i.e. top and toe of slope). 3. The grid shall be extended vertically or each surface to enable cal . ation of vertical thickness of the layers at each grid point. The same grid points sha I be used for documentation of each layer. The su eyed vertical thickness at each grid point shall be used to calculate the actual thickness p:rpendicular to the slope. 4. Each survey shall be documented on g .de documentation spreadsheet and reviewed and approved by the Engineer prior to Contractor starting construction of next layer. a. Provide thickness documentation and calculations on Excel spreadsheet for Engineer's review. SURVEYING 01722-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 5. Surveyor shall document horizontal and vertical locations at ea • grid point for the following: a. op of subgrade. b. •p of clay liner. c. Toe of leachate drainage layer. 6. If probin► of soil layers is performed to document thickn:�s in lieu of grid survey, it shall be done in th- presence of the Owner's QC&A represent ive and Contractor using a method approved b, the Engineer. D. Provide maps indi..ting x, y, z coordinates and appr.•riate labeling for the following: 1. Testing location• of soil and geomembrane as • rected by Engineer. 2. Edge of geome •rane at 100 ft. intervals and .t corners. 3. Buried piping, pro ided at 100 ft stations. 4. Pipe cleanouts, m. holes, and any existin• eachate lines exposed during the construction. 5. Inverts on upstrea and downstream locations of culverts, storm sewer, and other surface water management ructures. 6. Other surface feature such as roads, : c. 7. Locations of undergr• nd and overh' ad electrical, telephone lines, buried gas lines and water lines. 3.03 DOCUMENTATION OF QUANT TIES A. Contractor's surveyor shall fur ish s rvey data as may be required for calculation of quantities. B. Submit data in its entirety for e,ch quantity determination. Progress payments will be in accordance with partial docume' ation verified by visual estimates of percent complete based on plan quantity. 3.04 FINAL REPORT AND SURVEY A. Provide as-constructed site s rvey in,luding all improvements and final grades at 2-foot contour intervals of all portions of t e site, in, luding portions disturbed or modified as a result of this construction, and adjacent :reas of th- property. Provide map and electronic file at scale of 1"=100'. At minimum su -yor shall al.0 include all items listed in item 3.02 D, displayed as se•arate la ers and •ro.e I annotated • the maps. END OF CTION © w r., . ry rY, SURVEYING 01722 - 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa ca Apr- _ . SECTION 01780 ��� ,.g_.. CONTRACT CLOSEOUT $ PART 1 GENERAL 1.01 SUMMARY j' N A. Section Includes 1. Description •' procedures to be followed and re . ed work required to accomplish an orderly transf- of Project deliverables from the Co tractor to the Owner. 1.02 MEASUREMENT AND •AYMENT A. Refer to Section 012 • —Measurement and Pa ent. 1. Work of this Section is incidental to the obilization and General Project Administration" item, except where •irect payment is oth: wise provided. 1.03 DEFINITIONS A. Punch List: The stated qualification accompanying either the Engineer's Certificate of Substantial Completion or he Certificate of Final Payment, or any list of construction items found to be deficient or inco• plete th,.ugh review of the Work by Engineer and communicated in writing to Contractor at an time d ring the Contract Period. 1.04 SUBMITTALS A. Substantial Completion: 1. Contractor to notify Engine that the Contractor considers the Work as a whole to be in Substantial Completion an. r:quest for a Substantial Completion inspection. 2. Record Documents. 3. Certificates of Inspection :nd • cupancy if required in local jurisdiction. 4. A list of work not to be c. sider_d for Substantial Completion. 5. Inventory of extra mater':Is and •pare parts delivered to the Owner. a. Organize by Specif ation Sections. B. Final Completion: 1. Contractor to notify Engineer tha. the Contractor considers the entire Work to have progressed to final completion. 2. Final completion sue mittals; a. All Iowa sales/ .e taxes; b. Waivers of lien. from all Subcontrac •rs and suppliers; c. Evidence of p.yments. d. Final Applica ion for Payment ident ing total adjusted Contract Sum, previous payments, an. sum remaining due. PART 2 PRODUCTS—NOT U ED CONTRACT CLOSEOUT 01780- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 3 EXECUTION 3.01 SUBSTANTIAL COMPLETION, ADJUSTMENT AND RE ASE OF RETAINAGE A. When the Work is found to be in a state of Substan al Completion with stated qualifications: 1. Engi -er: Determine the value of the punc list work using either the Project approved sched e of values or other method at his di-cretion. 2. Retainaoe shall not be reduced to less tha► five (5) percent of the Contract Amount. B. No partial pay ents of the retainage will be .flowed. 3.03 INSPECTION FOR ' NAL ACCEPTANCE A ' PAYMENT A. When the items of ork on the Punch ist(s) have been completed, and Contractor considers the Work of the entir: Project is compl: e, he shall submit written certification that: 1. Contract Docume'ts have been r: iewed. 2. Work has been ins.ected for co ,pliance with Contract Documents. 3. Work has been corn. eted in accordance with Contract Documents. 4. Equipment and syste s have seen tested in the presence of Owner's representative and are operational. 5. Work is completed and r.ady or final inspection. B. Engineer and Owner will ma an inspection with the Contractor to verify the status of _- completion within 5 calendar da ' after receipt of such certification. C. Should Engineer consider that he ork is incomplete or defective: 1. Engineer: Notify the Contactor writing within 5 calendar days, listing the incomplete or -.defective work. 2. Q ntractor: Remedy the stated dz. iciencies, and send a second written certification to -Engineer that the Work i• complete. r p 3. Engineer will reinspect t e Work. DNWhen Engineer finds the Work acceptable in accordance with the Contract Documents: Engineer requests Contrac .r to make closeout •ubmittals. E. Reinspection costs and/o additional survey cos • incurred by the Engineer/Owner will be deducted by the Owner fro the final payment to the ontractor. 3.04 FINAL APPLICATION FOR P.YMENT A. Prior to submitting final ap.lication for payment: 1. Complete demobilizat •n. 2. Submit record drawin's to Engineer. B. Submit final application fo payment in accordance with procedures and requirements stated in the Conditions of the Con I act. C. Engineer will review appli - ion and recommend payment within 5 calendar days of receipt of application. END OF SECTION CONTRACT CLOSEOUT 01780 -2 Division 02 SITE CONSTRUCTION wg ��' I jm a - i Y • r —0 mom: u� _ . N N HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02058 CLAY LINER PART 1 GENERAL 1.01 SUMMARY O c- u A. Section Includes: " - • 1. Installation of ••mpacted clay liner. --1 rT -o = B. Related Sections 1. Section 02072- igh Density Polyethy -ne (HDPE)Geomembrane r' 1.02 MEASUREMENT AND PA MENT A. Refer to Section 01225— easurem: t and Payment. 1.03 DEFINITIONS A. Lift: One layer of clay materi. p .ced in loose lift and compacted to thickness specified. 1.04 QUALITY ASSURANCE A. All materials testing and d• ume tation shall comply with Owner's QC&A Program Manual. 1.05 DESCRIPTION A. A four foot thick clay li -r was installe, in 2011 for the initial construction of Cell FY09. In 2012, a fire occurred whi'h damaged th- liner system within the designated limits of this reconstruction. Th'. reconstruction oroject includes partial replacement of the existing compacted clay line. B. Protect the portio s of the clay liner and ►nderlying groundwater drainage layer that are not replaced as part • this construction. PART 2 PRODUCTS 2.01 SOURCE OF M ' ERIAL A. Select clay materials for use in the compacted .y liner shall be from the existing cell reconstruc on area and from designated on-site borro areas. All fire damaged clay, sand, or other uns itable materials shall be removed as dir:cted by the Engineer. Removal of unsuitabl: materials is incidental to"Fire Debris/Garbage nsuitable Soil Excavation" bid item. 2.02 CLAY LINED A. Properties: 1. Permeability: 1 x 1 0 cm/sec or less. CLAY LINER 02058- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 2. Free of stones greater than 2". No stones greater than c/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 by Unified Soil Cl..sification System. PART 3 EXEC TION 3.01 PREPARATI N A. Remove or r:'lace material not meeting Specif ations, natural soils or compacted fill softened by frost,floodi . or weather. B. Where new const ction crosses or closely parallels existing utilities or utility services, excavate in advance; determ e location and crossin. arrangement including line and grade. C. Pile excavated materi. suitable for back I in an orderly manner sufficient distance back from . edge of excavation to a •id roll back, sli•-s, or cave-ins. D. Provide-minimum 2 day no ' e to Engineer before placing clay liner. .02 DEWATERING A. Perforin-:work in dry conditions. - o de for handling water encountered during construction. B. Prevent surface water from flowing " o excavation; remove water as it accumulates. C. Divert stream flow away from area. of c. struction. D. Do not pump water onto adjacent •roperty hout approval of property owner. E. Do not use sanitary sewers or le. hate piping fo disposal of uncontaminated trench water. 3.03 CLAY MATERIAL PLACEMENT A. Shape subgrade to provide spec ied clay thickness smo• and free from loose stones. B. Place clay liner material in 8 in. I.ose lifts. C. Uniformly distribute moisture an. disc each lift of clay material p 'or to compaction. Dry clay material that is too wet to per it compaction of liner to proper •isture content. Provide moisture if necessary to achiev- specified moisture content. No a...tional payment will be made for drying or adding moist e to clay liner materials. D. Material distribution and gradati.n throughout liner shall be such that material is free from lenses, pockets, streaks or layer- of material differing substantially in texture or gradation from surrounding material. Blend cla prior to compaction. Prevent sand or other soil types from mixing into clay or forming seams. E. Place layers of clay to form continuous monolithic material. Knead each lift into previously placed lift with sheepsfoot roller, or similar kneading type compactor. CLAY LINER 02058 - 2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa F. Compaction: 1. Sheepsfoot compactor spikes shall penetrate full depth of 8 ' . loose lift. Minimum of 8 passes of compactor. 2. 'verage of all density tests must equal or exceed • % standard Proctor density (A TM D698). 3. Own. 's laboratory will determine material density/per, eability correlation. The minimum allows: - density shall be 90% standard Proctor density, or the minimum density determin . by the density/hydraulic conductivity core lation, which ever is greater. 4. Compactio Moisture Content: 2% to 5% wet • optimum as determined by standard Proctor testi 1. G. Construct sidewall Ii 'ers in lifts parallel to side slope. H. Protect buried pipes, •-otextiles, drainage lay- s, and similar installations when constructing overlying portions of line system. I. Do not place clay below :it temperatures of 32°F, unless Contractor can demonstrate fill material temperature above eezing. J. The top surface of the upperm•-t lift shall se smooth rolled. 1. Remove any rocks larger th. 3/8"t t are visible after smooth rolling. 2. Fill any surface depressions I: t fro rock removal. 3. This specification must be met :t t' e when geomembrane is deployed. 3.04 FIELD QUALITY CONTROL A. Owner will employ and pay for s- vice of testing laboratory for tests to show comformance with this Section. Test results wil be sub• itted directly to the Engineer and made available to the Contractor. B. Conformance testing of in-plac: material shall . cur at the following frequencies: TABL 02058-A CONFORMA E TESTING Test Parameter ASTM Reference Test Frequency Field Moisture D3017 5 tests/lift/acre, offset each lift Density D2922 tests/lift/acre, offset each lift Standard Proctor D698 Changes in soil type Permeability D5084 1/acre/lift G w C. Rework and correct areas that fail testing: _� 1. Define rework area. '�- a 2. Disc. 3. Moisture condition. 4. Compact. '" :-: gnE 5. Retest. D. Final acceptance of surface: 1. Smooth drum roll. CLAY LINER 02058 - 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 2. Stone size: Remove all stones visible at surface greater than 3/8 in. E. Thick :ss: 1. Do,umentation of layer thickness shall be by survey. 2. Tole -nce for thickness shall be—0.0 to +0.2 ft. 3. Layer . ickness measured perpendicular to slope. 3.05 MAINTENANCE • CLAY LINER A. Maintain integrity if the clay liner duringthe construction period. The surface of the liner shall not be allowed to •ry or desiccate. f 44esiccation occurs as determined by the Engineer, affected areas shall ie repaired by raki ,g or disking, conditioning, adding moisture if necessary and recompacting the affected clay. ' B. The clay liner shall not b subjected to f eezing temperatures. END •F SECTION N -O r— . 1 --C--- ..... - ., .�.v S e �_- U 1.. CD V� CLAY LINER 02058 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02062 GRANULAR DRAINAGE MATERIAL PART 1 GENERAL 1.01 SUMMARY A. Section Includes: - = 1. Drainage stone for leachate collection. 2. Drainage sand for groundwater drainage. B. Related Sections 1. Section 02063 Tire Derived Aggregate 1.02 MEASUREMENT AND • •YMENT A. Refer to Section 0122' —Measurement an' Payment. 1.03 SUBMITTALS A. Submit prior to delivery. 1. Material source(s). 2. Proposed handling plan i idicati • storage locations, delivery schedule, and layout. 3. Test results. B. Submit as material is delivered. 1. Delivery tickets for each truc• load delivered to the site. 2. Updated tabulation of all lo.• delivered to date. 3. Test results to confirm unif,armi of materials. 1.04 COORDINATION SEQUENCING AND St HEDULING A. Installation of the granular m:terial that'over lining systems shall not occur until all quality control inspections and testing req rements of tle liner system has been completed. PART 2 PRODUCTS 2.01 FINE DRAINAGE STONE A. Durable,coarse rounded to subangular gravel co .ining no sandstone or carbonate materials such as limestone or dolomit:. 1. Gradation: Sieve Size "ercent Passing 3/4" 100 3/8" 0-10 #4 0-5 #200 0-2 GRANULAR DRAINAGE MATERIAL 02062- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 2. Uniformity Coefficient:4 or less 3. Abrasion loss: AASHTO T96, Method C:45 max B. For use as filter aggregate. 2.02 COARSE ► - (NAGE STONE A. Durable, c•.rse rounded river gravel containin• no sandstone or carbonate materials such as limestone or .olomite. 1. Gradation: Sieve Size Percent Passing 1 1/2" 100 5/8" 0-5 #200 0-1 2. Uniformity Coefficient: or less 3. Abrasion loss: AASHTO 96, Metho. C: 45 max B. For use as bedding and draina.- stone :round HDPE pipe in leachate collection trenches. 2.03 .DRAINAGE SAND =Ac Clean sands or gravels generally classi 'ed according to Unified Soil Classification System as SW, SP, GA/ or GP. r 1, Grain size: P200 content no great-r t In 5% by weight, 100% passing lin. 2. - Permeability: 1 x 10-3 cm/sec or g eater -t 100% standard Proctor density. 3.. ,Uniformity Coefficient: 6 or less For use as drainage media in ground ater collec an layer. PART 3 EXECUTION 3.01 EXAMINATION A. Approval of geosynthetics installation .y Engineer prior to drain..e material placement. 3.02 PLACEMENT OF DRAINAGE MATERIA A. Placement on geosynthetics: 1. Placement of materials on geome brane shall not proceed at an am ' nt temperature below 32°F (0°C) nor above 104°F (40°C) unless otherwise specified. 2. Placement of materials on geome ,brane should be done during the cdolest part of day to minimize development of wrinkles in •eomembrane. 3. Equipment used for placing materials hall 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. GRANULAR DRAINAGE MATERIAL 02062-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 directef by Engineer. B. Placem- t of groundwater collection layer. 1. Shap- ubgrade to provide specified sand thickness smg6th and free from loose stones. 2. Place in 'ne lift to thickness shown on Drawings. �( 3.03 QUALITY CONTRO A. Source testing by lontractor: l/ 1. Source testing s :II occur for each material at e specified frequency per source, and upon visually observable changes in material type f i'the following: i Test Parameter ASTM Referenc7 Test Frequency Particle Size D422 / 1/3000 cy Permeability* D2434 ' 1/3000 cy * Permeability testing not requir:d for c'arse drainage stone. Permeability testing shall include standard Proctor for document- ion /; relative density of samples in permeameter. 2. Submit one test to Engineer prio 'o hauling and installation. Subsequent samples shall be collected and tested as material i. elivered. B. Damage to underlying geosyntheti. res ting from Contractor's actions shall be repaired at no expense to Owner. END OF SE ' ION GRANULAR DRAINAGE MATERIAL 02062-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02063 TIRE DERIVED AGGREGATE PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Processed tire • ips (tire derived aggregate)used fo, leachate collection layer on top of liner system. B. Related Sections 1. Section 02062—Gr:nular Drainage Material 2. Section 02078—Ge.net/Geotextile Composit: _ _ 3. Section 02331 —Was e Excavation and Rao-ment c) 1.02 MEASUREMENT AND PAYMT iJ ti 4 A. Refer to Section 01225—Me.surement and ayment. _ 1.03 REFERENCES a A. Standard Practice for Use of Scr.p Tire in Civil Engineering Applications ASTM D 6270-98. B. Outdoor Storage: International Fir: Co,.e 2006; Chapter 25; Section 2505. 1.04 SUBMITTALS A. Submit to Engineer for review and -•• oval prior to delivery. 1. Material source(s). 2. Twenty (20) pounds of prop.sed aterial from each source. The sample(s) shall be representative of the material hat will se used at the site and will be used to visually compare to the bulk material being de vered. 3. Proposed handling plan indi,ating stora,e locations, delivery schedule, and layout. 4. Gradation test results for e. h source. B. Submit to Engineer weekly, as aterial is deliv- ed. 1. Delivery tickets for each tr ck load delivered o the site. 2. Updated tabulation of all loads delivered to da -. 1.05 DELIVERY, STORAGE,AND H• DLING A. Stockpile tire derived aggre•:te in accordance with "Inte ational Fire Code, 2006, Chapter 25; Section FC 2505 Outdoor St.rage". B. Stockpile tire derived aggre.:te at locations shown on the dra ' gs or as approved by Engineer. C. Maintain stockpiles free from d, dirt, or other foreign material. TIRE DERIVED AGGREGATE 02063- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa Cit andfill and Recycling Center Iowa City, Iowa D. Transport tire derived aggregate in clean truck beds. Truc oads with residual materials will be rej- ted and Contractor will be required to remove from si E. Stock.'e area(s)shall be restored to preconstruction c. ditions. F. Contract. shall ensure that soil or other foreign mat- ials are not mixed in with the chips during relocation om stockpile. Loads containing excessiv: fines from the stockpile area will be rejected and deduct-. from the Contractor's tire chip quantit . 1.06 COORDINATION ` QUENCING AND SCHEDULIN c A. Installation of the 're derived aggregate shall •t occur until all quality control inspections and testing requirement of the liner system has be n completed. 1.07 QUALITY CONTROL A. The TDA vendor shall im• ement a quality co,trol program that ensures the TDA product meets the (,-yspecifications and is consi•tent throughout e production and delivery period. Such a program •.shall include, but not be limi -d to the folio ng: 'i. Production equipment sh:II be checke', for proper operation at every shift change. . Management shall instruct •ersonnel I lading the trucks to visually inspect the material as it is being placed in the trucks. e loade s shall be specifically instructed to watch for excessive IT bead wire and to ensure that e corr•ct piles are being loaded. --3. A-quality inspector assigned by ' ana!ement shall visually inspect the trucks as they are being loaded at least two times a day, .ep: ndent on loading schedule. B. The Contractor shall assign one indivi. al on site to receive the daily shipments from the TDA vendor. This individual will visually i .ect the TDA being delivered and compare with the representative QC sample. If it is deter in-" that a load is unacceptable,the TDA shall be rejected and the Engineer shall be informed. C. Additional Quality Control and Assuran.e activitie will be provided by the Engineer in accordance with the project's approved QC&A Program Manu. PART 2 MATERIALS 2.01 TIRE DERIVED AGGREGATE (SOURCE: URNISHED BY CO TRACTOR) A. The tire derived aggregate shall be mad.. from scrap passenger ca ires. Rubber products such as inner tubes and conveyor belts shall not be used. B. The material shall be free of bead wire. .uppler shall utilize a magnet or 'ther approved method during shredding and screening to remo - bead wire from the tire derived aggregate. C. Tire derived aggregate shall be free of an contaminates such as oil or grease. D. Gradation: 1. Maximum dimension, in any direction, 4 . 2. Nominally 2 in. and may range from 1/2"to 4". 3. Free of wire protruding more than 1/2". 4. Maximum of 1 percent(by weight) of fines and crumb rubber(<2mm). TIRE DERIVED AGGREGATE 02063-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa E. .e tire shreds shall be free from loose bead or body wires that may cause damage to the ge• . nthetics. F. The tir: derived aggregate shall not be derived from tires that had been •viously exposed to fire. 2.02 TIRE DERIV.D AGGREGATE (SOURCE: ON SITE STOCKPILE) A. Existing stockpile of TDA as shown on Drawings is cond , -ally approved for use in cell reconstruction. This stockpiled material was salvaged fro existing cell in 2012. It has not been expose. to fire but does contain a small amount of • s IIlaneous debris and solid waste. B. Contractor sh. I furnish labor during loading at the sto., pile site and while unloading in the cell to remove miscel :neous debris and solid waste that '•uld damage the liner or compromise the leachate collection system. Debris removal shall be o the extent practical,to the satisfaction of the Engineer. 2.03 SOURCE TESTING A. Analyze one represe •tative sample per souk e for compliance of gradation requirements. 1. Gradation analysi not required for xx . ing stockpiled TDA. PART 3 EXECUTION 3.01 MATERIAL PLACEMENT A. Begin placing tire derived a,gre•,:te after, but not more than ten (10) days following, IDNR inspection and approval of the in- system. 1. Placement of TDA shall occ. 'concurrently with the placement of select waste materials. Refer to Section 02331 "Waste E ..vation and Placement". 2. The amount of TDA expos:• the cell prior to covering with at least five feet of select waste shall not exceed one acre :t an time. B. In applying the material, no -.uipmen hall drive directly across geocomposite. The specified fill material shall be placed an. spread utilising low ground pressure (LGP)vehicles. C. Tire derived aggregate s all be placed • the geocomposite from the bottom of the slope proceeding upwards and i a manner that p :vents instability or damage to the geocomposite. D. Unless otherwise specifi:d by the Engineer, all -•uipment for spreading fill material overlying the geocomposite shall corn.ly with the following: Maximum quipment Minimum Separation Ground Pr-ssure (psi) hickness(inches) 5 12 5 10 > 0 24 TIRE DERIVED AGGREGATE 02063-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa • E. Place lg and spreading the tire derived aggregate shall be done in a manner to prevent damage to the geo-composite. Equipment travel during deployment must be c refully controlled to eliminate quick s•:rts and stops, sharp turns, and any activity that may re It in dragging the tire derived aggregate across the geo-composite layer. No construction equi ent may operate directly on the geo-comp• ite. 3.02 FIELD QUALITY ONTROL A. Measure final la -r thickness on 100-foot grid intervals by s Jrvey or probing in the presence of the Engineer. Correc •eficient areas to meet specified thick ess. END OF SECTION c c% tJ C..) L+7 TIRE DERIVED AGGREGATE 02063 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02072 HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE PART 1 GENE' L 1.01 SUMMARY A. Section Inc des: 1. High de sity 60 mil polyethylene (HDPE) geomembrane .r smooth and textured lining systems. B. Related Sectio s 1. Section 020,8—Clay Liner 2. Section 020 : —Geonet/Geotextile Composite • 1.02 MEASUREMENT AN' PAYMENT ` A. Refer to Section 01 05— Measurement and Pay -nt. 1.03 REFERENCES A. Geosynthetic Research Institute GM-13, S ndard Specification for "Test Properties, Testing Frequency and Recom ended Warranty ".r High Density Polyethylene (HDPE) Smooth and Textured Geomembranes" 1.04 DEFINITIONS A. Lot- A quantity of resin (us ally th • capacity of one rail car) used in the manufacture of geomembranes. Finished roll ill b: 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 I ality assurance during the lining system construction. C. Geosynthetic Quality Assurance La•oratory (Testing Laboratory)- Contracted and paid for by Owner. Independent from the Own:r, geomembrane manufacturer, Installer, and Contractor. Responsible for conducting la.orato tests on samples of geosynthetics obtained at the site or during manufacturing, under e direct'. of the Engineer. D. Installer- Contractor or Co ractor's subc'ntractor responsible for field handling, transporting, storing, deploying, seaming and field testing .f the geomembrane seams. E. Panel- Unit area of a geo embrane that will be earned in the field that is larger than 100 ft2. F. Patch- Unit area of a geo embrane that will be sea 'ed in the field that is less than 100 ft2. G. Subgrade Surface-Soil Iyer surface which immediately . =s the geosynthetic material(s). 1.05 SUBMITTALS A. Product data submitted prior to installation: 1. Resin Data. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 I. a City Landfill and Recycling Center Iowa City, Iowa a. Certification stating that the resin meets the -.pecification 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 (pr••uct run may be recycled). . Installation information submitted prior to insta ation: 1. Installation layout drawings: a. Must show proposed panel layout in luding field seams and details must be approved prior to installing the geomembrane .. Approved drawings will be for ,oncept only and actual panel placement will be determined by site conditions. 2. In aller's Geosynthetic Field Installa'on Quality Assurance Plan C. Submittal upon completion of installatibn: 1. Certific. e stating the geomembr. e has been installed in accordance with the Contract Docume 2. Material an installation warrantie. 3. Record dra, ings showing a ual geomembrane placement and seams, including destructive to locations, patch_., and panel numbers. 1.06 QUALITY ASSURANCE A. The Owner will engag- and pa, for the services of a Geosynthetic Quality Assurance Laboratory. B. The Installer shall complete all 'ell testing in accordance with these specifications. 1.07 QUALIFICATIONS A. Qualifications 1. Manufacturer: a. Manufacturer shall have inimum • yrs continuous experience in manufacture of HDPE geomembrane or exp:rience to -ling 2,000,000 sq ft of manufactured HDPE geomembrane for minim m of 10 comb eted facilities. 2. Fabricator(if applicable): M :a: Fabricator shall have mi imum 5 yrs con ' uous experience in fabrication of HDPE geomembrane or experie ,ce totaling 2,000,0b I sq ft of fabricated HDPE geomembrane E _`. for minimum of 10 compl.ed facilities. 3....lti taller: Installer shall have mini urn 5 yrs continuous exb-rience in installation of HDPE geomembrane or experie ce totaling 2,000,000 sq ft o ' stalled HDPE geomembrane for minimum of 10 complet-d facilities. b. Personnel performing se:ming operations shall be qua lied by experience or successfully passing seam ng tests. Minimum of one seamer shall have experience seaming minimum 1,000,001 sq ft of HDPE geomembrane using same type of seaming apparatus in use at site. ost experienced seamer, "master seamer," shall provide direct supervision, as requir:d, over less experienced seamers. B. Quality Assurance Program 1. Manufacturer, fabricator, and i .taller shall participate in and conform with items and requirements of quality assuranc: program as outlined in this Section. HIGH DENSITY POLYETHYLENE (HDPE)GEOMEMBRANE 02072- 2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1.08 MATERIAL LABELING, DELIVERY, STORAGE AND HANDLING A. Labeling - Each roll of geomembrane delivered to the site shall be lab- •i 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. Delive 1. The DPE material shall not be delivered o the site without prior approval of delivery sche.ule and storage location by Engineer. 2. Owne will not pay for stored material off-site. 3. Rolls o' iner will be prepared to ship •y appropriate means to prevent damage to the material and to facilitate off-loadin•. C. Storage: The • -site storage locati.n for geomembrane material, prepared and maintained by Contractor to p otect the geom: brane from punctures, abrasions and excessive dirt and moisture for shal have the folio ng characteristics: 1. level (no woo.-n pallets) 2. smooth -. 3. dry 4. protected from t -ft an, vandalism —- - a 5. impervious coveri g : r,; 6. adjacent to the are: ',eing lined D. Handling: Materials are o •e handled so as to prevent damage. :1▪ ' r.-) E. Acceptance at Site: 1. Conduct surfac: observ.tions of each roll for defects and damage. This examination shall be conducted ithout unr. ling rolls unless defects or damages are found or suspected. 2. Defected or damaged roll or portions of rolls will be rejected and shall be removed from site and rept. ed with new ri Ils. 1.09 WARRANTY A. Material shall i e warranted, on a pro- .ta basis against Manufacturer's defects for a period of 5 years from the date of geomembrane i -tallation. B. Installation s all be warranted against de -cts in workmanship for a period of 2 years from the date of proje t substantial completion. PART 2 PRODUCTS 2.01 MATERIAL'• A. Polyeth lene Geomembrane Properties (60 mils): HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-3 HR Green, Inc. F 09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa ity Landfill and Recycling Center Iowa City, Iowa 1. Meets GRI GM13 and current revisions, Standa'• Specification for "Test Properties, Testing Frequency and Recommended Warranty or High Density (HDPE) Smooth and Textured Geomembranes." 2. Consist of new, first quality products design-4 and manufactured specifically for the purpose of this work which shall have been sa sfactorily demonstrated by prior testing to be suitable and durable for such purposes. he geomembrane rolls shall be seamless, high density polyethylene containing no piascizers, fillers or extenders and shall be free f holes, blisters or contaminants, and I:ak free verified by 100% in line spark or e• ivalent testing. The geomembrane shall be supplied as a continuous sheet with no fac •ry seams in rolls. B. Use of ma -rial 1. Smooth both sides) Geomembrane: •n cell bottom having slopes less than 5% and in leachate ••(lection trenches. 2. Textured (••th sides) Geomembrane • On sideslopes 5%or greater. C. Extrudate Rod or :-ad 1. Extrudate materia shall be made fro same type resin as the geomembrane. 2. Additives shall be loroughly dispers-d. 3. Materials shall be fr:- of contamina I on by moisture or foreign matter. 2.02 SEAMING AND TESTING EQ. IPMENT A. Welding: 1. An adequate number of eldi . apparati shall be available to avoid delaying work. Maintain on-site minimum • spare operable seaming apparatus, unless otherwise agreed upon at pre-constructio eeting. 2. Seaming equipment shall not da• age geomembrane. 3. Use extrusion welding apparatu• -quipped with gauges giving temperature of extrudate at nozzle of apparatus, or utilize h. d- eld gauges to measure extrudate temperatures. 4. Use fusion-welding apparatus w ich . e self-propelled devices equipped with following: a. Gauge indicating temperat re of h:ating element. b. Method of monitoring relati e press e applied to geomembrane. 671 5. Place electric generator on smo•th base s h that no damage occurs to geomembrane. `= 6. :Power source must be capable .f providing constant voltage under combined line load. � B. Vacuum Testing Equipment: 1: Vacuum box assembly consis ng of: rigid hous ••, transparent viewing window, soft • n neoprene gasket attached to b. torn of housing, port' •le or valve assembly, and vacuum gauge. 2. Pump assembly equipped with • essure controller and pip: connections. 3. Pressure/vacuum rubber hose th 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 ga, capable of generating, sustaining, and measuring pressure between 24 and 35 psi (160 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. HIGH DENSITY POLYETHYLENE (HDPE)GEOMEMBRANE 02072-4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa D. Tensiometer Testing Equipment: 1. Tensiometer shall be capable of maintaining constant jaw separati• rate of 2 in. per min, and shall be calibrated, with certificate of calibration less t'-n 1 yr old kept with tensiometer. 2.03 SO, RCE QUALITY CONTROL A. Pr...erties and inspections of HDPE geomembrane proper : shall be tested at the minimum freq -ncies outlined in GRI GM13 and current revisions. B. The m. ufacturer's geomembrane quality control ifications must be supplied to the Engineer o verify that the materials supplied for the ►eject are in compliance with all product and or pro -ct specifications in this section. The c: �ication must be signed by a responsible party emplo ed by the manufacturer. Certificati.•s shall include lot and roll numbers and correspondin• shipping information. C. The manufacturer shall provide certification t1 the geomembrane and welding rod supplied for the project ha - the same base resin and aterial properties. PART 3EXECUTION 3.01 QUALITY CONTROL SAMPLI G A. Contractor shall make rolls -vailable i d assist Engineer in obtaining material inventory and material samples. �` • 3.02 PREPARATION A. Surface Preparation: 1. Contractor is responsible for .fep:ring supporting surface for geomembrane placement. 2. After prepared surface ha• been .ccepted, report to Engineer any change in supporting surface condition that may ekluire re•air work. Maintain prepared surface. 3. Do not place geomembr: onto a -a which has become softened by precipitation or cracked due to desiccati an Observe - d report surface condition daily to evaluate degree of softening and desicc- io cracking. 4. Repair damage to p -p red surface c.used by installation activities at Contractor's expense. 3.03 INSTALLATION A. Panel Nomenclature: 1. Field panel is defi -d a roll or portion of roll cut a • seamed in field, excluding patches and cap strips. 2. Identify each fie!. pan I with identification code (number •r letter-number) consistent with Contractor's layo t pla . This identification code shall be agreed upon by the Engineer. 3. Writing on liner ith co red markers shall be as follows: a. Contractor-white marker. b. Engineer-yellow marker. 4. Only authorized personnel shall be permitted to write on liner. HIGH DENSITY POLYETHYLENE(HDPE) GEOMEMBRANE 02072 -5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 to a City Landfill and Recycling Center Iowa City, Iowa B. Protection: 1. Do not use equipment which damages geomemb..ne. 2. Ensure prepared surface underlying geomem• ane has not deteriorated since previous acceptance, and remains acceptable immediat: y prior to geomembrane deployment. 3. Keep geosynthetic elements immediately u derlying geomembrane clean and free of debris. 4. Do not permit personnel to smoke or wear shoes that can damage geomembrane while working on geomembrane. Personnel shal not bring glass bottles on geomembrane. 5. Unroll panels in manner which does II•t cause excessive scratches or crimps in •eomembrane and does not damage sup,,.rting soil. 6. P :ce panels in manner which minimize.'wrinkles (especially differential wrinkles between adj. ent panels). 7. Prey- t wind uplift by providing :dequate temporary loading and/or anchoring (e.g., s. dbags, tires) that shall not damage geomembrane. In case of high winds, continuo loading is recommended a .ng panel edges. 8. Protect geomembrane in areas wher- excessive traffic is expected with geotextiles, extra geomembra •e, or other suitable mat:rials. C. Field Panel Deploy ent: 1. Install field panel- at locations indic:ted on Contractor's layout plan. 2. Replace seriously •.maged (torn, isted or crimped)field panels, or portions thereof, at no cost to Owner. Re gait- less seri yus damage as specified. Engineer shall determine if material shall be repai -d or replayed. 3. Remove damaged pane or po ons of damaged panels which have been rejected from work area. 4. Do not proceed with deploy ent at ambient temperature below 32°F (0°C) or above 104°F (40°C) unless otherwise autho 'z d, in writing by Engineer. • 5. Do not deploy during precipitati• , in presence of excessive moisture, (fog, dew), in area of C'' ponded water or in presence of : essive winds. 7-6. Do not undertake deployment if ' e. her conditions will preclude material seaming on same day as deployment. 7. Do not deploy more geomembr ne fiel. .anels in one day than can be seamed during that day. D., Seam Layout: 1. When possible, orient seams arallel to line o aximum slope, i.e., oriented along, not across, slope. 2. No horizontal seam shall be les than 10 ft from toe o lope. 3. In general, maximize lengths of ield panels and minimiz-number of field seams. 4. Align geomembrane panels to ave nominal overlap of 3 in. (75 mm) for extrusion welding and 4 to 6 in. (100 mm to 150 m) for fusion welding. Final overlap shall be sufficient to allow peel tests to be performe• on seam. E. Temporary Bonding: 1. Hot air device (Liester) may •- used to temporarily bond geomembrane panels to be extrusion welded. 2. Do not damage geomembrane hen temporarily bonding adjacent panels. Apply minimal amount of heat to lightly tack ge•membrane 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. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa F. Seaming Methods: r , 1. Approved processes for field seaming are extrusion fillet weldin. and fusion welding. Proposed alternate processes shall be documented and submitted • Engineerfor approval. Alternate procedures shall be used only after being approved in , itingfby Engineer. 2. Seams shall meet following requirements: POLYETHYLENE SEAM PROPERTIES - PROPERT METHOD SPECIFIED VALUE MATERIAL THICKNESS 60" Bonded Seam S -ngth ASTM D4437, ppi min 120 - Peel Adhesion: ASTM D4437, ppi min. 91 Fusion ASTM D4437, ppi mi . 78 Extrusion Modifications to ASTM /4437: For shear tests, sheet hall yield before failure of seam. For peel adhesion, seam separati•n shall not extend more th. 50 percent of seam width into seam. For either test, testing shall oe discontinued when sa ple has visually yielded. For all tests 4 of 5 samples shall pass for se.m to qualify and all shal ave a strength value. 3. Use double-fusion welding as primary ethod of seaming adjacent field panels. a. For cross sea' tees, associa -d with fusion welding, extrusion weld to minimum distance of 4 in. 100 mm)one. ch side of tee. b. Place welder on • otective pa. to prevent geomembrane damage between seaming. c. When subgrade conditions • ctate, use movable protective layer (e.g., extra piece of geomembrane) dir- tly belo each overlap of geomembrane that is to be seamed to prevent buildup of miistur- between sheets and prevent debris from collecting around pressure rollers. 4. Use extrusion fillet welding :s secondary method for seaming between adjacent panels and as primary method of welding for detail and repair work. a. Purge heat-degraded ex date from barrel of extruder under following conditions: 1) Prior to beginning se: 2) Whenever extruder as peen inactive. b. Place smooth insulati • plat: or fabric beneath hot welding apparatus after usage. c. Use clean and dry we .ing ro• or extrudate pellets. d. Complete grinding • ocess w hout damaging geomembrane within 1 hr of seaming operation. e. Minimize exposed i rinding mar . adjacent to extrusion weld. Do not allow exposed grinding marks to e tend more tha g 1/4 in. outside finished seam area. f. Grind perpendicula to seam. G. Seaming Procedures: 1. General Seaming Pro edures (Ambient -mperature between 32°F (0°C) and 104°F (40°C)): a. Do not field sea without master seamer b:'ng present. b. Dry conditions, i.-., no precipitation nor other -xcessive moisture, such as fog or dew. c. No excessive wi ds. d. If required, prov de firm substrate by using extra •'-ce of geomembrane, or similar hard surface directly nder seam overlap to achieve prop support for seaming apparatus. e. Align seams wit fewest possible number of wrinkles a • fishmouths. f. Extend seams t. •utside edge of panels placed in anchor -nch. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072-7 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa g. Prior to seaming, ensure that seam ar:a is clean and free of moisture, dust, dirt, debris or foreign material. h. Fishmouths or wrinkles at seam ove laps shall be cut along ridge of wrinkle in order to achieve flat overlap. Cut fishmouth- 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 minimu of 6 in. (150 mm) beyond cut in each direction. i. Deploy and seam geomembran- to minimize bridging due to temperature changes that could result in failure of liner. 2. Col. Weather Seaming Procedure- (ambient temperature is below 32°F (0°C)). a. o seaming of geomembra e is permitted unless demonstrated to Engineer that ge. embrane seam quality ill not be compromised. b. Eng' eer shall determine g:.membrane surface temperatures at intervals of at least once ger 100 ft of seam le gth to determine if preheating is required. For extrusion welding preheating require' if surface temperature of geomembrane below 32°F (0°C). c. Preheats g may be wai -d by Owner/Engineer based on recommendation from Engineer, I demonstrate. to Engineer's satisfaction that welds of equivalent quality may be obtaine. without preh:ating at expected temperature of installation. d. If preheating is required, Engineer shall observe areas of geomembrane that have been preheated by lot air de ice prior to seaming, to ensure they have not been subjected to excessive melte.g. e. Engineer shall c. fir that surface temperatures not lowered below minimum surface temperatures spe ' iec for welding due to winds or other adverse conditions. It may be necessary to provid- end protection for seam area. f. Preheating devices u.-d shall be pre-approved by Owner/Engineer prior to use. g. Additional destructiv: s:.m tests may be taken at interval between 500 ft and 250 ft of seam length, at Eng' eer discretion. h. Sheet grinding may •e pe .rmed before preheating, if applicable. - Trial seaming shal be con.ucted under same ambient temperature and preheating - , ' conditions as act al seams New trial seams shall be conducted if ambient "temperature drops •y more tha • 10°F (3°C) from initial trial seam test conditions. New - trial seams shall be conduct-g upon completion of seams in progress during temperature drop. 3. Warm Weather Proce,ures (ambient to I perature is above 104°F (40°C)). a. No seaming of ',eomembrane is •-rmitted unless demonstrated to Engineer that geomembrane seam quality will not be ompromised. b. Trial seaming sh. I be conducted under ame ambient temperature conditions as actual seams. New trial seams shall be conduc -d if ambient temperature rises by more than 5°F (3°C) from nitial trial seam test co ditions. Such new trial seams shall be conducted upon .ompletion of seams in prog -ss during temperature rise. c. At option of EniOneer, additional destructiv- seam tests may be required for any suspect areas. H. Repair Procedures: 1. Repair portions of geomembrane exhibiting flaw, or fa ing destructive or nondestructive test. 2. Final decision as to r:•pair procedure shall be approved by E •.ineer. 3. Acceptable repair pr.cedures include following: a. Patching: Piece of same geomembrane material extrusio welded into place. Use to repair large holes, tears, nondispersed raw materials, and ontamination by foreign matter. b. Spot welding or seaming: Bead of molten extrudate placed on law. Use to repair, pinholes, or other minor, localized flaws. HIGH DENSITY POLYETHYLENE (HDPE)GEOMEMBRANE 02072-8 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa c. Capping: Strip of same geomembrane material extrusion welded i to place over inadequate seam. Use to repair large lengths of failed seams. d. Extrusion welding flap: Bead of molten extrudate placed on ex..sed flap of fusion -Id. Use to repair areas of inadequate fusion seams, whicr ave exposed edge. epairs of this type shall be approved by Engineer and shall t exceed 100 ft(30 m) in le gth. e. Re oval and replacement: Remove bad seam an• replace with strip of same geo embrane material welded into place. Use to rep.' large lengths of failed seams. 4. For each r:'air method: a. Ensure •urfaces are clean, dry, and prepared i accordance with specified seaming process. b. Ensure se. ing equipment used in repairi • procedures meet requirements of this Specificatio c. Extend patch-. or caps at least 6 in. (151 mm) beyond edge of defect. Round corners of patches with adius of approximately . in. (75 mm). 5. Do not place overly ig layers over loca '.ns which have been repaired until appropriate acceptable nondestru ive and destructi e (laboratory)test results are obtained. 3.04 ANCHOR TRENCH A. Contractor shall excavate anc .r tr: ches to lines and grades shown on.Drawings, prior to geomembrane placement. Anc •r rench shall be drained to prevent ponding_or softening of adjacent soils while the trench is o. en. • , I B. Slightly round corners of trench • avid sharp bends in geomembrane. :-7 �,. .4 C. Minimize amount of trench o•-n until ne-ded. — _^ '' ;- D. Remove construction debr. from trench p 'or to backfilling. r_) E. Backfill and compact a chor trench as soo as practical after geomembrane deployment is complete. Take care • ring backfilling to pre -nt damage to geomembrane. 3.05 FIELD QUALITY CONT 7 OL A. Visual Inspection: 1. Engineer will examine seam and non-seam . eas of geomembrane for identification of defects, hol•s, blisters, nondispersed raw mat:rials, and any sign of contamination by foreign ma er. 2. Clean an. wash geomembrane surface if Engineer •etermines that amount of dust or mud inhibits e amination. 3. Do not -earn any geomembrane panels that have not teen examined for flaws by Engineer. 4. Nonde•tructivelytest seams and any non-seam areas kentified by Engineer. B. Trial Se..ms: 1. M. e trial seams on fragment pieces of geomembrane liter to verify that conditions are adequate for production seaming. 2. Make trial seams at beginning of each seaming period, and :t least once each 5 hrs, for each production seaming apparatus used that day. Each sea ter 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. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072- 9 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 5. Seam overlap shall be as indicated for finished earn. 6. Make trial seam sample shall be at least . ft (1.6 m) long by 1 ft (0.3 m) wide (after s=-ming)with seam centered lengthwise. 7. C,t 3 specimens from sample with 1 in. (2 mm) wide die. These specimen locations shall be .elected randomly along trial seam s- ple by Engineer. Test specimens in peel and she. using field tensiometer. Samples hall exceed the specified seam criteria stated in this •ecification. 8. If spec en fails, entire trial seam ope,-tion shall be repeated. If additional specimen fails, do not use seaming apparatus - d seamer until deficiencies are corrected and 2 consec tive successful trial welds . re achieved. 9. Cut remai .er of successful trial s:am into three pieces; one to be retained in Engineer's archives, on to be retained by C. tractor, and one to be retained by Engineer for possible laboratory de- ructive seam testi .. If required by Engineer, remaining portion of trial seam sample may be ubjected to des• uctive testing. C. Nondestructive Seam -sting: 1. General: a. Purpose of nonde tructi,e tests is to check continuity of seams. It will not provide quantitative informat ,'n on seam strength. b. Nondestructively test -Id seams over their full length using vacuum test for extrusion seams, air pressure o double-fusion seams or other Engineer approved method. Document results. c. Perform nondestructi e testin. as seaming work progresses. 2. Vacuum Testing for ext sion seam: a. Vacuum testing sh.II occur at all extrusion welds and in the presence of the Engineer. b. Energize vacuum Jump and reduce tank pressure to approximately 5 psi (10 in. of Hg) (35 kPa)gauge pr-ssure. c. -Wet strip of geo embrane approximately 12 in. by 48 in. (0.3 m by 1.2 m) with soapy •solution. r- d. Place box over etted area. - _ _I e.- Close' bleed val e and open vacuum valve. N` f. Ensure that lea -tight seal is created. g.; For minimum i f 10 sec, apply vacuum and examine geomembrane through viewing window for pre•ence of soap bubbles. h. If no bubbles :ppear within 10 sec, close vacuum valve and open bleed valve, move box over to ext adjoining area with minimum 3 in. (75 mm) overlap and repeat process. i. Mark and rep. it areas where soap bubbles appear. 3. Air Pressure Tes ng for double-fusion seam: a. Air pressure esting testing shall occur at all double fusion seams and in the presence of the Engin=-r. b. Seal both en is of seam to be tested. c. Insert needl= or other approved pressure feed device into air channel created by fusion weld. d. Insert protec 've cushion between air pump and geomembrane. e. Pressurize air channel to pressure of approximately 30 psi (200 kPa). Close valve and allow pressure to stabilize for approximately 2 min. f. Observe air pressure 5 min after initial 2 min stabilization period ends. If pressure loss exceeds Maximum Permissible Pressure Differential or pressure does not stabilize, locate faulty area and repair. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072- 10 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa MAXIMUM PERMISSIBLE PRESSURE DIFFERENTIAL AFT 5 MINUTES Material (mil) Pressure Diff. (psi) 60 3 g. Cut opposite end of tested seam area once tes g is completed to verify continuity of channel. If air does not escape, locate • •ckage and retest unpressurized area. Repa cut end of air channel. h. Remove needle or other approved ••-ssure feed device and repair hole in geomemb :ne. 4. Inaccessible Seam : a. Cap-strip seams hat cannot be n. destructively tested. b. Cap-strip materia shall be co •osed of same type and thickness geomembrane as geomembrane to b: capped. c. Examine cap-strippi'g op: ations for uniformity and completeness. Document observations. d. In accordance with AS k D4437 mechanical point stress non-destructive test may be used as qualitative mea- e of edge bonding. = . D. Destructive Seam Testing: 1. General: —' a. Purpose of destru ive seam t-.ting to evaluate seam strength. b. Perform destructi e seam test a seaming progresses. • c. Failed destructiv- seam sample all result if grips of testing machirie cannoe closed on sample tes flap (available flap is 1/2 in. long or less) due to excessive temporary welding. 2. Location and fr-•uency: a. Test at mi imum frequency of one to location per 500 ft (150 m) of seam length performe• by each welding machine. T ;is minimum frequency to be determined as average :ken throughout entire facility. 1) Destr ctive samples shall be collected o the side slopes only, in accordance with IAC .67 Chapter 113.7(6)b.(2)1. 2. En• neer reserves right to increase or decr:.se frequency of testing in accordance wi performance results of samples previo,sly tested. If sampling frequency is v. ied, Engineer may use Method of Attri. tes as described by GRI GM-14 (E.eosynthetic Research Institute, http://www.•e vs nthetic-institute.orq) to determine umber of test samples taken. b. Te••t locations shall be determined during seaming, at ngineer's discretion. c. C.ntractor will not be informed in advance of locatio where seam samples will be t. en. 3. Sam• ing Procedures: a. 'ut samples at locations chosen by Engineer. b. ngineer shall number each sample and record sample numb- 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. HIGH DENSITY POLYETHYLENE(HDPE) GEOMEMBRANE 02072- 11 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 4. Sample Dimensions: Take two 1 in. wide sam'les for field testing prior to cutting full lab sample. a. Field Testing: Cut 1 in. (25 mm) wide sa des, 12 in. long with seam centered parallel to width. Distance between these 2 sa 'les shall be 42 in. (1.1 m). Contractor shall test both samples on field tensiometer ' peel and shear. If both samples pass field to-t, submit sample to Engineer for lab. atory testing. b. Laooratory Testing: Take laboratory -st sample from between samples taken for field testi,g. Cut sample for laboratory te•.ting 12 in. (0.3 m) wide by 42 in. (1.1 m) long with seam centered lengthwise. Cut thi- sample into three parts. Engineer shall distribute parts .. follows: 1) One .art to Contractor for o'itional laboratory testing, 12 in. by 12 in. (0.3 m by 0.3 m 2) One pa to Owner's Geosyn etic Quality Assurance Laboratory for testing, 12 in. by 18 in. (0.: m by 0.5 m). 3) One part to Engineer for ar hive storage, 12 in. by 12 in. (0.3 m by 0.3 m). c. Final determin.tion of sampl: sizes shall be agreed upon at pre-construction meeting. 5. Destructive Test Fail e Proce• res: When sample fails destructive testing, whether test is conducted by Geosy hetic Quality Assurance Laboratory or by Contractor's field tensiometer, Contractor :s f•(lowing options: a. Repair seam between .4 2 passing destructive test locations. �-, b. Trace welding path to in :rmediate point(10 ft(3 m) minimum from point of failed test in -each direction) and talc'. s •all sample with 1 in. (25 mm)wide die for an additional field •test at each location. If th. e additional samples pass test, then take full laboratory i samples. If these laboratory -mples pass tests, repair seam between these locations. a-- =1f either sample fail-, repeat • ocess to establish zone in which seam should be r— repaired. --a c. Acceptable repaired seams shall bound by 2 locations from which samples passing ;_ 'laboratory destruct' e tests have b--n taken. In cases exceeding 150 ft (50 m) of t_=— repaired seam, En•ineer may have Co ractor destructive test repair seam. d. When sample fail-, Engineer may requir. additional testing of seams that were welded by same welder a,d/or welding apparatus •uring same time shift. E. Repair Verification: 1. Engineer shall obse e number and log each repair. 2. Nondestructively to each repair. 3. Nondestructive test esults that pass shall indicate ade,'uate repair. 4. Repairs more than 50 ft long , require destructive test :mpling. 5. Failed destructive •r nondestructive tests indicate that r:•air shall be redone and retested until passing test results. F. Large Wrinkles: Wrin le is considered to be large when geomem•rane can be folded over onto itself. 1. When seaming • geomembrane is completed, and prior to • acing overlying materials, Engineer shall ids tify large geomembrane wrinkles which should .e cut and reseamed. 2. Cut and reseam rinkles identified by Engineer. Seams produce. hile repairing wrinkles shall be nondestr ctively tested. 3. Repair wrinkles identified by Engineer. Repair during coldest part of ins -Ilation period. END OF SECTION HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072- 12 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02075 GEOTEXTILE PART 1 GENERAL 1.01 SUMMARY A. Section Includes: ' 1. Geotextile for prot- tion, separation, and filtering applications. • • • B. Related Sections 1. Section 02373— Ripr... • 1.02 MEASUREMENT AND PAYME T A. Refer to Section 01225— Me- urement and Payment. 1.03 REFERENCES A. Iowa Department of Transpo'ation Standard Sp-cifications for Highway and Bridge Construction, current edition. 1.04 SUBMITTALS A. Pre-installation: Submit prior to geote 'le deplo, ent. 1. Origin (supplier's name and produ ion p .nt) and identification (brand name and number) of resin. 2. Copies of dated quality control certific. es issued by resin supplier. 3. Results of tests conducted by geote il. manufacturer to verify that quality of resin used to manufacture geotextile meets ma •factu er's resin specifications. 4. List of materials which comprise :eotextil= expressed in following categories as percent by weight: base polymer, carbon ack, other -dditives. 5. Manufacturer's specification i'entifying properties specified. 6. Written certification that mi. mum average r. I values given in manufacturer's specification guaranteed by geotextile ► anufacturer. 7. Written certification tha geotextile manufactur:r has continuously inspected geotextile for presence of needles .•d found geotextile to be eedle-free. 8. Quality control ce • icates, signed by geotex le manufacturer. Each quality control certificate shall in de roll identification numbers, testing procedures and results of quality control tests. B. Submit in accord. ce with Section 01330. 1.05 DELIVERY, ST l -AGE AND HANDLING A. Packin• and Shipping: 1. Manufacturer shall identify rolls of geotextiles with followi,g: a. Manufacturer's name. b. Product identification. c. Roll number. d. Roll dimensions. GEOTEXTILE 02075- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa B. Storage and Protection: 1. Provide on-site storage area for geotextile oils from time of delivery until installed. 2. Protect geotextile from dirt,water, ultraviole light exposure, and other sources of damage. 3. Preserv: ntegrity and readability of geotex le roll labels. PART 2 PRODUCTS 2.01 MATERIALS A. Supply geotextile i which "minimum av-rage roll values," as defined by Federal Highway Administration (FHW , meet or exceed •-otextile property values. B. Properties: Property -thod Value Mass/Unit Area 'STM D5261 6 oz/sy Grab Strength A STM 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. Apparent Opening Size • STM D4751 AOS<70 Permittivity A' TM D4491 1.3 sec' Flow Rate AS D4491 110 gal/min/ft2 C. Manufacturers: 1. Propex Inc., Geotex 65 . 2. Equal. D. Geotextiles shall be stoc products, i.e., exce%t when specifically authorized in writing by Owner, geotextile shall no be specifically manufac red to meet this Project. E. Geotextile shall be comp ised of polymeric yarns, o fibers, oriented into stable network which retains its structure durin; handling and placement. 2.02 SOURCE QUALITY CONT-OL A, ,Tests: - 1.. -Geotextiles shall b• tested by geotextile manufacturer t. evaluate characteristics for quality _ Control. _2. Perform quality ••ntrol tests for every 100,000 sf (10,100 sm) of geotextile produced. Samples not sati- ying these specifications and manufactu -r's specifications shall result in rejection of applicable rolls. -�- = 3. At geotextile m. ufacturer's discretion and expense, additio,al testing of individual rolls maybe perform:d to more closely identify noncomplying rolls a d to qualify individual rolls. E4. Geofextile manufacturer shall certify that A.O.S. and perm:.bility testing has been performed for each product and resin type in accordance with test method specified. GEOTEXTILE 02075-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill-and Recycling Center -- - Iowa City, Iowa PART 3 EXECUTION 3.01 INSTALLATION 1 A. Preparation: 1. During placement .f geotextiles, care shall be taken not to entrap ' or beneath geotextiles stones, excessive • st, or moisture that could damage geomer brane, cause clogging of drains or filters, or h.mper subsequent seaming. B. Geotextile Deployment: 1. On slopes, anchor g:otextile securely and deploy ger. extile down slope in controlled manner to continually k:ep geotextile in tension. 2. Weight geotextile with s.ndbags or equivalent in pr-.ence of wind. Do not remove weight until replaced with cover aterial. 4. Cut geotextiles with geo -xtile cutter (hook . ade). Protect adjacent materials from potential damage during cu .ing of geotextile. 5. Visually examine entire ge• extile surface -efore seaming for potentially harmful foreign objects, such as needles. Re ove foreig •bjects encountered or replace geotextile. 6. No excess tensile stresses sh. Id occur'n geotextile during placement. C. Seaming Procedures: 1. In general, no horizontal seams o- splices are allowed on side slopes except as part of patch. Splice is defined as seam r.nnecting ends of 2 rolls. 2. Overlap geotextile minimum of . in. (75 mm) prior to seaming. 3. On slopes steeper than 10' (ho •zontal:vertical), continuously sew geotextiles. Spot sewing not allowed. 4. On slopes shallower t :n 10:1 (hirizontal:vertical), continuously sew geotextiles, or thermally bond with wri -n approval o' Owner. 5. Polymeric thread wit chemical and traviolet light resistance properties shall be used when sewing seam equal to or exceeds g those of geotextile. 6. Use sewing three. color that contrasts w h color of geotextile being sewn,to allow for ease of inspection. 7. Use locking sti h. 3.02 FIELD REPAIR PR. EDURES A. Defects and -epairs: Repair small tears, or defer is in geotextile as follows: 1. Remo - damaged geotextile. 2. Cut •.tch of new geotextile to provide seam o erlap. 3. S-, patch in place or thermally bond. Therma bonding shall require Engineer approval. END OF SECTION GEOTEXTILE 02075- 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02078 GEONETIGEOT 3CTILE COMPOSITE PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Composite geotextile and geo et used as filter and draina• media in lining systems. 2. Geonet/geotextile used for pro ection of geomembrane. B. Related Sections 1. Section 02062—Granular Drai age Material r '. 2. Section 02063—Tire Derived Aogregate (Leachate ollection Layer) 3. Section 02072—High Density Palyethylene(HD' ) Geomembrane ( • ] 1.02 MEASUREMENT AND PAYMENT `'!` I� a A. Refer to Section 01225—Measureme and Payment. 1.03 SUBMITTALS A. The Contractor shall submit the followi • o the Engineer: 1. Mill certificate or affidavit from a facturer that the product meets the physical and manufacturing requirements sta -d in t ese Specifications. 2. Sample of the material to be .ed. Th: sample shall be labeled with the product name and be accompanied by the Man• acturer's -•ecifications. 3. Shipping, Handling, and storage Instr,ctions: The Manufacturer's plan for shipping, handling, and storage sh. be submitted .r review. 4. Panel layout design. 5. Quality control certific. es, signed by the manufacturer's quality assurance manager for every roll upon deliv- y. Each certification -hall have the roll identification number(s), test methods, frequency and test results. 6. Copies of delivery ckets or other approved receipts as evidence for materials received that will be incorporat=• into the construction. 7. Results of proje specific transmissivity testing performed by manufacturer, as required by [567] Iowa Ad nistrative Code, Chapter 113.7(5)b.(7)3. 1.04 DELIVERY, STORAeE AND HANDLING A. Packing and S ipping: 1. Manufact rer shall identify rolls of geotextiles with following: a. Man facturer's name. b. Protuct identification. c. Rol number. d. Ro I dimensions. B. Storage and Protection: 1. Contractor shall provide on-site storage area for geocomposite rolls from time of delivery until installed. GEONET/GEOTEXTILE COMPOSITE 02078- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 def- is for a period of 1 year from the date of if installation. / B. Installation shall be warranted against def s in workmanship for a period of 2 years from the date of Substantial Completion. PART2 P"ODI -TS 2.01 MATERIAL A. Double sided geocomposite prope ies: 1. Transmissivity(• STM D4716 : A x 10-3 m2/sec. a. Index transm .sivity val - measured at stress=15,000 psf, gradient=0.1, time= 15 min., and boundary iondition.=plate/geocomposite/plate. 2. Ply(peel) adhesion A ST D413 or F904): A lb/in. B. Geonet component: 1. Thickness (ASTM D51•1:): 70 mil. • 2. Density(ASTM D1505) 1.940 g/cc. 3. Cafbon black content A S M D1603): 2%. 4. ' Tensile strength (AST D1.82 or 5035): A00 lb/in. C. 'Geotexttle component: :--1. Unit.weight(ASTM 15261): 43 oz/yd2. _ `2. arab tensile(AST D4632): 1 lb. 3. Puncture (ASTM 44833): A20 lb. . 4. AOS (ASTM D47.1): 80 sieve. 5. Flow rate (AST D4491): 5 gal/mi n-ft2. D. Manufactures: 1. GSE Lining Technology, Inc., PermaNet ,L, FR62080080T 2. Equal. E. Geotextiles-geo ets used for manufacture of •-ocomposite shall be stock products except when specific. I authorized in writing by En•'neer, materials shall not be specifically manufactured o eet this Project. F. Capable of r: aining its structure during handling, plac- ent and long-term services. 2.02 ACCESSORIE' A. Ties: Stin•s, plastic fasteners or polymer braid. Tying devic- shall be white or yellow for easy inspection Do not use metallic devices. GEONET/GEOTEXTILE COMPOSITE 02078 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 methods_ and frequencies listed in the following table: Table 02078-1 c' Manufacturing Quality Control Test Fre. .encies Characteristic- Test Method -nits Frequency Bi-Planar Resin Polymer Density L STM D 1505 •/cm3 Once Per Lot Melt Flow Index .TM D 1238 g/10 min Once Per Lot Geonet Test Carbon Black AST ■ 1603 % 1/50,000 ft2 Tensile Strength, MD ASTM I 035 lb/ft 1/50,000 ft2 Density ASTM D 1 15 g/cm3 1/50,000 ft2 Geotextile Tests Mass per Unit Area ASTM D 52. oz/yd2 1/90,000 ft2 Grab Tensile ASTM D 4. 2 lb 1/90,000 ft2 Puncture ASTM D 833 lb 1/90,000 ft2 AOS, US Sieve ASTM 14751 mm 1/540,000 ft2 Water Flow Rate ASTM i 4491 gpm/ft2 1/540,000 ft2 UV Resistance AST D 4355 % retained Once per resin (af .1 500 hours) formulation Geocomposite Tests Ply Adhesion A .TM D7005 Ib ' 1/50,000 ft2 Transmissivity STM D 4716 m2 ec 1/540,000 ft2 C. At geocomposite ma facturer's discretion and expense, additional testing of individual rolls may be performed to ore closely identify noncomplying rol . and to qualify individual rolls. D. Geocomposite co sonents shall be evaluated by compo ent manufacturers to determine characteristics for 'duality control. 2.04 PROJECT SPECIFI' TRANSMISSIVITY TESTING A. Manufacture s all conduct project specific testing of geocompos e as required by [567] Iowa Administrativ- Code, Chapter 113.7(5)b.(7)3. 1. Test tr. smissivity of geonets with method ASTM D4716, or a equivalent test method, to demo strate that the design transmissivity will be maintained fo the design period of the facili . 2. Co,duct test using actual boundary material intended for the g_onet at the maximum -sign normal load for the MSWLF unit, and at the design load ex,,ected from one lift of waste. a. Maximum design normal load = 10,000 psf b. Design load from one lift of waste = 310 psf GEONET/GEOTEXTILE COMPOSITE 02078 -3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City :ndfill and Recycling Center Iowa City, Iowa 3. At the maximum design normal toad, testing shall be co,ducted for a minimum period of 100 hours unless data equivalent of the 100—hour period s 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 EX UTION 3.01 FAMILIARI TION A. Prior to insta ation, geomembrane installer shall c. efully inspect the installed work of all other Sections and erify that all work is complete to the point where the installation of the geocomposite m-y properly commence without .averse impact. B. If the geomembran installer has any concern- regarding the installed work of other Sections, he shall notify the Co'tractor and Engineer. 3.02 INSTALLATION A. Geocomposite Deploymen 1. On slopes, anchor ge• omposite s •curely and deploy geocomposite down slope in controlled manner to conti ally keep geocomposite in tension. 2. If the project contains long, • eep sloes, special care shall be taken so that only full length rolls are used at the top of the.lope 3. Weight geocomposite with sanoba1,s or equivalent in presence of wind. Do not remove weight until replaced with cover erial. 4. If the project includes an anchor tr. ch at the top of the slopes, the geocomposite shall be properly anchored to resist sliding. A nchor trench compacting equipment shall not come into direct contact with the geoco pos. e. 5. Cut geocomposite with cutter (. ook • .de). Protect adjacent materials from potential damage due to cutting of geoco posite. c-, 6. Prevent damage to underlying la ers during .lacement of geocomposite. c-) 7. During deployment, care shall b- taken not . entrap in or beneath geocomposite, stones, dirt, excessive dust, or moistu e that could ►amage geomembrane, cause clogging of geonet, or hamper subsequent •earning. - 8. . If dirt or excess dust is entra d in geonet of eo..m osite it shall be washed clean prior Pp� g 9 P � r- to placement of next layer of material. 9. Geocomposite shall not be well ed to geomembrane u -ss specified on Drawings. F r 10. Visually examine entire geoc.mposite surface before seaming for potentially harmful foreign objects such as stones oodchips. Remove foreig objects encountered or replace geocomposite. B. Seams and Overlap Procedures: 1. Each component of the geoco posite will be secured or seamed to e like component at overlaps. 2. Geonet Components: a. Overlap adjacent geonet r.11 edges minimum of 3 in. The overlaps shall be joined by tying the geonet structure ith cable ties. Ties shall be spaced every 5 feet along the roll length. GEONET/GEOTEXTILE COMPOSITE 02078 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center low. ity, Iowa Overlap cores' ' inimum of 3"as shown Continuous Se " g or Leistering and secure wi q plastic ties every 5ft 4444444 0+4S+$44044$ vivki tvkivA'Avi iivkivaeivivAvAYA'ATATA AAsSAA Ov- ap geotextile flaps as shown a r: seal topside with described 3" min. ethod b. Adjoining g=•composite rolls (end to end) acr' s the roll width should be shingled down in the direc' an of the slope. The geotextil- shall be peeled off of the geonet to allow the geonet •ortion of the top to directl overlap the geonet portion of the bottom geocomposit- a minimum of 12 inches across the roll width. The overlaps shall be joined by tying the geonet structure wi• cable ties, spaced every 1 foot along the roll width. Any geo extile that is damage/ during this process shall be repaired according to 3.03. _�- Continuous Sewing or Leistering Overlap cores minimum of iz"as shown --‘ and secure with plastic ties every ft A.AElf,��;4444+4+4444444444 +��+ 4�����#447447449A97 44744744 ,` 9 - Down Slope Direction A 12" min. c. The geonet portion s .uld be :ed every 6 inches in the anchor trench. d. In corners of side sloes of rec angular landfills, where overlaps between perpendicular geonet strips required, unroll e tra layer of geonet along slope, on top of previously installed geonets,from top to bott,'m of slope. e. Stagger joints whe more than 1 la er of geonet is installed. 3. Geotextile Seaming 'procedures: The •,ottom geotextile shall be overlapped. The top geotextile shall be se n or thermally bond:a as specified. a. Overlap geotexti - minimum of 3 in. prio to seaming. b. On slopes steeaer than 10:1 (horizontal:, -rtical), continuously sew geotextiles. Spot sewing is not al awed. c. On slopes sha lower than 10:1 (horizontal:v: ical), continuously sew geotextiles or thermally bond ith written approval of Engineer. d. When sewing, se polymeric thread with chemical and ultraviolet light resistance properties equal to or exceeding those of geotextile. e. Use locking stitch. GEONET/GEOTEXTILE COMPOSITE 02078- 5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 3.03 FIELD RE• •IR PROCEDURES A. Defects a • Repairs: Repair small defects smaller than 3 by 3 ft as follows. 1. Remov: damaged geotextile. 2. Cut pat' of new geotextile to provide minimum 12 if. overlap. 3. Thermall •ond geonet patch to existing geocomp•.ite. B. If geonet is da :ged: 1. Remove da ged geonet. 2. Cut patch of n:w material. 3. Secure patch to original geonet by tying every 6 in. Use tying devices specified. 4. Place geotextile ..tch overlapping damaged .rea by minimum of 12 in. 5. Thermally bond g-'textile patch to existing •eocomposite. C. Replace geocomposite i defect is determined o be large 3 ft by 3 ft(1 m by 1 m). END OF ' CTION cD e rJ -Li t_D I al: i>2 GEONET/GEOTEXTILE COMPOSITE 02078-6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02232 SITE PREPARATION r.+ PART 1 GENERAL ,, t a 1.01 SUMMARY c-.1—!. !� C ) A. Section Includes: r ` 1. Site clearing and •rubbing 2. Protection of utilit -s and other structures. B. Related Sections inclut a but are not necessarily limited to. 1. Section 02270- So I Erosion and Sediment Control. 1.02 MEASUREMENT AND PA ENT A. Refer to Section 01225— easurement and Pay •nt. 1. Items of this Sectio are considered India • tal to the"Excavation" item. 1.03 GENERAL A. The area impacted by the wi rk shall be eared of all trees, shrubs, paving, and objectionable materials which may interfer: with the : ecution of the proposed Work. Trees and shrubs which will not interfere with c. structi' shall be protected from damage by construction of tree barricades. / B. Standard clearing and grubbin• 'all consist of the complete removal and disposal of all trees, shrubs,timber, brush, stumps, riots, grass, weeds, rubbish, and other obstructions resting on or protruding through the surf.% of the existing ground and the surface of excavated areas. 1.04 PROTECTION A. Preserve and protect gro dwater onitoring wells, water wells, and other monitoring devices. Replace damaged or de,royed we s at Contractor's expense. B. Protect and maintain fa,onitoring poi s, benchmarks, monuments or other established reference points ands roperty corner- If disturbed or destroyed, replace at own expense to full satisfaction of Own, . C. Maintain all erosi• and/Siltation control •evices and measures in a functional condition at all times. D. Existing Utilitie•. 1. Before • arting operations in any area the vicinity of utility facilities, notify each utility of any o•-ration which may affect their fa ilities. Such notice shall be provided to each utility .ufficie tly in advance of such op: ations to allow the utility time to mark the location of, r locate, adjust, or otherwise pro :ct their facilities. Reach an agreement with each utility on appropriate action necessary to • otect or relocate the utility facilities. The cost of such action to protect the facilities, exc-c • locates, shall be borne by the SITE PREPARATION 02232 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa C. Landfill and Recycling Center Iowa City, Iowa Contractor. The One-Call System (Iowa: 1-800-29 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 w' h all local, state, and federal, or other regulations in performing work near utility faciliti••s. 3. Should the Contractor damage any of the utilit facilities during Contractor's operations or determine the work cannot be performed saf- , immediately notify the utility involved and -ase work until arrangements are mad: to prevent further damage or a serious ac•'dent. Any and all damage, includin• disruption of service, to any utility facility resu 'ng from Contractor's operation will b.• repaired by the utility; the cost of said repairs and se ice disruption shall be borne by t e Contractor. 4. Failure . the Contractor to provide timet, notice to the utility or to conduct his operations in such ,anner that proper clearanc-s are maintained and the utility facilities are protected a.all times will be ground for e issuance of a Stop Work Order. 5. Notify Engin:er of unexpected subsu`oe conditions and discontinue work in area until Engineer pro .es notification to resu,/e work. E. Electric Power Ease •ent: Constructio will occur under and near existing 345,000 volt overhead electric line e.sement. These :lectric lines are energized and accidental contact can cause serious injury o even death. Maintain proper safety clearances at all times. MidAmerican Energy Com•any, Daven.art, IA 563/333-8186 PART 2 PRODUCTS-NOT USED PART 3 EXECUTION 3.02 SITE CLEARING A. Clearing and Grubbing: 1. Clear from within limits of cons ructi. all trees not marked to remain. a. Include shrubs, brush, do ned ti .er, rotten wood, heavy growth of grass and weeds, vines, rubbish, structures :nd debri- 2. Grub (remove)from within li is of const ction all stumps, roots, root mats, logs and debris encountered to a dept of 18 inches. 3. Fill all depressions caused b clearing and g bbing operations with approved soil material unless further excavation or :arthwork is Indic. ed. Disposal of Materials: " 1. Clean organic matter such a timber, stumps, brush, roots and grasses resulting from c,t clearing and grubbing shall • - disposed of at an on-si location as directed by landfill staff. 2. Material containing unaccep ble amounts of fire debris,trash and/or rubbish shall be y * ' . disposed of in the landfill as .irected by the Engineer. r--3. Paved roads used by landfill staff and the public shall not be used for hauling on-site I . materials. All on-site haulin• of materials shall be coordinated with landfill personnel. END OF SECTION CV SITE PREPARATION 02232-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02270 SOIL EROSION AND SEDIMENT CONTROL PART 1 GENERAL - 1.01 SUMMARY A. Section Includes: 1. Material and ins .11ation standards for erosion and sedime, control features. - a. Filter socks. r' b. Silt fence. c. Erosion control •ning - • d. Stabilization see.ing e. Stabilization mulc 'ing B. Related Sections 1. Section 01570— Enviro ental Protection a . Special Controls 2. Section 02232—Site Pre laration. C. Contractor is responsible for . I erosion co of during construction activities. Erosion control measures described in this Seg tion and o the Drawings are intended to provide a minimum standard for materials and insta ation pra'tices and do not relieve Contractor's responsibilities in complying with his own Storm ater P4Ilution Prevention Plan and NPDES Permit. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225—Measurem: t and Payment. 1.03 DESCRIPTION A. Work consists of constructing ani mai taining erosion control features shown on the plans or as directed. B. Installation of temporary eros'•n control features shall be coordinated with construction of permanent erosion control fea res to the e tent necessary to ensure economical, effective and continuous control of erosion :nd water poll ion throughout the life of the contract. C. Contractor shall prevent tra smission of soil particles into waterways. Except as necessary for construction, excavated m.terial shall not be •eposited into a position close enough to be washed in waterways by h •h water or runoff. e contractor shall not disturb lands or waters outside the limits of constr ction, except as autho ed. 1.04 QUALITY ASSURANCE A. Referenced Standards: 1. Erosion control sta lards: "Standards and Specifications for Soil Erosion and Sediment Control in Developi lg Areas" by the U.S. Departme•t of Agriculture, Soil Conservation Service, College Par' , Maryland. 2. Iowa Department of Transportation Standard Specifica '•ns for Highway and Bridge Construction, current edition. SOIL EROSION AND SEDIMENT CONTROL 02270 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 2 PR►DUCTS 2.01 MATERIA•S A. Filter So 1. Tubul. product(12 inch dia.)consisting o agricultural straw fibers encased in open weave, i egradable netting. a. Insta ed using 1 1/4 inch by 1 1/4 in. (min) wooden stakes. 2. Manufact er a. American Excelsior Company, AE, Straw Waddle b. Equal. B. Silt Fence 1. Use silt fence t :t meets the follow' g requirements: a. Fabric: Conf. m to Iowa DOT rticle 4196.01. b. Posts: 4 foot inimum steel ( -section)weighing at least 1.25 pounds per foot, exclusive of an. or plate. Pa ted posts are not required. c. Fastener: Wire o plastic tie- with a minimum tensile strength of 50 pounds. 2. Installation and post s.,acing as ndicated on drawings. C. Erosion Control Lining 1. Manufacturer a. American Excelsior Co .any, Curlex 1 b. Equal. &)., Mulch-for soil stabilization ••. 1.. _Oat straw. • _ 2.. As,approved by the Engine:r • F, Stabilization seed mix • ' 1. . -Mix ' Cover Crop '0 of Mix Com!onent Oats 80 Rye-grass, annual 20 • 100 PART 3 EXECUTION 3.01 INSTALLATION A. Filter Socks shall be placed as shown on the Drawings and as :'rected to form checks or dams to control erosion and siltation. 1. Install erosion logs accord ng to manufactures recommendations and in accordance with the Drawings. Secure log t• the subgrade with wooden stakes across the length of the log. 2. Remove sediment from beh nd erosion logs to prevent overtopping. B. Silt Fence: 1. Furnish and install according to the Drawings, or as directed by the Engineer. SOIL EROSION AND SEDIMENT CONTROL 02270 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa C. Erosio ' Control Lining: 1. Pro 'de in all ditches and channels where riprap is not specified. To ',e installed after area is se_•ed for permanent ground cover. 2. Install ' accordance with manufacturer's instructions, unless mr. e stringent requirements appear these specifications. 3. In directi•n of flow of water. 4. Where erasion blanket meets riprap, blanket shall extend nderneath riprap by at least 2 feet. 5. Fasten mat o ground with stakes or staples, whichev= provides more secure fastening in accordance ith manufacturer's fastening recommen►.tions. D. Stabilization Mulc 'ng 1. Apply to slopes and excavated areas as needed or temporary erosion control, as approved by Engineer. A chor with disc or crimper. 2. Dry Straw: Appl 2 tons per acre; anchor usi • dull disc harrow. a. Note special -quirements for native se-•ing areas. E. Stabilization Seeding 1. Seed areas as appr•ved by Engineer. 2. Application rate: 80 los/acre _ :.: I 3.02 DURING CONSTRUCTION P 'IOD - -" A. Maintain basins, dikes, traps, stone fil -rs, straw bales, silt fencing, etc. -- 1. Inspect regularly especial after ainstorms. - - • ra 2. Repair or replace damage. or ssing items. - r., 3. Clean out sediment from s t f•nce as required to maintain effectiveness for erosion and sedimentation control. B. After rough grading, temporarily Ich all exposed earth areas not draining into sediment basin or trap. C. Provide necessary swales an,, dikes • control erosion. D. Do not disturb existing off-si - vegetati• (grass and trees). E. Excavate sediment out of basins and tra Is when capacity has been reduced by no more than 50 percent. F. Topsoil and Fine Grade ',lopes and Swales, -tc.: 1. Seed or sod as soo as areas become re:dy. 3.03 NEAR COMPLETION OF 'ONSTRUCTION A. Remove temporary m-asures after permanent me. .ures have been installed, unless permitted to remain by Engineer. 1. Remove silt fenc; after vegetation is established, o .s requested by the Engineer. B. Clean out temporary-ediment control structures that are to r-• ain as permanent measures. SOIL EROSION AND SEDIMENT CONTROL 02270- 3 -- HR HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa C. Where rlemoval of temporary measures would ave exposed soil, shape surface to an acceptabl; grade and finish to match adjacent gro nd surfaces. END OF SEC ION c3-, Cil . ; t : , c- ur _L: L=1 SOIL EROSION AND SEDIMENT CONTROL 02270 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02311 MASS EXCAVATION, BACKFILLING & COMPACTION PART 1 GENERAL 1.01 SUMMARY A. Section includes: 1. General excava ion, backfilling, stockpiling, and grading. 2. Dewatering. - c) 7 a — 11 B. Related Sections ,, «m 1. Section 02058 - Cl,y Liner 2. Section 02316-Tre ching, Backfilling, and Compa ng 3. Section 02331 -Wa- e Excavation and Placemen -%-` 1.02 MEASUREMENT AND PAY NT J-r A. Refer to Section 01225- Me surement and Pay' ent. 1.03 REFERENCES A. Iowa Department of Transports .n"Stand.•Specifications for Highway and Bridge Construction," latest edition and current supple' ents t /reto. 1.04 DEFINITIONS i A. Excavation Classification of Mated.r. 1. Earth. All materials not classify, as rock or rubble, includes: Clay, silt, sand, gravel, hardpan, disintegrated shale f'I• stones. 2. Rock. Buried boulders larg-,' a 1/3 cubic yards (0.25 cu.m.) in volume or materials so hard and dense that contin . s loesening by pneumatic tools or blasting is required for removal. 3. Rubble. Buried concrete . ndation., beams, walls, and other materials which require continuous use of pneumo is tools o blasting. 4. Landfill Waste. Previous disposed t .sh, solid waste, daily cover, and other items in contact with solid waste .ndfill operaticens. B. Leachate. Liquid that has ontacted landfill aste. 1.05 QUALITY ASSURANCE A. Owner will provide for personnel on-site to tes materials and monitor compliance with the requirements of these specifications. 1. Contractor will afford these representatives acces to the job site for the performance of their duties as d_ cribed in the Contract Document B. Engineer or its repre.entative will: 1. Approve materia s proposed for incorporation into the work. 2. Inspect subgrades and excavations and evaluate suitability of materials encountered. MASS EXCAVATION, BACKFILLING & COMPACTION 02311 - 1 HR Green, Inc. , FY09 Landfill Cell Reconstruction Project No. 20100062.04 I. a City Landfill and Recycling Center Iowa City, Iowa 3. Determine extent of any over-excavation required a remove unsuitable materials under roadways, structures or other areas of constructs. . 4. Inspect placement of fill materials for complianc: with these specifications. 5. Perform compaction tests for embankments a : fills. 6. Ob -rve construction operations and monitor '.r compliance with Contract Documents. C. Owner wil say for passing tests. Retesting du• to initial test failures shall be paid for by the Contractor. 1.06 PROJECT/SITE •ONDITIONS A. Field Measureme ts. Verify that survey be hmark and intended elevations for the Work are as shown on Drawing . B. Stockpiling Excess .terials. Remove e ' ess topsoil and excavated material. Stockpile excess material as shown on . e drawings. C. Haul routes: 1. Determine haul road with approva of agency having jurisdiction over proposed roadway. 2. Make condition survey sf haul roas prior to use and document with necessary photographs and written descriptions 3. Keep reasonably free fro' debris ram construction operations. 4. Clean daily as needed. 5. Repair any damaged haul •utes o match existing conditions before use. D. Project Record Documents 1. Accurately record actual locati. s of utilities remaining, by horizontal dimensions, elevations or inverts, and slope gradients. E. Regulatory Requirements 1. Conform to applicable city, cou ty, tate and federal codes for disposal of debris, and use of herbicides. PART 2 PRODUCTS 2.01 EARTH MATERIALS A. Suitable Materials:Structural fill,c•ntrolled fill,an• earth fill shall be clean,fine earth,rock,or sand, free from grass, roots, brush, or other vegetatio lumps larger than 6 inches (150 mm), rocks larger than 3 inches (75 mm), and debris. B. Unsuitable Material. Unsuitable so Is for fill material sh-Il include soils which,when classified under ASTM D2487, fall in the classifica'ons of PT, OH, CH, \ H, OL or organics. In addition, any soil which cannot be compacted suffici•ntly to achieve the per.-ntage of maximum density specified for the intended use, or contains debr s,waste, or other obje .onable material shall be classified as unsuitable material. If Contractor'• operations at the site case soils to become unsuitable, then the cost of reestablishing suitable 1,earing conditions shall be :t the expense of the Contractor. CD 0 N MASS EXCAVATION, BACKFILLING &COMPACTION 02311 -2 HR Green, Inc. FY09 Landfill Cell Re onstruction Project No. 20100062.04 Iowa City Landfill and Re• cling Center owa City, Iowa PART 3 EXECUTION 3.01 GENERAL A. Protect existing struc res and utilities and clear and grub in accordance with Section 02232. B. After clearing and grubb g, proof roll embankment cell, and o er areas where construction is to take place to identify are. of soft material. Remove soft m. erial and replace with tuitable fill. 3.02 SITE GRADING A. Uniformly grade areas to s ooth surface, free fro irregular surface changes. Cbrnply with compaction requirements ano grade to cross-sectio , lines, and elevations indicated. 1. Provide smooth transition between existing ad'•cent grades and new grades. 2. Cut out soft spots, fill low • sots, and trim hig pots to conform to required surface, tolerances. I B. Fill settled areas where excavatis s or trench_. were backfilled and holes made by demolition,tree removal, and site preparation wo . C. Slope grades to direct water away rom s uctures and to prevent ponding to required elevation tolerances. Provide temporary drai age •-cilities to prevent damage when necessary to interrupt natural drainage or flow of artificial s ai D. Apply necessary moisture to the con uction area and haul roads to prevent the spread of dust. 1 3.03 EXCAVATION A. Excavate within limits of Project is ines, • ades,and elevations shown on Drawings or as indicated by Engineer. B. Segregate excavated material- into suitab - fill, unsuitable, and other. C. Transport excavated materia to berm or e bankment site, or to designated stockpile. D. Dispose of unsuitable material on-site whey: designated by Engineer. Do not mix unsuitable material with suitable mat= ial unless directed sy Engineer. E. Over excavate to remove unsuitable material. F. Remove lumped subsoi, boulders and rock up to 1/3 CY(0.25 cu m) measured by volume. G. In the event unsuitabl: bearing material is encoun -red at design depth, this condition shall be called to the attentio of the Engineer and a deter ination will be made prior to continuance. Contractor shall proc:ed as instructed by the Enginee If unsuitable bearing subgrade conditions were caused by the ontractors operations at the sits then the cost of reestablishing suitable bearing conditions s all be at the expense of the Contra,for and as directed by the Engineer. MASS EXCAVATION, BACKFILLING &COMPACTION 02311 -3 HR Green, Inc. F 09 Landfill Cell Reconstruction Project No. 20100062.04 low. ity Landfill and Recycling Center Iowa City, Iowa 3.04 EMBANKMENT CONSTRUCTION A. Exc.vation areas shall not be filled without prior app oval from the Engineer. Excavation areas shall .e filled with clean suitable soil. B. Backfill a•d compact to final grades shown on pl..ns. C. Scarify prep. ed subgrade surface before plac••ment of embankment material to provide bonding between emb.nkment material and prepared ubgrade. D. When embankm-nt is constructed against :n existing slope that exceeds 5:1, cut existing slope into steps as cons ruction of the embank ent progresses. Cut steps in horizontal planes which have vertical slope .ut dimensions of not ess than 3 ft. D. Begin construction of -mbankment at l'west point of fill below grade and construct in layers by spreading and leveling ' aterial during placement. Spread individual layers to uniform thickness throughout and approxi .tely parallel ith finished grade for full width of embankment. E. Place materials uniformly i 8 in. loo-e lifts across full width of embankment. F. Moisture Content: Within 3 p-rce age points of optimum (standard Proctor) when placed and compacted. Dry material that i• to. wet to meet compaction and moisture content requirements. G. Compact materials across full wit h of embankment before placing next lift 1. Stockpiles: 90% standard Pr. or. 2. All other embankment: 95% .ta'dard Proctor. H. Maintain lifts to provide positive •raina'e away from construction. , 1111 I. Do not place unsuitable materials such . stumps, logs, brush or other undesirable materials in embankment. J. Do not place frozen materials or when surfa - is frozen. 3.05 DEWATERING A. Groundwater may be encou ered while excavatin.. B. Do all work in dry conditions; obtain the Engineer's approval of proposed methods of dewatering. C. Prevent surface water from i owing into excavations; pro• ptly remove any water accumulated. 1. Site runoff shall comply ith NPDES Permit#2 and S- tion 01570. D. Maintain-dewatering operat ens to prevent groundwater fro exceeding elevations shown on Drawings until construction ork has been completed to level ins Gated. E. Do not pump water to existi g sanitary sewers or onto adjacent property without approval of the Engineer and adjacent prop:rty owner. F. Dewatering shall not be paid for as a separate pay item, but shall be considered incidental to the project. MASS EXCAVATION, BACKFILLING & COMPACTION 02311 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa G. Methods used shall not cause settlement or damage to adjacent property. H. Provides rface water pumps, hoses and other necessary equipment and :.or to keepexcavation free of st. ding water. 1. No wa er shall be discharged directly to ditches, wetlands, or la. -s. Provide tempigrary detentisn areas that provide for infiltration. 3.06 CONFLICT WIT , EXISTING UTILITIES AND SERVICES A. All cables,cond it,and pipe exposed during construction ill be secured in such a manner that no deflection or sag.'ng occurs during or after construction All backfill shall be natural earth materials excluding rocks,f.reign materials,or other abrasive ►.terials that may be injurious to the cables. B. Compact backfill u ser existing utility crossing to inety-five per cent (95%) maximum density; moisture content not ess than two percent(2%) selow optimum or more than three percent(3%) above optimum mois re content. C. Drain (field)tile repair: 1. Notify the Engineer •romptly when dra' tile are encountered during excavation; note location of tile; prom.tly repair all dram tile damaged during construction. 2. Replace drain tile wit length of duc e iron pipe as specified for sanitary sewers or helically corrugated steel pipe ith standar. galvanizing coating extending at least twelve inches (12") into undisturbed -arth on ea h side or trench. 3. Diameter of replaceme t piping c reater than or equal to existing tile diameter. 4. Install steel or reinforce,; concr: e support beams as required and subject to the Engineer's review. 5. Connect to existing pipe ith anufactured pipe adapter, coupling or six inches (6")thick by twelve inches (12") long c,in,rete collar. 6. Compact backfill under dr.' tile repair to ninety-five percent(95%) maximum density for distance equal to trench d:ith each side of drain tile. 7. Leave repair exposed for' -section by the Engineer. 3.07 DISPOSAL OF MATERIAL A. Dispose of excavated mat:rial in di• .osal area identified by Engineer. B. Dispose of debris, large ones, rock- roots, and organic materials as directed by Engineer. 3.08 FIELD QUALITY CONTR• A. Tolerances: 1. 0.5 horizontal and S.2 feet vertical unle s otherwise approved in writing by Engineer. 2. Grade to bottom if specified topsoil dep or base course in areas to receive paving or riprap. 3. Maximum allow..le variation from design - evation in 1 in. in 10 ft. 4. Degree of finish shall be ordinarily obtainable from either blade-grader or scraper operations, exc•pt as otherwise specified. MASS EXCAVATION, BACKFILLING &COMPACTION 02311 -5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa B. Conf. ance Testing by Engineer: 1. Confo ance testing of in-place material will • cur at the following frequencies: T•BLE 02311-1 CONE/RMANCE TESTING Test Parame er ASTM Test Frequency Min. Number Reference of Tests Moisture/Dens y D2922 1 t:st per lift, per 500 ft embankment TBD D1556 of set each lift, or one test per 5,000 cy placed 2. Test locations shall b- selected a random and performed by Engineer. Contractor shall assist in testing. 3. Contractor shall rework . d cor -ct areas that fail testing: a. Define rework area. b. Disc. c. Moisture condition if nece'.sary. d. Compact. e. Retest. 4. Notify Engineer when rewor area is ready for retest. 5. Rework areas that fail rete- ing shall,have material removed and replaced at no cost to Owner. END OF SECTION w •� ri .L) ..,...... _,._ I-d CD cJ MASS EXCAVATION, BACKFILLING & COMPACTION 02311 -6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02316 TRENCHING, BACKFILLING AND COMPACTING PART 1 GENERAL -- • 1.01 SUMMARY A. Section Includes: 1. Trench requirements .r underground piping and appurtenanc- including requirements for excavation, backfill, an. compaction. B. Related Sections 1. Section 02629—Plastic "iping and Appurtances 1.02 MEASUREMENT AND PAYMEN A. Refer to Section 01225—Meas ement and Payme . 1. Payment for trenching, bedd g, backfilling, an. compacting is incidental and included in the installation unit price of pipe, anholes, culve r s, and other systems. 1.03 REFERENCES A. ASTM D2922- Density of Soil and `.it-Aggr-gate in Place by Nuclear Methods(Shallow Depth). B. ANSI/ASTM D698 - Test Methods fur M%isture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5 lb. (2.49 Kg) Ram = and 12 inch (304.8 mm) Drop. C. Iowa Department of Transportation"St, dard Specifications for Highway and Bridge Construction," latest edition and current supplemen t ereto. 1.04 DEFINITIONS A. Trenching and Backfilling: All e avation :nd backfilling to desired elevations and dimensions indicated in the Drawings, com•=cting, dis•osal of surplus material, furnishing additional backfill material, and all other work in,idental to t - construction of trenches, including any additional excavation. B. Material Classification. 1. Earth: All materials n. classified as ro or rubble, includes: clay, silt, sand, gravel, hardpan,and stones. 2. Rock: Buried boulder larger than 1/3 cubic y• rds in volume or materials so hard and dense that continuous loose ing by pneumatic tools i required for removal. 3. Rubble: Buried concrete foundations, beams, walls, and other materials which require continuous use of p eumatic tools. 1.05 SUBMITTALS A. Gradation test results '.r each source of pipe bedding. TRENCHING, BACKFILLING AND COMPACTING 02316 - 1 HR Green, Inc. FYI Landfill Cell Reconstruction Project No. 20100062.04 Iowa C. Landfill and Recycling Center Iowa City, Iowa 1.06 QUALITY ASSURANCE A. O' ner will provide for personnel on-site to test ma -rials and monitor compliance with the req .rements of these Specifications. 1. Contractor will afford these representatives acc-.s to the job site for the performance of their dutr-s as described in the Contract Document . B. Engineer .II: 1. Approve aterials proposed for incorporati,,n into the work. 2. Inspect s .grades and excavations and e aluate suitability of materials encountered. 3. Determine : tent of any over-excavation F-quired to remove unsuitable materials under areas of constructi• . 4. Inspect place ,ent of fill materials for cc mpliance with these specifications. 5. Perform compa.tion tests for backfill. 6. Observe constru►tion operations and onitor for compliance with Contract Documents. C. Owner will pay for pas ing tests. Rete.ting due to initial test failures shall be paid for by the Contractor. 1.07 PROJECT/SITE CONDITIONS A. Avoid overloading or surcharge . suf icient distance back from edge of excavation to prevent slides or caving. Maintain and trim exc:v. ed materials in such manner to be as little inconvenience as possible to public and adjoining p •perty owners. Conform to OSHA Requirements. B. Contractor responsible for providi g -dequate barricades and protection around excavation and work areas. C. Protect and maintain bench mar s, monu l ents or other established points and reference points and if disturbed or destroyed, re'lace item to full satisfaction of Engineer. D. Verify location of existing unde around utilities. PART 2 PRODUCTS 2.01 BEDDING MATERIALS A. Bedding for pipes and structu -s shall be approved importe• aterial. Material to be free of foreign substance,debris, large stones, rocks(11/2", 37 mm.), roots,o :anic or frozen material, expansive material and other deleteriou• materials. C=C� ,. > >-C�) TRENCHING, BACKFILLING AND COMPACTING 02316 - 2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa B. Granula •ipe bedding:clean crushed stone;comply with following gradation,depende• pon pipe diameter. Pipe 4" - 18" Diameter Pipe 0 er 18" Diameter Siev: (Percent Passing) '•rcent Passing) 1" 100 100 3/4" 90-100 90-100 3/8" 50-90 20-55 No.4 35-80 0-10 No.10 20-65 0-5 r No. 40 10-35 No. 200 0-10 • C. Stabilizing Material: Sharp, c -an crush-• stone; comply with following gradation: • Sieve Percent Passing - 2-1/2" 100 2" 90-100 1-1/2" 35-70 1" 0-15 1/2" 0-5 2.02 SELECT BACKFILL MATE •IALS A. Trench backfill shall b; approved select mate '.I obtained from site or from off-site borrow areas. Material shall be clea ,fine earth,rock,or sand,free from grass,roots, brush,or other vegetation, lumps larger than 6 i'ches (150 mm), rocks larg:r than 1 1/2 inches, and debris. PART 3 EXECUTION 3.01 EXAMINATION A. Protect existing structures and utilities and clear and grub in accordance with Section 02232. TRENCHING, BACKFILLING AND COMPACTING 02316-3 HR Green, Inc. F 09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa ' ity Landfill and Recycling Center Iowa City, Iowa 3.02 EXCAVATION A. Earth Excavation. 1. Excavate all material encountered to depth and • ensions indicated on Drawings. a. Comply with OSHA and all other governmer Fro I regulations. Contractor solely responsible for complying with the regulations. b. Pile excavated material suitable for backf n an orderly manner a sufficient distance from :dge of excavation to avoid rollbacks, s 'des, or cave-ins. c. R:move spoil not suitable for backfill; :ste at disposal area as directed by Engineer. 2. Excavat:to full depth by machine; level tr:nch bottom to provide uniform bearing and support for full len.th of pipe. 3. Excavate b' hand: a. Under a .• around utilities. b. Where ov:rhead clearance prey: is use of machine. c. Under tree• and shrubs where s own on Drawings. 4. Keep sides of tren.h as nearly verti,'al as practicable within the limits of excavation codes and safety requirement-• maintain verti al walls of excavation below top of pipe. Provide trench wall support as needed. 5. Minimize the width oft -nch belo the top of the pipe, but maintain trench width of no less than 24 in. 6. Conform to best trench bAttom construction practices as recommended by pipe manufacturer. 7. Backfill trench bottoms ca ied i elow required grade; backfill to proper elevation with crushed stone as specified for sew- pi're bedding at no additional expense to the Owner. 8. When unstable material is e countered which may not provide a suitable foundation for pipe. a. Notify Engineer immediat: ly. b. Engineer will investigat: ;uestionable material to determine its suitability for pipe foundation. c. If material is considered nsui .ble for pipe foundations, Engineer will specify and authorize remedial measures in w iting. d. If removal of unsuitabl: materi. is authorized, replace with trench stabilizing material. Provide minimum of 4 i ches(100 m)of bedding material on top of stabilizing material to prevent point load. Be.ding materi. graded sufficiently coarse to prevent movement and loss of bedding into tr: ch stabilizin• aterial. 9. When the material being e cavated is such t .t it is physically impossible to stabilize the trench bottom or secure a unifor bearing using de.. atering and a granular foundation and in the J judgment of the Engineer, oncrete encasemen concrete cradling or pilings are necessary to - support the pipe, provide .uch support when dire• ed in writing by the Engineer. = 10. Provide cradling or streng hening at Contractor's e sense if above trench width is exceeded. -Sheeting, Shoring, and Braci g _�. 1. " Construct sheeting, shori g, and bracing required to holo ails of excavation and to provide • .safety for workers, to pro ect existing utilities and structures, :nd to permit dry conditions for ' • construction. : a. Sheeting: wood or st•el. ..— b. Construct and main'sin sheeting and shoring in accordance with OSHA and all other governmental regula tons. Contractor solely responsible for complying with the regulations. 2. Leave in place wood sheeting driven below level of pipe. Remove upper part of wood sheeting to a level 5'-0" (2m) below finish grade. TRENCHING, BACKFILLING AND COMPACTING 02316 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 3. Pull steel sheeting except where shown on Drawings. 4. When •vable trench shield is used below spring line of pipe, lift shield prior t► any forward movement • avoid pipe displacement. Fill void left by removal of shield,betwe- consolidated fill and stabl: trench wall, with consolidated fill of the same type as specifi-. adjacent to the pipe. C. Dewatering 1. Do all work in dry conditions; obtain the Engineer's approval .f proposed methods of dewatering. 2. Provide for handle g water encountered during construction. a. Divert stream ow and sewage away from areas of con uction. b. Prevent surface water from flowing into excavation; re► ove water as it accumulates. c. If groundwater i. encountered, provide sumps in the trench or some other methods for removal of wate and stabilization of trench bottom d. Do not pump wat-r to existing sanitary sewers or 'nto adjacent property without approval of the Engineer a ,d adjacent property owner. 3. Lay no pipe in, and pia,e no concrete on, exces- vely wet soil. rr; a. Protect against sett ement or damage to at acent property. —. b. Trench dewatering i. incidental to the pr•;-ct. r) 3.03 BEDDING AND BACKFILL A. Bedding and Backfill for Tren es 1. Place bedding from botto of pipe tre h to pipe spring line as indicated on in Drawings. Bedding includes material blow botto ' of pipe as specified. Compact bedding below bottom of pipe prior to installation o• •ipe to r inimize settlement. 2. Provide bell holes at each pip joint; . low access completely around circumference of pipe for proper jointing operations. 3. Bedding for Gravity Lines: a. Granular pipe bedding mat:r'.I. b. Thickness of bedding mater :I below the bottom of pipe barrel of 1/8 pipe O.D., or 4-inch (100 mm) minimum. c. Compacted in 6-inch (150 m lifts from trench bottom to pipe spring line. d. Compact to a minimum • 90°. Standard Proctor Density(ASTM D698). 4. Bedding for Pressure Lines a. Native select material 'r granular •ipe bedding material. b. Where rock or other u yielding ma -rial is encountered in trench bottom,provide a cushion of granular pipe bed• ng with thickn-ss as shown on Typical Detail Drawing herein. c. Compact bedding a • cushioning ma erials compacted in 6-inch(150 mm)lifts from trench bottom to pipe spri • line. d. Compact to a mini urn of 90% Standa • Proctor Density. 5. Construct structures .nd appurtenances and •-rform backfilling as work progresses. 6. Initial Backfill. a. Vitrified Clay; Hi;h Density Polyethylene; Pol inyl Chloride; and Truss Pipe: Carefully place and comp:ct initial backfill with pneumatic mechanical tampers from the spring line to a point 1 foot (1/3 m) above top of pipe barr- Backfill material shall be crushed stone as specifi-d for bedding in this Section. b. Ductile Iron Pipe, Polyvinyl Chloride (pressure) and Reinforced Concrete Pipe: Material and compaction as specified for trench backfill. TRENCHING, BACKFILLING AND COMPACTING 02316-5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 •wa City Landfill and Recycling Center Iowa City, Iowa 7. Backfill trench after locations of connections and . •purtenances have been recorded.Conform to applicable Typical Detail Drawings. 8. Placement of Backfill: a. Place initial backfill material only after in• allation of pipe and bedding material has been completed. b. Place all initial backfill in such a mann• r so not to damage or displace pipe. . Backfill simultaneously on both sides if pipe to prevent displacement. d. Compact to minimize settlement of ench backfill and provide optimum support of pipe. 9. Place t -nch backfill only after initial •ackfill has been placed, compacted, and approved. Trench b. kfill,material and compac on requirements depend on what area the pipe is located beneath as .pecified. Trench backfil begins 1 foot(1/3 m)above pipe barrel and terminates at final grade o subgrade. 10. Trench Backfi a. Open Rura Areas: In open ural areas where there is no vehicular traffic, no special compaction 'II be required. :ackfill is select material. The material maybe placed with bulldozers or •.ckfilling mat ines of other types. Mound earth approximately 12" (300 mm) in height o -r trench; ound shall be neatly rounded off for further settlement. b. Grass Parking Ar:as and U paved Areas:Select material as previously defined.Compact backfill material to : mini m of 90% Standard Proctor Density(ASTM D698). Fill upper portion of trench in • ass reas with 6 inches minimum of topsoil. c. Paved Areas and L. df I Embankments: Select material compacted in 8" lifts with pneumatic or mechani•. tampers to finish grade or subgrade. Compact to a minimum of 95% Standard Proctor I-nsity(ASTM D698). 11. Backfill with material remov:d •m excavation except where imported backfill is specified;use no debris, frozen earth, lar•- cif is, stones, or other unsuitable material. If native material is too wet or dry to achieve s recifie• compaction, Contractor required to dry or wet material or replace with approved imp arted ma erial at no additional cost to the Owner. 12. Place backfill into the ten,h at an a le to minimize impact on installed pipe is minimized. B. Provide compacted sand or • anular mater:I under all existing utilities or service lines that are located above the new pipelin •. Compact ma -rialto a minimum of 95%Standard Proctor Density. 3.04 QUALITY CONTROL A. Source Testing by Contracto : 1. One sieve analysis for each type of bedding mate *al (ASTM D422). B. Conformance Testing by En1 ineer: 1. Density and moisture wibe tested at discretion of the • ineer. 2. If trench backfill fails den.ity tests,rework backfill or subgra.: and retest until specified density es isobtained. Y' • • 7. END OF SECTION L_ _""i �- M TRENCHING, BACKFILLING AND COMPACTING 02316-6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02331 WASTE EXCAVATION AND PLACEMENT PART 1 GENERAL 1.01 SUMMARY A. Section includes: 1. Cleanup of rem.'ining fire debris, garbage, and unsuitable :oil from construction area. 2. Excavation and -location of select waste from active la still cell to new cell. 3. Litter control duri s construction 4. Leachate collectio l and control during construction. r-: B. Related Sections - 1. Section 02311 - Ma s Excavation, Backfill, and ompaction ; 2. Section 02063—Tire serived Aggregate 1.02 MEASUREMENT AND PAYM NT -T, II 4 A. Refer to Section 01225- M-:surement and 'ayment. o N 'ti• � 1.03 DEFINITIONS A. Classification of Materials 1. Landfill Waste. Previously • pos-d trash,solid waste,daily cover,and other items in contact with solid waste landfill oper. io -. 2. Waste Materials. Trash and •• d waste, as delivered to the landfill. 3. Select Waste Materials. Tras .nd solid waste containing no items that would cause damage to the liner,contain no soil co - material, or adversely affect the performance of the leachate collection system as placed ' a ew cell. 4. Fire debris. Burnt tire der' ed -!gregate (TDA), ash, steel tire belting, burnt and unburnt geosynthetic materials, py,•litic o residual derived from heated TDA, and clay liner material that has been subjected to inten-e heat that renders it unsuitable for construction. Soil materials that are mixed contami ated with fire debris are classified as fire debris. Clean soil that is mixed with fire d-•ris by Cont ctor shall be excavated and disposed of at Contractor's expense. 1.04 PROJECT/SITE CONDITIO - A. Coordinate Work activities to minimize confli and delays. B. Protection of all site f•atures such as monito g wells, gas extraction system components, drainage features, etc is the Contractor's respons .ility. PART 2 PRODUCTS—NOT SED WASTE EXCAVATION AND PLACEMENT 02331 - 1 HR Green, Inc. F 09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa ' ity Landfill and Recycling Center Iowa City, Iowa PART 3 EXECUTION 3.01 LITTER CONTROL A. Provide li er control of windblown materials resulting ' om Contractor's operations. This work is considers• ' cidental. B. Provide winds. eens, soil, tarps, approved spray-•n cover, or other approved means to control windblown mat- ial. 1. Soil cover sh.II not be applied to select waste material unless approved by the Engineer. C. Contractor is resp• sible for retrieving litter (• site and off site) that is blown as a result of Contractor's operati. s. D. Complaints from the p odic shall be consider:. adequate cause for Owner to stop work until wind blown litter is picked up z nd control over win J blown litter is established by Contractor. 3.02 FIRE DEBRIS EXCAVATION 'ND STOCKPI NG A. Excavate fire debris from are:: identified •n the drawings. 1. Take care to prevent mixi • of fire debris with suitable soil. 2. Over excavate to provide c -an sub F;rade where required at the direction of the Engineer. B. Transport excavated materials to ►esi• ated fire debris stockpile location. 3.03 SELECT WASTE EXCAVATION AND ULING A. Excavate select waste from the was - •urce area identified on the drawings. 1. Segregate select waste and la dfill waste from existing soil cover and other undesirable material to the extent possible, :nd as •irected by the Engineer. 2. Segregated waste shall be haul-d and • aced in the respective location within the new landfill cell. 3. Soil and other unsuitable mat:rial shall r- ain in the waste source area as directed by the Engineer. B. -Loading and Transport 1. Do not load any material that:ould potentially da age the liner,as determined by the Engineer. 2. All loading and transport o landfill waste sha be on-site using temporary haul roads maintained by Contractor an• approved by Engine_ . 1-3. No transport on paved road- allowed. 4. Cover loads if necessary to •revent blowing during hailing operations. C. Direct unloading to meet required grades and to minimize mo ement of waste after unloading. 3.04 SELECT WASTE PLACEMENT IN NEW CELL A. Prior to select waste being plac-d in the new cell; 1. All liner testing and surveyi g must be complete. 2. Interim certification from th IDNR for the liner and geocomposite I. er must be complete. WASTE EXCAVATION AND PLACEMENT 02331 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa B. Placemer\t of TDA shall occur concurrently with placement of waste materials in accordance with Section 02e63"Tire Derived Aggregate". C. The bottom 5 ' thickness of waste, directly on top of the leachate collectio .yer, shall consist of select waste m.terial. Non-select landfill waste may be used above the --lett waste material to reach the propo -d waste grades. 1. The amount f soil, large objects, or other objectionable materi shall be minimized to the extent practic- as determined by the Engineer. 2. Spread waste i lifts not exceeding 2 ft. 3. Compact to stab ize material using a dozer or other equipm tin accordance with the following criteria; a. Minimum thic ess of 1 ft of select waste is specifier .etween light dozer,ground pressure of 5 psi (35 lc-T.)or lighter, and top of drainage I/er. b. In areas travel-ed by vehicles other than low round pressure vehicles approved by Engineer, select aste layer shall be minimuft thick. c. Damage to unde ying liner resulting from ontractor's work shall be repaired at no expense to Owner. D. If needed, haul roads may bz constructed on w. - that is greater than 5 ft thick to facilitate delivery and placement of wa- e. 1. Haul roads constructed on op of the wa- e .hall be constructed using soil/fire debris mixture removed and stockpiled as 'art of this .r•,ect c. 3.05 ODOR CONTROL ' : • ti A. To the extent possible, stage and o d t waste excavation in a mannerihat-will minimize the occurrence of offensive odors. This' cI ides management of leachate and Other mehods as may be approved by Engineer. B. Once waste excavation is starter in : area, work shall be continuous until complete: C. Cooperate with landfill staff i efforts t ey may employ using the facility's landfill gas collection system for control of landfill ..or% in the onstruction area. 3.06 LEACHATE MANAGEMENT A. Properly manage leachate f .m within the e isting lined landfill cells as required for the Work. Provide continuous means .f collection and Disposal of leachate until final connection to new systems can be made. eans for leachat- management could include temporary berms, temporary piping, sumps, .nd pumping, as approved by Engineer. 1. Leachate shall no be allowed to back u. onto the existing landfill liner and collection systems. 2. Under no circum ances shall leachate be dir:cted to unlined areas. 3. Leachate shall nit be directed to newly lined ar:as or new leachate collection systems prior to approval by t e Owner and regulatory authori 'es. 4. Leachate contr•l during construction is incidental. END OF SECTION WASTE EXCAVATION AND PLACEMENT 02331 -3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02373 RIPRAP PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Stone riprap as prote. ive covering at pipe inlets and outl: s, slopes, channels and spillways. B. Related Sections 1. Section 02075—Geotextil- `;` yi ,• 1.02 MEASUREMENT AND PAYMENT --- r--� ter. a A. Refer to Section 01225— Measure ent and Paym: t - - N) 1.03 REFERENCES . N A. Iowa Department of Transportation St. dard S.ecifications for Highway and Bridge Construction, current edition. PART 2 PRODUCTS 2.01 MATERIALS A. Class E Revetment meeting Iowa DO ►4131 04. 1. Well-graded material with a no nal top size of 250 pounds and meeting the following size limitations: Stone Weight(lbs) inimum % Lar•er than Stone Wei.ht 90 50 5 90 2. Revetment shall come fr.m an approved •urce. Material shall be sound and durable broken limestone, dolomi -, or quartzite. B. Erosion Stone meeting Iowa DOT 4130.05 1. Nominal 6 inch mixture, •y visual examination. 2. Shall come from an :pproved source. Mat:rial shall be sound and durable broken limestone, dolomite, o' quartzite. PART 3 EXECUTION 3.01 PREPARATION A. Areas on which geotex le and riprap are to be placed sha be graded and dressed to lines and grades shown on Dra ings or as required by Engineer. epair eroded or washed out areas prior to placement of material. RIPRAP 02373 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 I. a City Landfill and Recycling Center Iowa City, Iowa 3.02 INSTALLATIO A. Geotextile: 1. Place geote tile beneath riprap in accordance ith Section 02075. B. Riprap: 1. Place stone ripr-. to produce reasons'ly well graded mass of stone with minimum practicable percent:ge of voids. 2. Place by method pre enting segregation .f various sizes of stone. 3. Rearrange or shape aterial to presc ibed section after placement and add additional material if sections indi :te such to be ecessary in opinion of Engineer. 4. Larger stones shall be ell distributee throughout mass and finished protection shall be free from pockets of small tones and lusters of large stones. 5. Fill holes or open spots to p .duce w: I graded protection. 6. Unless otherwise indicated o Drawi gs, Class E Revetment shall be at least 18 in. thick. Erosion Stone shall be at leas 12 in thick. END 'i F SECTION cJ RIPRAP 02373 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02629 PLASTIC PIPING AND APPURTENANCES PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. HDPE piping, fittings, a d joints for leachate collection. C3 ` 2. PVC piping for groundwater collection. t*:-",- . i 1.02 MEASUREMENT AND PAYME ��- rCr --a A. Refer to Section 01225- Mea urement and Paymen . = rV 1.03 REFERENCES co A. 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 res. Crack 6. ASTM D-2513, D-3261, D-2683, Vaided Fittings 7. ASTM D-3350, Materials 8. ASTM F-714, Dimensions and o kmanship B. PVC (polyvinyl chloride) materials: 1. ASTM D1784, Rigid Poly(viny Chloriie)(PVC) Compounds and Chlorinated Poly(vinyl Chloride). 2. ASTM D1785, Poly(vinyl C oride) PVt Plastic Pipe (Schedules 40, 80 and 120). 3. ASTM D2464, Threaded ('VC) Plastic 'ipe Fittings, Schedule 80. 4. ASTM D2467, Socket Ty.- (PVC) Plas 'c Pipe Fittings, Schedule 80. 1.04 SUBMITTALS A. Product technical data incl ding: 1. Verification of standar.s referenced. 2. Manufacturer's writte' directions regarding m:terial handling,delivery,storage and installation. 3. Pipe and fittings tec ical data. B. Test reports: 1. Pressure test resul s. 2. Pipe and fitting mi certifications. 3. Welding certificati•ns for operators welding steel, stain -.s steel, or HDPE pipe. 4. Notification of tim and date of piping pressure tests. PLASTIC PIPING AND APPURTENANCES 02629- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 I. a City Landfill and Recycling Center Iowa City, Iowa PART 2 PRODUCTS 2.01 HDPE PIPE MATERIALS A. High Density Polyethylene (HDPE) pipe: high p•rformance, high molecular weight, high density polyethylene pipe. 1. SDR 17. . ASTM D 1248 (Type III, Class C, Categ. 5, P34). 3. inimum cell classification values: 34 34 as referenced in ASTM D 3350- 1981 a. 4. •-nsity: no less than 0.941 -0.955 g s/cm3 as reference in ASTM D 1505. 5. M- t Flow: no greater than 0.15 gms/ $ min.when tested in accordance with ASTM D 1238- Con.ition E. Melt flow shall be no g eater than 4.0 gms/10 min. when tested in accordance with A TM D 1238-Condition F. 6. Flexur- Modulus: 110,000 to less han 160,000 psi as reference in ASTM D 790. 7. Tensile trength at Yield: 3,200 I:ss than 3,500 psi as referenced in ASTM D 790. 8. Environm-ntal Stress Crack Res'.tance (ESCR): in excess of 1,500 hours with zero failures when teste' in accordance with 'STM D 1693-Condition C. 9. Hydrostatic esign Basis: 1,60; psi at 23° C when tested in accordance with ASTM D 2837. B. Identify each lengt• of pipe clearl at intervals of 5 ft or less. Include manufacturer's name and trademark. Nominal .ize of pipe, ppurtenant information regarding polymer cell classification and critical identifications -garding p rformance specifications,and"NSF"approvals when applicable. C. HDPE Fittings - t Fittings from polyethy -ne ..mpound having cell classification equal to or exceeding compound used in pipe to ensure o patibility of polyethylene resins. - 2. Provide molded fittings er than factory fabricated fittings in available diameters. -. . 3. Be_of same manufacture .s pipe being provided. Engineer may allow substitution for approved material with use of flan.- joint sections. D. Flange Joints: 1. 150 lb carbon steel or c.nvolut:d epoxy coated ductile iron backup flanges as recommended by manufacturer. 2. Stainless steel nuts a • bolts. 3. Flanges and bolt pall,rns consist- t with ANSI B16.5, AWWA C207, ASTM A536, and as recommended by ma ufacturer. E. Fitting dimensions shall c inform to standar. dimensions and tolerances, ASTM D3261. F. Markings, ea.fitting: 1. Manufacturer's nam: or trademark. 2. Nominal size. 3. Type of plastic pipe i .e., PE 3408). 4. Standard dimension atio. 5. Extrusion date, lot n mber or batch number. 2.02 POLYVINYL CHLORIDE PI•E (PVC) �� J A. Provide pipe, fittings an. 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 I (12454-B) Polyvinyl Chloride as outlined in ASTM D1784. PLASTIC PIPING AND APPURTENANCES 02629-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa C. Furnish pipe meeting requirements of ASTM D1785. D. Provide fitti ;s having same pressure and temperature rating as the pipe. E. Joints:ASTM 10 3212 and Gaskets: ASTM F 477. /' N 2.03 MECHANICAL JOIN - A. Where indicated on Drawings. �. 1. Epoxy coated wi. stainless steel bolts ;••• - i 2. JCM, Romac, S .th-Blair, or equal. -� 7<1-11 PART 3 EXECUTION c., T va N 3.01 EXAMINATION _ A. Verify that survey benchma and intended : evations for the work are as indicated on the drawings. 3.02 HDPE PIPE INSTALLATION A. Install HDPE pipe as flexible pipe, -nd . sections of these specifications with respect to trench installation of the flexible pressure p .e • all apply,except where Specifications contained or details on the Plans dictate otherwise. 1. Lay pipe to slope gradients note. in drawings;with maximum variation from true slope of 1/8 inch in 10 feet. 2. Handle joined segments of pipe so -s to avoid damage to the pipe or joining system. When lifting sections of pipe, avoid c ange. or cable type chokers. Nylon slings are preferred. Use spreader bars when lifting lo g fuse. ections. B. New and existing pipe shall be j',fined by he- fusion or flange jointing where indicated on drawings. Electrofusion methods may b used on a 'mited basis where necessary, as approved by the Engineer. C. Heat Fusion of Pipe: 1. Weld in accordance wi manufacturer's reg ommendation for butt fusion methods. Provide qualified fusion operat'ars. 2. Butt fusion equipme t for joining procedu -s shall be capable of meeting conditions recommended by pi.- manufacturer including, .ut not limited to, temperature requirements, alignment, and fusio pressures. 3. For cleaning pipe e ds, solutions such as deterg.nts and solvents, when required, shall be used in accordanc: with manufacturer's recomme •ations. 4. Do not bend pipe • greater degree than minimum ray ius recommended by manufacturer for type and grade. 5. Do not subject pi.- to strains that will overstress or buck : piping or impose excessive stress on joints. 6. Branch saddle fusions shall be joined in accordance with manufa urer's recommendations and procedures. Branch saddle fusion equipment shall be of size to facilitate saddle fusion within trench. PLASTIC PIPING AND APPURTENANCES 02629 -3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 •wa City Landfill and Recycling Center Iowa City, Iowa 7. Before butt fusing pipe, inspect each length for •resence of dirt, sand, mud, shavings, and oth•r debris or animals. Remove debris from -.ipe. 8. Co er at end of each working day open ends • fused pipe. Cap to prevent entry by animals or deb is. 9. Use compatible fusion techniques when •olyethylene of different melt indexes are fused oge her. Refer to manufacturer's specif ations for compatible fusion. D. Flang J•'nting: 1. Us o flanged pipe connection secti•.ns. 2. Conne t slip-on carbon steel back • flanges with nuts and bolts. Convoluted ductile iron backup ings may be substituted for oining HDPE pipes per manufacturer's recommendations. 3. Butt fuse fabricated flange adapte s to pipe. 4. Observe ollowing precautions in onnection of flange joints. a. Align anges or flange/valy: connections to provide tight seal. Require nitrile-butadiene (hycar for petroleum app cations) gaskets if needed to achieve seal. Gaskets are require. for flange/valve c•nnections. b. Place U. •. Standard rou • washers as may be required on some flanges in accordance with man acturer's rec a mmendations. Bolts shall be lubricated in accordance with manufactu -r's recom -ndations. c. Tighten flan.- bolts in -equence and accordance with manufacturer's recommendations. Do not over-t• que bo s. 5. Pull bolt down • decrees to uniform torque in accordance with manufacturer's recommendations. 6. Protect below grade b•It. with Tapecoat mastic and tape. E. Pipe Placement: 1; Grade control equipm: t - all maintain design grades and slopes during installation of pipe. 2. Dewatering: Remove -tan.' g water in trench before pipe installation. 3. Unless otherwise s•ecifica stated, install pipe in accordance with manufacturer's recommendations. 4. Maximum lengths of used pipe to be handled as one section shall be placed according to manufacturer's reco mendations .s to pipe size,pipe SDR,and topography so as not to cause exCessive gouging o surface abra-'on; but not to exceed 400 ft. 5. Cap pipe sections lo ger than single 'int(usually 40 ft)on both ends during placement except during fusing opera ons. 6. Prevent migration o dirt and debris through perforations during placement. Remove dirt or debris from pipe be ore backfilling. 7. Notify Engineer prii r to installing pipe int. trench and allow time for Engineer's inspection. Correct irregularitie. found during inspectio . 8. Complete tie-ins wi hin trench whenever pos- ble to prevent overstressed connections. 9. Complete flanged 'ranch saddle connections ithin trench. 10. Allow pipe sufficie time to adjust to trench to •erature prior to testing, segment tie-ins or backfilling activity. 11. Place in trench by :flowing minimum 12 in./100 ft h 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. PLASTIC PIPING AND APPURTENANCES 02629-4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa B. Pipe gasketed co nections 1. Inspect pipe o pigot end,fitting socket entrance,and gasket. Remov: dirt or foreign material that could inte -re with the proper assembly or performance of the•oint. 2. Lubricate the pi se or spigot end around its entire circumference and lubricate the exposed area of the gask: . Keep the lubricated surfaces clean. 3. All pipe and spigo ends shall be chamfered and deburred prio, o assembly.Field cut chamfers must be free of an sharp or jagged edges which could da' age the gasket. 4. nsert the pipe or sp lot into the pre-alignment area of the •-sketed fitting for initial alignment of the components prier to assembly. To complete the a embly, while maintaining alignment, push with a firm, ev: motion until the pipe or spigot : d touches the socket bottom. 3.04 PIPE PERFORATIONS A. Provide pipe perforations in .ccordance with Drawi is. Use standard jig or frame to produce even, uniform perforations. - - L; 1. Perforations shall be de•urred. 1_,';::-- B. B. Remove cuttings from pipe be ore installatio . -, !a 3.05 FIELD QUALITY CONTROL A. Pressure test all solid pipe; refer . Sec on 01457. 7N 3 1. Repair all observed leaks, reg.:rdl,ss of test results. N.) CD B. Pipe Jetting 1. Jet new leachate piping. a. In presence of Engineer. b. Sequence work and pert-arm j-tting in a manner that pulls debris in the direction of gravity pipe flow. 2. Remove all sediment from •iping a d manholes. 3. New piping shall be jette. after all e:rthwork is complete. a. Use new and existin% leachate c -anouts to access piping. C. Televising 1. Televise the following iiping after back 'fling to proposed grades. a. All new leachate iiping. 2. This information sha be considered part if the final inspection of the project. 3. Any line that has d•bris in the pipe shal be cleaned and retelevised, at the Contractor's expense. 4. The television cam-ra shall be mounted on a kid so that it is centered in the pipe.The camera shall have a cros hair to maintain a constan reference on the image. 5. The camera shall be equipped with sufficient li'hts to completely illuminate the interior of the pipe within the r- ge of the camera. 6. A CD shall be :de on the entire footage of pip; televised and delivered to the Owner. The linear footage,a ong with other references of the pi‘'e televised shall be integrated into the CD for ease of iden i'fication of pipe being viewed. PLASTIC PIPING AND APPURTENANCES 02629- 5 • HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa D. Deflection testing: 1. •wner reserves the right to request Con ractor to check for excess deflection in any portion of t - pipe after placement of backfill ma -rial and televising. 2. Te with a 95% mandrel. a. •sr butt fusion welded HDPE pip-, a 92% diameter mandrel may be used. 3. Maxim m deflection; 5%. EN' OF SECTION rn CJ F • is . " PLASTIC PIPING AND APPURTENANCES 02629 - 6 HR Green, Inc. FY09 Landfill - I Reconstruction Project No. 20100062.04 Iowa City Landfill - d Recycling Center Iowa City, Iowa SECTION 02924 SEEDING AND SOIL SUPPLEMENTS PART 1 GENER 1.01 SUMMARY A. Section In udes: 1. Seedin• fertilizing, and mulching for restora '.n of areas disturbed by construction. 1.02 MEASUREMEN AND PAYMENT A. Refer to Sectio 01225— Measurement a : Payment. = c c; - 1.03 QUALITY ASSURA CE • _� r— A. Referenced Stani'ards: •< -3 t i 1. American Sta dard for Nursery tock(ASNS). `'" ,, P 2. Standard Met •ds of the Ass. iation of Official Agricultural Chemists.5 N 3. United States 1 epartment of Agriculture, (USDA): c, a. Federal Se:d Act. 4. Iowa Departme t of Tra sportation (IDOT) "Standard Specifications for Highway and Bridge Construcl'on", Iat=.t edition and current supplements thereto. 1.04 SUBMITTALS A. Product technical data c uding: 1. Acknowledgement r at products submitted meet requirements of standards referenced. 2. Manufacturer's inst- lation instructions. 3. Signed copies of v ndor's statement for seed mixture required, stating botanical and common name, p -c- of origin, strain, percentage of purity, percentage of germination, and amount of Pure ve -ed (PLS) per bag. B. Certification: Certif each c. tainer of seed delivered will be labeled in accordance with Federal and State Seed La- s and e• als or exceeds Specification requirements. C. Other documents 1. Copies of i oices for fe ilizer used on Project showing grade furnished, along with certification sof quality and w=rranty. If Engineer determines fertilizer requires sampling and testing to v:rify quality, testi,g will be done at Contractor's expense, in accordance with current me hods of Associa on of Official Agricultural Chemists. Upon completion of Project, a inal check of total uuantities of fertilizer used will be made against total area seeded. If inimum rates of application have not been met, Contractor will be required to distribute additional quantities to ake up minimum application specified. 1.05 DELIVERY, STO-AGE, AND HANDLING A. Seed shall b delivered in original, packag-• and undamaged containers. Store and protect off of the ground o prevent wetting and deterioration. SEEDING AND SOIL SUPPLEMENTS 02924 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 lo a City Landfill and Recycling Center Iowa City, Iowa 1.06 SEQUENCING AND SCHEDULING A. Installation Schedule: 1. Provide schedule showing when groundcovers :re anticipated to be planted. 2. Indicate anticipated dates Engineer will br required to review installation for initial acceptance and final acceptance. PART 2 PROD TS 2.01 MATERIALS A. Seed Mixtur;: IDOT 2601.04C Rural See a Mix B. Mulch Materia or Seeded Areas: Mulch hall be dry oat straw or equivalent. 1. Air dry con. ion free of noxious we,d seeds and objectionable foreign matter C. Fertilizer: Granula type and deliverer to site in the original bag in good condition for proper distribution. 1. N-P-K, 13-13-13 ► equivalent. PART 3 EXECUTION 3.01 SOIL PREPARATION A. Preparation for Seeding: 1. Areas Accessible to Machin; N : Thoroughly work areas accessible to field machinery to a depth of not less than 3 in. "•il brought to a loose, friable condition, and picked free of rocks and debris in excess If 1 diameter where weed growth has developed extensively. Use of a disc allowed to di- the - weeds into the ground if the weeds can be completely covered by this method. 2. Areas inaccessible to mac finery: Pr:.are areas inaccessible to field machinery by hand to a depth of not less than 1- /2 in. The •il shall be brought to a loose friable condition. 3. The seedbed shall be inspected and app •ved by the Engineer prior to seeding. 3.02 INSTALLATION A. Fertilizer: 1. Rate of Fertilizer: Spread ertilizer uniformly at a r. e of 750 pounds per acre. 2. Fertilize all areas to be se-ded, in accordance with lOT 2601.04B B. Seeding: 1. Seeding Dates: Spring -eeding dates shall be betwee arch 1st and May 31st. Fall seeding dates shall be b•tween August 10th and September 30th. Legumes shall only be seeded during Spring pla ting season before April 15th. 2. Method of Seeding: On .:reqs accessible to field machinery, all grasses and legume seed will be applied with a s•ed drill with a no till attachment. Hydraulic seeder on areas inaccessible to field mac nery. 3. Seed Application Rate: 5 lbs/acre, in accordance with IDOT 2601.04C SEEDING AND SOIL SUPPLEMENTS 02924-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa C. Mulching: 1. Mulch all seeded areas as soon as seed is applied. 2. Rate:Apply mulch at a rate of two tons per acre. 3. Application of Mulch: The mulching shall be the final operation • eeding. Evenly and uniformly distribute and anchor the mulch into the soil. Anchor ► ch into soit- y means of mulch crimper. - ; Y a 3.03 MAINTENANCE __ ems. 1 ; • A. Begin maintenance of plan -d areas immediately after ea portion is planted arid continue until final acceptance. _ . B. Maintain seeded area by wate .ng, mowing, and repla► ing as necessary to produce uniform stand of grass until Work is acce•ted in accordance wi guarantee. 3.04 GUARANTEE A. Guarantee seeded area for duratio of one year after Substantial Completion to be alive and in satisfactory growth at end of guara ee period. 1. For purpose of establishing a. eptable ..tandard, scattered bare spots, none larger than 1-sq ft will be allowed up to ma imum o 3% seeded area. 2. Acceptance will be based u•on -eting this standard one year after substantial completion or after reseeding. 3. No weed seeds allowed. If exc;-s. e weeds grow, Contractor may be required to spray and reseed at Owner's discretion. B. Retainage will be held back to cover I cost of reseeding until vegetative cover is established and accepted by Owner. 3.05 ACCEPTANCE OF SEEDED AREAS A. Contractor shall notify Enginee i writin• 7 days prior to inspecting seeded area for acceptance. B. Contractor and Engineer shall i sp-ct seeded . eas for contract compliance and acceptance of work. Upon completion of ins.ec'ng seeded ar:as, Owner shall provide written acceptance or rejection to Contractor with f in er requirement- for completing the seeding work. Seeding work remaining to be comple -d _hall be reinspect:d by Owner before final acceptance. END OF SECTION SEEDING AND SOIL SUPPLEMENTS 02924 - 3 OPINION OF PROBABLE COST 2013 FY09 RECONSTRUCTION (5.3 ACRES) _ IOWA CITY LANDFILL AND RECYCLING CENTER = _ December 6,2012 i Item Estimated Unit No. Description of Work Unit Quantity Price. ' Extension • o 1 Mobilization and General Project Administration LS 1 75,802.97 $ -76,802.97 2 Site Safety Plan Implementation LS 1 14,317.30 $ ,14,317.30 3 Fire Debris/Garbage/Unsuitable Soil Excavation CY 8,800 4.00 $ •35,200.00 4 Excavation CY 20,300 3.31 $ 67,097.73 5 Borrow CY 12,900 3.75 $ 48,375.00 6 Drainage Sand CY 700 22.60 $ 15,817.85 7 Compacted Clay Liner CY 19,500 2.31 $ 44,988.03 8 HDPE 60-mil Geomembrane(smooth) SF 173,700 0.66 $ 113,808.24 9 HDPE 60-mil Geomembrane(textured) SF 89,000 0.70 $ 81,957.35 10 Geonet/Geotextile Composite SF 247,000 0.78 $ 193,302.20 11 Geotextile SY 3,900 1.94 $ 7,559.43 12 Coarse Drainage Stone(Source:On-Site Stockpile) CY 1,350 24.55 $ 33,140.62 13 Coarse Drainage Stone(Source:Furnished by Contractor) CY 4,530 49.10 $ 222,410.42 14 Tire Derived Aggregate(Source:On-Site Stockpile) CY 5,760 6.88 $ 39,642.17 15 Tire Derived Aggregate(Source:Furnished by Contractor) CY 2,320 13.76 $ 31,933.97 16 HDPE Pipe,SDR-17,4'Dia.,Perforated LF 20 24.23 $ 484.55 17 HDPE Pipe,SDR-17,4"Dia.,Solid LF 355 23.45 $ 8,324.99 18 HDPE Pipe,SDR-17,6"Dia.,Perforated LF 641 24.84 $ 20,890.84 19 HDPE Pipe,SDR-17,6"Dia.,Solid LF 216 24.07 $ 5,199.43 20 HDPE Pipe,SDR-17,8'Dia.Perforated LF 10 33.88 $ 338.85 21 HDPE Pipe,SDR-17,8'Dia.Solid LF 10 33.11 $ 331.12 22 HOPE Pipe,SDR-17,10"Dia,Perforated LF 506 35.13 $ 17,777.96 23 PVC Pipe,SDR-35,4"Dia,Perforated LF 134 16.05 $ 2,151.09 24 PVC Plpe,SDR-35,6"Dia,Perforated LF 1,496 17.75 $ 26,549.76 25 PVC Plpe,SDR-35,6"Dia,Solid LF 30 18.53 $ 555.92 26 LP-1/Secondary Sump Riser,16"Dia.,HDPE Fabricated Structure LS 1 9,019.45 $ 9,019.45 27 HDPE Pipe Penetration Structure LS 1 5,725.08 $ 5,725.08 28 Leachate/Groundwater Head Level Monitoring System LS 1 12,397.88 $ 12,397.88 29 Cleanout and Riser Access Covers EA 3 882.10 $ 2,646.30 30 Rip Rap-Class E Revetment CY 20 52.14 $ 1,042.73 31 Waste Relocation and Placement CY 77,700 4.21 $ 326,843.52 32 Storm Water Permit and Compliance LS 1 4,591.46 $ 4,591.46 33 Silt Fence LF 1,700 1.73 $ 2,948.61 34 Cleanout of Silt Fence LF 1,700 0.94 $ 1,590.88 35 Silt Fence Removal LF 1,700 0.21 $ 362.28 36 Erosion Control Lining SY 900 1.20 $ 1,077.38 37 Stabilization Seeding AC 1 65.90 $ 85.90 38 Stabilization Mulching AC 1 375.45 $ 375.45 39 Seeding/Fertilizing/Mulching AC 21.3 1,047.92 $ 22,320.85 40 Surveying LS 1 42,885.45 $ 42,885.45 10%Contingency $ 152,185.07 TOTAL(rounded to nearest$10,000) $ 1,670,000 1W0ommAdata120100062.041Daa1pn1OPC1oPC-120512-FY09 Recomtrue0on Page 1 of 1 f?e 3e c►.) Prepared by: Daniel Scott,Project Engineer,410 E.Washington St., Iowa City, IA 52240,(319)356-5144 RESOLUTION NO. 13-14 RESOLUTION SETTING A PUBLIC HEARING ON JANUARY 22, 2013, ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE LANDFILL FY09 CELL RECONSTRUCTION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Landfill FY09 Cell Reconstruction account# 3321-550900. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. 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 22nd day of January, 2013, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. 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 8th day of January , 20 13 MAYOR Approved by ATTEST: ))/k0A.i_4-,,„) . ;ea/1.4J ,�,ru iZeoraleti 7 CITY CLERK City Attorney's Office i 2 I'3//ot, pwengVnasterstsetph.doc 1111 Resolution No. 13-14 Page 2 It was moved by Champ ion • and seconded by Payne the Resolution be adopted,and upon roll call there were: AYES: NAYS: ABSENT: x Champion x Dickens x Dobyns x Hayek x Minis x Payne X Throgmorton FY09 CELL RECONSTRUCTION IOWA CITY LANDFILL AND RECYCLING CENTER IOWA CITY, IOWA 2013 SHEET INDEX LOCATION M A P 1 INDEX AND COVER SHEET / 2 LEGEND Sc ESTIMATED PROJECT QUANTITIES (------- ilr---,..„„ 1 N G `-� 12 3 EXISTING SITE CONDITIONS \___ ` I �, �� Cs\ 4 FINAL GRADING PLAN ,,:_, -� 5 INITIAL WASTE FILL PLAN \\I ( S� ' 6 LEACHATE PIPING PLAN 1( I I.° 340TH ST _ 7 GROUNDWATER PIPING PLAN ` I r�"� 110a 8 PIPING & STRUCTURE SCHEDULE a. l 9 STABILIZATION PLAN 10 DETAILS 2411111 L''1 218 • 11 DETAILS > _ Q , _ 12 DETAILS III Q °Q 13 DETAILS J 14 DETAILS 1.7 ,60TH ST > L`J 360T 4551H b� L., \ _j/ Q > Q W'1\ Z Q oo } a a NEUZIL RDcn �_ PROJECT LOCATION J -.. /I /,'r " Al �ill f > IWV RD IWV RD Q F46 CD 01 BOTH ST — -- I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I om o duly licensed ' of ES IIIIIII ii L.LJ Professional Engineer under the laws of the State of Iowa. IF Q t''t .♦ > W �'G6-.--1gU1 1/11/13 W Q Q L...1 r_, J fag E JON E. SCHARF DATE M 0.lb.. J/" SCHARF License Number: 11786 vs( 0Q } f _ 11786 My license renewal date is DECEMBER 31. 2013 W IJ Q 1- Pages or sheets covered by this seal: . Q W I I M ,-`1 11 I• SHEETS 1-14 /OWN LOCATION MAP SCALE 0 0.5 1.0 2.0 I Miles DRAWN BY: JJC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION ��_, FYO9 CELL RECONSTRUCTION SHEET NO. APPROVED: JES JOB NUMBER: 20100062.04 1 1/ — 11/13 JES ISSUED FOR BIDDING I. HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER INDEX AND COVER SHEET 1 CAD DATE: 1/10/2013 3:19:58 PM CAD FILE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\G\01—INDEX—COVER.dwg HRGreen IOWA CITY, IOWA LEGEND ESTIMATED PROJECT QUANTITIES ITEM NO. ITEM UNIT ESTIMATED AS-BUILT ---MW-77A EXISTING MONITORING WELL 1050 EXISTING MAJOR CONTOUR A CP #99 EXISTING CONCRETE MONUMENT - -__1019 EXISTING MINOR CONTOUR 1 Mobilization and General Project Administration LS 1 O EXISTING MANHOLE — ' - — - - — EXISTING PERMANENT EASEMENT 2 Site Safety Plan Implementation LS 1 ._• s 0 EXISTING CLEANOUT EXISTING GRAVEL SURFACE '•• •' 3 Fire Debris/Garbage/Unsuitable Soil Excavation CY 8,800 • PROPOSED MANHOLE - - - - EXISTING CELL BOUNDARIES 4 Excavation CY 20,300 • PROPOSED CLEANOUT - - EXISTING PROPERTY UNE 5 Borrow CY 12,900 . , 413) LEACHATE PIPE OHE EXISTING OVERHEAD ELECTRIC 6 Drainage Sand CY 700 OD LEACHATE CLEANOUT - - EXISTING LEACHATE PIPE 7 Compacted Clay Liner CY 19,500 8 HDPE 60-mil Geomembrane(smooth) SF 173,700 CLP-0 LEACHATE MANHOLE D 0 EXISTING GROUNDWATER PIPE 9 HDPE 60-mil Geomembrane(textured) SF 89,000 LEACHATE PIEZOMETER SAN EXISTING SANRARY PIPE 10 Geonet/Geotextile Composite SF 247,000 -50 GROUNDWATER PIPE EXISTING LETDOWN 11 Geotextile SY 3,900 OEDGROUNDWATER STRUCTURES ST EXISTING CULVERT 12 Coarse Drainage Stone(Source:On-Site Stockpile) CY 1,350 P-50 STORM SEWER PIPE 1041 PROPOSED MINOR CONTOUR 13 Coarse Drainage Stone(Source:Furnished by Contractor) CY 4,530 ST-0 STORM SEWER STRUCTURES 1046 PROPOSED MAJOR CONTOUR 14 Tire Derived Aggregate(Source:On-Site Stockpile) CY 5,760 GED LETDOWN PIPE - - PROPOSED UNER UNITS 15 Tire Derived Aggregate(Source:Furnished by Contractor) CY 2,320 OD LETDOWN STRUCTURES PROPOSED APPUED TERRACE 16 HDPE Pipe,SDR-17,4"Dia.,Perforated LF 20 17 HDPE Pipe,SDR-17,4"Dia.,Solid LF 355 ;:_!":;`;; GRAVEL SURFACING PROPOSED STORM SEWER PIPE 18 HDPE Pipe,SDR-17,6"Dia.,Perforated LF 841 irinnI 2440, RIP RAP - - PROPOSED LEACHATE PIPE 19 HDPE Pipe,SDR-17,6"Dia.,Solid LF 216 D D PROPOSED GROUNDWATER PIPE 20 HDPE Pipe,SDR-17,8"Dia.Perforated LF 10 PROPOSED LETDOWN 21 HDPE Pipe,SDR-17,8"Dia.Solid LF 10 0 PROPOSED SILT FENCE 22 HDPE Pipe,SDR-17,10"Dia,Perforated LF 506 23 HDPE Pipe,SDR-17,10"Dia,Solid LF 20 24 PVC Pipe,SDR-35,4"Dia,Perforated LF 134 25 PVC Pipe,SDR-35,6"Dia,Perforated LF 1,496 26 PVC Pipe,SDR-35,6"Dia,Solid LF 45 27 LP-1/Secondary Sump Riser,16"Dia.,HDPE Fabricated LS 1 Structure 28 HDPE Pipe Penetration Structure LS 1 29 Leachate/Groundwater Head Level Monitoring System LS 1 30 Cleanout and Riser Access Covers EA 3 31 Rip Rap-Class E Revetment CY 20 32 Waste Relocation and Placement CY 77,700 33 Storm Water Permit and Compliance LS 1 34 Silt Fence LF 1,700 35 Cleanout of Silt Fence LF 1,700 36 Silt Fence Removal LF 1,700 37 Erosion Control Lining SY 900 38 Stabilization Seeding AC 1 39 Stabilization Mulching AC 1 40 Seeding/Fertilizing/Mulching AC 21.3 41 Surveying LS 1 DRAWN BY: JJC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION �� I��� FY09 CELL RECONSTRUCTION SHEET NO. APPROVED: JES JOB NUMBER: 20100062.04 I tJlIJt3 JES ISSUED FOR BIDDING I I �- HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER LEGEND & ESTIMATED PROJECT QUANTITIES 2 CAD DATE: 1/10/2013 3:25:12 PM CAD FILE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\G\02-LEGEND-QNTY.dwg HRGreen IOWA CITY, IOWA /\ \ /� 'ipos.. \ ./�� J \il _ r SA P E7U2LWE M -.] D \' '`\ L , •/ ! IIPj� / eMw �-t E ��•\„ / . / / .. \ __��\ 1 r ��0 A#• j r ,• ,�,QD'IGINAL_L C0_017,1,, _ I -_j NATES . o # / ` '1 r y� I .,/,,,,,, ! ,-,•-- _-_-.7,--- )1I I t fAW-3¢3A �r 301A "�i 1. TOPOGRAPHIC MAP BASED ON 2006 AERIAL SURVEY / ` `\ \:\ I f "^.% WITH PORTIONS UPDATED BY CIN ON MARCH 4, J \ ,• / �\- `\• \ • ::::(4' • " '2011 AND OCTOBER 6, 2011. FY09 CONSTRUCTION / �I ! I 2L• j3g29 _ 'AREA WAS UPDATED BY CONNOLLY CONSTRUCTION ON // ilk': I i\ ' I r II7t Jh`' 7.� -� .,� y �(�s DECEMBER 21, 2011 AND AGAIN BY CITY ON JUNE '� JJ 1, �f .,19. 2012. ' _ F � MW-1`Yr! 1 ''^ 'w 15A, �I ...�,,TIi 1�� ., '/,1' i PkORER l �� W� .} +,. _ J M• P E INE uw- _p2. CONTOURS IN FIRE DAMAGED (NORTH) PORTION OF `� I - 7`-� I �' 1,11601• SW-2QQ 2'g CELL FYO9 APPROXIMATE TOP OF CLAY UNER DESIGN Ji - W-;.AM•_. ` . - ,� \7• ! W - A1W-206A _1-148 MW-121Y' CONTOURS. THE MAJORITY OF THE FIRE DEBRIS WAS \ 1/ / _�-' TEL_F, ., EAS -NTdg.� �, `iiX 77.79 95 r/ J ;r, ( - - •�: -M116e REMOVED IN 2012. \ =_� - I -- `` j ,_��\`( ® \ ,fr ® - _ - •1t 7W-t tFG 3. MAPPING DATUM: NA083 IOWA STATE PIANS, �, / ` '•� >„y1'I ` _'\ - _ _ MN-1OB •HORIZONTAL; NAVD88, VERTICAL ��- / ��� ,.f - - F';7;_� ! _�� / " '.` � +al^12p1 1 OSA I 4. CONSTRUCTION WILL OCCUR NEAR EXISTING 345,000 ., �,,, \��\ `�� JIr�1'! - - o'. �� _ __ rlVOLT OVERHEAD ELECTRIC UNE EASEMENT. THESE , ry' ryt \ �-- `' _ I; : , _ 1 MW- • j1 i ELECTRIC UNES ARE ENERGIZED AND ACCIDENTAL / \� ,. '. �'�� t, \ I 1 ` \\' '1+ �1i��'''.-:\s 1`\ ' YDENTACT CAN CAUSE SERIOSS INJUCY OR EVEN ..;" ,;;��6-.1\\}� I - '•.} �� ` ,` f•. �:_. �; PY7,5 ._.� 'l \` \` J� !/ f� i DEATH. MAINTAIN PROPER SAFETY CLEARANCE AT • / ` _3 FY74 / AALL TIMES. COORDINATE WITH MIDAMERICAN ENERGY \ ` -{/{� \I COMPANY, DAVENPORT, LA (563) 333-8166. \ i 1' ISTING TDA OCKPILE - \ - 'j lJ� Li --.��� / • I I 1 �+\\\ M1y� I 5. NOTIFY UTILITIES COMPANIES 72 HOURS PRIOR TO - t�' ',,.• . 32A \ / / I \� + •- WORK. VERIFY LOCATION OF ALL EXISTING UTILITIES. �� - �' \ '� � 1,______2±-- ___,_, '/ I IFY7enw-306A 1• IOWA ONE CALL 1-800-292-8989. \\\,., ' ,`•`.f.• ,, ,. // f�4� q - -- -_ 2-___ _____ -�-� 6. PROTECT ALL MONITORING WELLS AND OTHER \ tel`, - y' `-- --- --- f - / 09: EXISTING STRUCTURES FROM DAMAGE DURING AV- - - - `= CONSTRUCTION ACTIVITIES. __ '_ ,>i ,,��, •>• .�'..� �----- -- 4,. C/ \ -i I - II1W-309A >; ` - cs f •. ASTE SOURCE AREA FO • r\\ 1Z. r!- \ � \ FY09 INITIAL WASTE IFT 78..a CONTROL POINT TABLE \ \ 11 t ` -'l \ - I: 1 , I ! �' � \� • I FY8^ 1POINT # NORTHING FASTING ELEVATION \ 1S oy� G� - - _ _ - _ . 11 609364.93 2154563.98 775.75 / i0 \G ''~ i fl 1 ��\ '/ rc .1t,\\::',/,. wJ, iy�- - 6811 ' S 2 609294.55 2149311.75 767.02 �\ ` � \� _ i�� - - . 11 { __ - - +W-310A 3 604070.69 2149434.74 775.25 \\\\\- � ^ ---'� ` I i I ` 1 a 4 604393.76 2154434,91 702.02 / ,' a r. , \_,A.-._/ L^� 11 C7\e'' / ---- ----7:-------'t---------- �.. \�' i 1 .. .. tP F ,/ Ir 0 22 604050.37 2153260.02 754.28 / •a ` _� _ 4 24 607123.11 2153275.79 f %232 609274.35 2152009.06 774.51 .. l` R I _ \ \•\� �'•\ ! --f e 233 606706.33 2152457.25 779,95 /' - i .. ,\-..-�� ,_ \ ,'.,\N W F, \L� a FY •• �_ ION - 1 J X FOR SPECIFICS ABOUT LOCATION AND '�.-1 '_-/ _ I `. \ r , i\ \ / //// / ; / i (- g •• TYPE OF LAND SURVEY CONTROL - \, \ \, \ / , ) _ _ _ i 7i_ ____z______ . „,.s,,, ,, ,. , a MONUMENTS. PLEASE CONTACT ,. \ \ ,. g�$. \ \ \ \� - ! ( \ - Plea .... a ENGINEER. J,._- _ �1" �I j / _ 1 ) ,, I ., . ISM CLAY I W- 100 ,:„:„...,,,,,,,,,,,,, k„ , \ \ -__--.. . -_____ - - - i ,.,;.-_, :', .,,,,Z,.-,, \ ‘- , \ \\\ t ----------1-,---......- ; ) ---- \ \_ ., ,ts, _� ` `� .,_ I 7StIG COARSE 1 I •>, / • i / (/ � , •• NAGE STONE i ) i / '3�' MW 7 � - -s i - i I _S r 1 I �"` `. -� \ ` .. \ a� _ tel 0 �- -��'�� %i / �� ��r� ‘.'41:i ' :Nom, --------- - -:-..--_- _ .. ,, ....:,' .,.,./4"://./ -%'''., ,7'..."? :I r nJ � \\ , V o ` \ MW-274A / / MY.�-'fA ,�!. f� / 7/ .6.:, w \ \ 3 `BMW 2 "w_P3a �v 18 t _, J I _ -._-.:�" ---` _ `r. -� • P� I t_-F_c NTROL 'o- f 1 i g DRAWN BY: JPC JOB DATE: 2013 NO. DATE BY REIASION DESCRIPTION FY09 CELL RECONSTRUCTION I SHEET N0. I APPROVED; JES JOB NUMBER: 20100062.04 1 ,1/11/13 JES ISSUED FOR BIDDING _I CAD OATS: 11/12/2012 ,0:55:46 AM 1_) HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 3 CAD ALE: 0:\20100062\CAD\Dng_FYO9_Recon_2013\C\03_IXISTING-TOPO.dwg HRGreen IOWA CITY, IOWA EXISTING SITE CONDITIONS _--- ... __ ___-- - __ .,____ _ ______ _______ .._=_______________ _ .-- r_ ______;„ ____ __ _ ,___..__.,._.:___T,...____________________ __ _ _ _ _ /, - - • INT A , ..- - -- IN-NEW-COMPOSITE'UNER ^"`-�_�- ;� ! 1 I ♦ LEXI a :Y LINER. SEE CLAY- ..._. 1 - LINER CONNE DETAIL- --- - {� \ f (POINT A TO POINT �.�_'�� _—�---—�— --7.,''",y,..,1('�---1}"' 0 50' 100' C..."---"ALK_____________N___ \'''�.__J � ``�. _....___ -. 9 1 18" RIPRAP W/GEOTEXTILE f 1.1.1.111=1011.4 ~� (12'x30') 711 • NOTES' O _ \ 1 �, _% -.. 1. ELEVATIONS SHOWN WITHIN UNER UMTS INDICATE PROPOSED NEW LINER LIMITS ; F - . . r ' PROPOSED TOP OF COMPACTED CLAY UNER. cI(�/} 2. REMOVE ALL FIRE DEBRIS AND OTHER UNSUITABLE MATERIAL I �� . -s WITHIN THE CONSTRUCTION AREA. THIS MATERIAL SHALL BE ` ; • "�_._ _____-�� \\\ STOCKPILED IN CELL FY09 SOUTH OF THE RECONSTRUCTION I I `f -� ..�- / "'� AREA OR AS DIRECTED BY ENGINEER. fl 1 '"- ---�~- - - • 3. PROPERLY MANAGE LEACHATE FOR DURATION OF PROJECTI I PRO (MATE EDGE OF FIRE DAMAGE :PROPOSED FIRE DEBRIS IN ACCORDANCE WITH SPECIFICATIONS. / f \ I `STOCKPILE LOCATION \ 10/ `<-.. \ 11 N I j, \\ I: s 1�TIE INN COMPOSITE-LINER TO EXISTING. a- f ■ 'EE COMP+ ITE UNER CONNECTION DETAIL , 1 I i • POINTE • POINT F) -_-..-- KEY NOTES: ' r ♦♦ _ ACCESS RAMP / ///I S ® WITHIN TRENCH AND SUMP DESIGNATED AREA. REPLACE OVER BERM® \ •{ / `fir��i�...J-../� i ENTIRE 4-FOOT THICKNESS OF CLAY UNER AND 6-INCH ` I L THICKNESS OF GRANULAR DRAINAGE LAYER. SEE TYPICAL T UNER SECTION DETAIL AND CELL SEPARATION HEADER 4 TRENCH DETAILI Tm \ I1 SEE CELL SEPARATION DETAIL. .f Q2 FOR PORTIONS OF CELL RECONSTRUCTION AREA OUTSIDE _ (POINT A TO POINT 8) ' OF DESIGNATED TRENCH AND SUMP AREA, REPLACE UPPER ' • ✓-`-� PORTION OF THE CLAY UNER FROM TOP-OF-LINER DESIGN \\\\\\1):\ SEE TYPICAL UN GRADE TO AN ELEVATION OF DESIGN GRADE MINUS 2 FEET. ' SECTION DETAIL rf PROTECT GRANULAR DRAINAGE LAYER AND GROUNDWATER Y PIPING LEFT IN PLACE. DO NOT DISTURB EXISTING CLAY • LINER BELOW 2 FT DESIGNATED REPLACEMENT LINER. SEE Y TYPICAL UNER SECTION DETAIL. ; I r t r!' / I r I Q3 BENEATH THE FORMER TRENCH OUTSIDE (NORTH) OF THE I / 8' CELL RECONSTRUCTION AREA, REPLACE 6-INCH GRANULAR ? I I / E i DRAINAGE LAYER. BACKFILL TO PROPOSED DESIGN GRADES ; ' WITH COMPACTED CLAY. " I i �, ® CONSTRUCT SOIL ACCESS RAMPS OVER CELL SEPARATION x BERM TO ALLOW ACCESS BY LANDFILL EQUIPMENT. 30 FT I I I - 4,.----- ,.. f 1 • WIDE, NOT TO EXCEED 101E SLOPE. .: ACCESS RAMP (� : 0 a OVER BERM® r /- •I•� I \ i dt& g. I �� f V 1 lili ♦ •- , •-ALL . _. e POINT B -- �i ,0111, 4,00; I I "T711 r.. ' .�� ♦ (:. F11dAC ~ E DITof, � ' u r in STRUCTIO�d o SEE CELL SEPARATION �j ' ' ��' �, ' /'' HEADER TRENCH DETAIL. /� �� 1 ( ' .. 1 (POINT B TO POINT C),..., i� f /- , ..... ..„:-......„ ._<,....--:-,.. , , ` p .�� .� i /1' / ,400 7 . / -1111110111111111- 4001101111.1.111.11 (4401:1.1„ 04,40 CAi rte. Q / / d , ..../„.., I ---..t..} /- t ____17:*)/ \/)) / ,„ ; // , A ..,,, ,,,,,,,- '''''' / / / i / , / 1 / / § ...- ---------\\ , ' \ -------- ------ '•---:":7:1.."....' ,..-''''''''''.....••'''.......-',,--.° / ': fr. DRAWN BY: JPC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION FY09 CELL RECONSTRUCTION SHEET NO. APPROVED: JESJOB NUMBER: 20100062.04 1 1/11/13 ,JLS ISSUED FOR BIDDING 1+.6 HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 4 • 1/1 CAO DATE: 1/11/2013 12:11:49 PM FINAL GRADING PLAN 1 CAD FILE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\04_GRADING-PLAN.dwg HRGreen IOWA CITY, IOWA _ x 1 - :,,1,_,_.:1_1:_1..II..,.-... i.:- (0 -----__________) 0 100 �`-�-- ,- -----_ ~�- _ _ _ )f. f ter_-:) �_ �`�` -_ -�� -- :11 ��2L 3 ,144irtrri 1 NOTES `� __ i I J 1. COVER LEACHATE COLLECTION LAYER WITH LANDFILL WASTE r�o •� 4... ...-1 ��-- ...— i .t. �.. MINED FROM SPECIFIED WASTE SOURCE AREA. THE BOTTOM -.... ..._-- I - - 1 .r i ` 5 FEET SHALL BE SELECT WASTE. NON-SELECT WASTE ��� �...� - 1 ` _'�'-'�' + '� -" d ( IO c4 I �,.::j". : �. l e r — MAY BE USED ABOVE THE SELECT WASTE LAYER TO REACH I J �:-. �i i_- `, PROPOSED WASTE GRADES. THE AMOUNT OF SOIL OR { OTHER OBJECTIONABLE MATERIAL SHALL BE MINIMIZED TO ( I I I ` 1 Jl�--- I �� ,r THE EXTENT PRACTICAL AS DETERMINED BY ENGINEER. i1 + i — _ — /_ -� i 2. DESIGN ELEVATIONS SHOWN ON DRAWING INDICATE TOP OF ( r ''--- - 3. HAUL ROADS MAY BE CONSTRUCTED ON WASTE GREATER I I / ! i,, — — — c=� \ __„ r THAN 5 FT THICK TO FACILITATE INSTALLATION. IF I •� `.- _ m )..„, ‘ \\)\ \ \' '-----„,„,...„„____ a. REQUIRED. HAUL ROADS SHALL BE CONSTRUCTED USING 1 SOIL/FIRE DEBRIS MIXTURE REMOVED AND STOCKPILED AS \� I APPROXIMATE BOUNDARY OF PART OF THIS PROJECT. : i \ WASTE PLACEMEPR . n�"' II I \ 1 1 11 ! j /i 111 ..... ...., ...-.- . , \\I i 1 ' (. , I .. _--- , ..... 7- .. 1 ! 71e/ . 7 I' '• I r , % I + - 11),„:„:„,,,„,,,,,,„:!-;,- / / i iiii e / - d ...." 64. /I / , ' i40.7.., �- s .E. -. i ,,,-- '< /'4, _..00 •,'- : . ' CA , . �, 0 ,x / - ' / II' off` ..'''.. 011:-' L' .:1,0 .l., 0'' .' f,. .1 1°„- - 40- . 0 ' . --7 ---. 1 , ,\.(1 8 , - /. (C(' / i of ,I / I ' 7 7 Icol / /+' � /-----,::1:7--//' N /, l �" /Iiii I./ /1 ill l /// / A 6 DRAWN BY: JPC JOB DATE 2013 NO. DATE BY REVISION DESCRIPTION FY09 CELL RECONSTRUCTION SHEET NO. APPROVED: JES JOB NUMBER: 20100062.04 1 1/11/13 JES ISSUED FOR BIDDING 8I-R---, HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 5 x CAD DATE: 11/2/2012 8:06:28 AM INITIAL WASTE FILL PLAN cm FILE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\05_WASTE FILL PLAN.dwg HRGreen IOWA CITY, IOWA - T —.------_4_,--__ "01 ,...._._ o ao' 100 _ i _ I - - ••• "."-------•1--"'''--."-"•----..-_....-f___ — _- 1 -Y —' IC ..y�2 1�� - ")-"\ . . - __ j L LEACHATE PIPING NOTES: ���` ' _`..... �� _—_-__ I I •( -,�, I _ - _ _... T 1. REFER TO PIPING AND STRUCTURE SCHEDULE SHEEP FOR -. ��_ _ —J• ;4 -I^ PIPE COORDINATES, GRADES AND INVERT ELEVATIONS. - - - 2. PRIOR TO CONSTRUCTION, VERIFY ELEVATIONS OF EXISING I 0 r/1 a I 1 ... PIPING AT LOCATIONS OF CONNECTION TO PROPOSED I �`` ` ` !I I /� I I I - PIPING. 111 !-'v/ I 3. PROPERLY MANAGE LEACHATE FOR DURATION OF PROJECT I �__ 11 I I )/L I - IN ACCORDANCE WITH SPECIFICATIONS. ' I �� �I f r I I II ©Is... I I r,PLAN NOTES: ~ ` ` 1 C _ I1\.""•-------_.1,,,...../—",....„..._ 1 01 REMOVE EXISTING PIPE PENETRATION STRUCTURE AND \ + - --� �I E. REPLACE WITH NEW, SEE HDPE PIPE PENETRATIONIDETAILS. • -., . I1r t 02 FOR GENERAL PIPE CONFIGURATION, REFER TO LEACHATE I I I .I ' I I- �l COLLECTION SUMP LAYOUT. NIIIII! A k 03 REMOVE TEMPORARY HOPE PIPE FROM EXISTING LEACHATE - LATERAL (AT CELL BOUNDARY) TO EXISTING NORTH-SOUTH I ) _ t i--/ LEACHATE HEADER LOCATED BENEATH FY09 LINER. �,---�- -1\----\.... ' . i REPLACE EXISTING TEE SECTIONS AT LEACHATE HEADER I i� \ e WITH 8' DIA. HDPE SDR-17 SOUD PIPE AND CONNECT C , \ WITH MECHANICAL JOINTS. I •E. \ -)� \ 04 PROVIDE MINIMUM 3 FT SOIL COVER (MINIMUM) OVER I (jI\ \\\ ��' \\TEMPORARY HOPE PIPE THAT CONNECTS LEACHATE ■LATERAL TO LEACHATE HEADER LOCATED BENEATH FY09 ' ��F��' \\/LINER. =• _--`1_:TOS CUT AND REMOVE PORTION OF EXISTING LEACHATE I I �� ' \\\ �i� CLEANOUT PIPE AND RISER ACCESS COVER LOCATED IN / �'7� AREA OF LINER RECONSTRUCTION. TEMPORARILY CAP PIPE moi'( ' I I LEFT IN PLACE. REPLACE CLEANOUT PIPE AND RISER • I i i ) \ ' ACCESS COVER FOLLOWING LINER RECONSTRUCTION. ' - moi' \ © REMOVE EXISTING PIPE (L-11, L-27, AND L-28) REPLACE ,/ / I - i a WITH NEW FOLLOWING LINER RECONSTRUCTION. I ' '�� i� 07 INSTALL CLEANOUT WITH NON-PERFORATED LEACHATE PIPE I �� ` \I ��� UJ /, TO 2 1/2 FT ABOVE FINISHED GRADE. SEE CELL ' ��F I, . \ �i/ < .,. o SEPARATION HEADER TRENCH DETAIL. MARK LOCATION OF i /�!� ,...„:.;,, _. .a CLEANOUT USING 8 FT METAL FENCE POST WITH ORANGE 11 6�� �',� s '� �/, 6 SAFETY FLAG. I I Ti I © \ 0 (1:3),.:., i •J - ��" Q / . 0., . ...._.• \,, ... .... ‘ .ii, I 0 ••••.•... • ,ty4 1. I m„„,„(_*--.:, 100' �^ �4' . 77 ' .' ., _ j__J1-----ilb:71.- ii.;•••••• ----:00)0000:".-, ri, . . _______Z,sk „/7.7)- .. // ,•pipE-1. 0 / o .LEANOUT07 !e �.* 7.- - ,( i , ,... .." k ii: , 1 y� Q / f - /� /, N' o�E it / • ..--------- -\\( // N DRAWN BY: JPC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION ,� FY09 CELL RECONSTRUCTIONiFEr NO.APPROVED: JES JOB NUMBER: 20100062.04 1 I/11/13 JES ISSUED FOR BIDDING _�. "SI) HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 6 CAD DATE: 1/11/2013 12:41:49 PM LEACHATE PIPING PLAN •:'',, 2 \ \C CAD FILE: 0:\ 0100062CAD\Owg_FY09_Recon_2013 \06_LEACHATE PIPING PLAN.dv I HRGreen IOWA CITY, IOWA CO _� - - Jam_ e. o _ Q -- a-.. LiiIF 7 o ------_,_----------,--,,,_- ---- 1.________6-- 0 _ °�_ —_ ro_--y 1.1 i ,. --- --- . I ° /.1414 ` � a II Li ❑ GROUNDWATER PIPING NOTES: --f� - `° ; ..._ — ���� ,-1;-1 _ _- 1.REFER TO PIPING AND STRUCTURE SCHEDULE SHEET FOR ` ,.. �_ I ,I►L• . IT PIPE COORDINATES, GRADES AND INVERT ELEVATIONS. I p e /u • n �. _*I •v r' ❑ a • -._.._ 2.PRIOR TO CONSTRUCTION, VERIFY ELEVATIONS OF EXISTING `�0 `` „ �•'J -- /� PIPING AT LOCATIONS OF CONNECTION TO PROPOSED PIPING. ` �/ �,/_ 3.PROPERLY MANAGE LEACHATE FOR DURATION OF PROJECT IN °` e i ,cone -� o ACCORDANCE WITH SPECIFICATIONS. 0 o �\ o 0 (4.REMOVE EXISTING PIPE AND REPLACE WITH NEW. I ``p , I° -__ ° 0 0�0 _�__.i PLAN NOTES: \ ..._..` , • 0 o1 INSTALL CLEANOUT WITH NON PERFORATED DRAIN PIPE TO \\ •i `�- `�O2 1/2 FT ABOVE FINISH GRADE USING (2) 45' BENDS AND \ 1 °6' OLA. NON-PERF PVC PIPE. PROVIDE SLIP CAP FDR END \ • i OF PIPE. MARK LOCATION OF CLEANOUT USING 8 FT �I ' METAL FENCE POST WITH ORANGE SAFETY FLAG. i I • 3 // ------ 0 0 I 4/// Icill � 0 °a ig o / 43E)) ° E ®i / 1 \\:// ,--' i� t. -t 10° -7-,rir,slaill'. .>- IP7m,, ..-- -.:10 '•,,., .;,,,..-,-7 o ` -% /� Z. I / 1°oma- � �"' �� moi- ..,••• • �. � o X t„ '- '''' ' ---' 4 rliD)4r;t 1. f: ,. '' iPIPE CLEANOUTQ� I / / / I g ---- Ai ice\ <. /• /, J yf. o ' /• N df .../ 1 / d� ' / d� J I DRAWN BY: Pc JOB DATE 2013 NO. DATE BY REVISION DESCRIPTION FY09 CELL RECONSTRUCTION SHEEP NO. .i APPROVED: JES JOB NUMBER: 20100062.04 1 1/11/13 JES ISSUED FOR BIDDING HRGI'6en.Ca11 IOWA CITY LANDFILL AND RECYCLING CENTER 7 . CAD DATE: 1/11/2013 12:17:10 PM p� �� 1 cAD nix: 0:\20100062\CAD\Dwg_FY09_Recon_.2013\C\07_GROUNDWATER-PIPING.dwp HAGreen IOWA CI?", [n.NA GROUNDWATER PIPING PLAN LIST OF LEACHATE PIPING UST OF GROUNWATER PIPING PIPE NO LOCATION CLASS PIPE DIA LENGTH SLOPE FLOWLINES NOTES PIPE NO LOCATION CLASS PIPE DIA LENGTH SLOPE FLOWLINES NOTES FROM TO INCHES FEET % INLET EL OUTLET EL FROM TO INCHES FEET % INLET EL OUTLET EL L-5A 1-5 HDPE 10 20 VARIES 692.98 INLET:2 1/2 FT ABOVE GRADE.THREADED CAP REQUIRED. D-2 D-3 PVC 4 23 VARIES 691.24 687.79 INLET:CONNECT TO 0-1(EXISTING)USING 22.5 DEG BEND. N=605327.25 SDR 17 SOLID OUTLET:CONNECT TO L-5. OUTLET:CONFECT TO D-3 USING 6IN X 4 IN TEE.22.5 DEG BEND E=2151904.74 DETAIL:SEE CELL SEPARATION HEADER TRENCH DETAIL N=605328.30 N=605227.30 SDR 35 PERF REQUIRED AT TEE.PLUG INLET END OF TEE. 1-5 L-5A L-9 HDPE 10 111 0.35 692.98 692.60 INLET:CONNECT TO L-5A. E=2151974.30 E=2151955.37 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. I ;,CONNECT TO 0-2 USING 6 IN X 4 IN TEE.22.5 DEG BEND N=605327.25 N=605228.44 SOR 17 PERF OUTLET:CONNECT TO L-7,1-8 AND L-9 USING 10 IN X 10 IN FABRICATED CROSS. D-3 D-2 D-3A PVC 6 223 0.25 687.62 687.09 RF ED AT TEE'.P�IEG INLET SND CSF 7EE• f �"? E=2151904.94 E=2151954.77 DETAIL:SEE LEACHATE HEADER/CLEANOUT CONNECTION DETAIL. N=605227.30 N=605028.80 SDR 35 PERF OUTLET:CONNECT TO D-3A AND D-17A USING 6IN WYE. L-6 L-6A HDPE 6 513 1.00 701.57 INLET:CONNECT TO EXISTING FY98 PIPING.BUTT FUSION OR MECHANICAL JOINT REQUIRED E=2151955.37 E=2152055.09 - N=605232.91 SDR 17 PERF OUTLET:CONNECT TO LEA USING 8IN X 6 IN REDUCER. INLET:CONNECTiTC3D-SAND D-16A USING 6IN X 4 IN TEE. 22.5 E=2152501.60 DETAIL:SEE LEACHATE HEADER/CLEANOUT CONNECTION DETAIL. D-3A D-5 D-3 PVC 6 6 1.67 687.19 687.09 DEG BOND REQUIRED AT TEP. ' L-6A L-6 L-6B HDPE 8 5 1.00 INLET:CONNECT TO L-6 USING 8I X 6I REDUCER N=605023.56 N=605028.80 SDR 35 PERF OUTLET:CONNECT TO D-3 AND b-17A USING 6I WYE. SDR 17 PERF OUTLET:CONNECTTO L-68 USING 10 IN X 8IN REDUCER. E=2152057.37 E=2152055.09 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. DETAIL:SEE LEACHATE HEADER/CLEANOUT CONNECTION DETAIL. D4 INLET:CONNECT TO D-4(EXISTING).MECHANICAL JOINT 0-5 PVC 4 50 1.00 693.90 693.38 REQUIRED. L-6B L6-A L-7 HDPE 10 5 1.00 696.38 INLET:CONNECT TO L-6A USING 10 IN X 8I REDUCER N=605236.48 SDR 17 PERF OUTLET:CONNECT TO L-7.30 DEG BEND REQUIRED N=605039.09 N=605039.02 SDR 35 PERF OUTLET:CONNECT TO D-5.22.5 DEG BEND REQUIRED. DETAIL:SEE LEACHATE HEADER/CLEANOUT CONNECTION DETAIL. E=2152143.82 6=2152093.82 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. E=2151970.41 0-5 D-3A PVC 4 41 VARIES 693.38 687.36 INLET:CONNECT TO D-4A USING 22.5 DEG BEND. L-7 L-6B L-9 HOPE 10 28 VARIES 696.38 692.60 INLET:CONNECT TO L-6B.30 DEG BEND REQUIRED OUTLET:CONNECT TO D-3A AND D-16A USING 6 IN X 4 IN TEE. SDR 17 PERF OUTLET:CONNECT L-5,1-8 AND L-9 USING 10 IN X 10 IN FABRICATED CROSS. 18 DEG BEND REQUIRED N=605039.02 N=605023.56 SDR 35 PERF 22.5 DEG BEND REQUIRED AT TEE. DETAIL:SEE LEACHATE HEADER/CLEANOUT CONNECTION DETAIL. E=2152093.82 E=2152057.37 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. L-8/ L-9 HDPE 6 147 VARIES 738.41 692.60 INLET:CLEAN OUT TOP. D-16A D-3A PVC 6 86 1.35 688.35 687.19 INLET:CONNECT TO D-16(EXISTING)USING MECHANICAL JOINT. LC-2 OUTLET:CONNECT TO FABRICATED 10 IN X 10 IN CROSS(CONNECTING L-5,L-7 AND L-9)USING 8 IN X 6 OUTLET:CONNECT TO D-5 AND D-3A USING 6 IN X 4 IN TEE. N=605166.62 - SDR 17 SOLID IN AND 10 IN X 8 IN REDUCERS.18 DEG BEND REQUIRED N=604944.81 N=605023.56 SDR 35 PERF 22.5 DEG BEND REQUIRED AT TEE. E=2151829.64 DETAIL:SEE LEACHATE HEADER/CLEANOUT CONNECTION DETAIL.SEE CLEANOUT AND RISER ACCESS 6=2152092.17 6=2152057.37 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. DETAIL. D-17A D-3 PVC 6 10 0.00 687.09 687.09 INLET:CONNECT TO D-3 AND D-3A USING 6I WYE. L-9 L-5 L-27 HDPE 10 229 0.35 692.60 691.80 INLET:CONNECT TO L-7,L-8 AND L-9 USING 10 IN X 30 IN FABRICATED CROSS. OUTLET:CONNECT TO D-17(EXISTING)USING MECHANICAL N=605026.91 SDR 17 PERF OUTLET:CONNECT TO L-11,L-27 AND L-28 USING 10 IN X 10 IN FABRICATED CROSS. N=605028.80 N=605018.80 SDR 35 SOLID JOINT. E=2152064.74 DETAIL:SEE LEACHATE HEADER/LINER PENETRATION CONNECTION DETAILS AND SEE LEACHATE E=2152055.09 E=2152055.22 HEADER/CLEANOUT CONNECTION DETAIL D-19A D-19 PVC 6 15 VARIES 688.56 INLET:GROUNDWATER CLEANOUT PIPE TO BE EXTENDED 21/2 L-10 L-10A HDPE 6 328 0.90 703.08 INLET:CONNECT TO EXISTING FY98 PIPING.BUTT FUSION OR MECHANICAL JOINT REQUIRED FT ABOVE GRADE.TWO 45 DEG BENDS AND SLIP CAP REQUIRED. N=605031.77 SDR 17 PERF OUTLET:CONNECT TO L-10A USING 8 IN X 6IN REDUCER. N=605552.34 SDR 35 SOLID OUTLET:CONNECT TO D-19. E=2152470.67 DETAIL:SEE LEACHATE HEADER/LINER PENETRATION CONNECTION DETAILS E=2151790.90 L-10A L-10 L-108 HDPE 8 5 0.90 INLET:CONNECT TO L-10 USING 8I X 6I REDUCER. D-19 D-19A D-22 PVC 6 149 0.25 688.55 688.18 INLET:CONNECT TO D-19A SDR 17 PERF OUTLET:CONNECT TOL-10B USING LOIN X 8IN REDUCER. OUTLET:CONNECT TO D-22 AND D-21 USING 6IN X 4 IN TEE. N=605552.34 N=605432.24 SDR 35 PERF 22.5 DEG BEND REQUIRED AT TEE. DETAIL:SEE LEACHATE HEADER/LINER PENETRATION CONNECTION DETAILS E=2151790.90 E=2151851.28 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. L-1013 L-10A L-11 HDPE 10 5 0.90 699.70 INLET:CONNECT TO L-10A USING 10 X 8 REDUCER. D-21 0-22 PVC 4 20 VARIES 691.64 688.27 INLET:CONNECT TO 0-20(EXISTING)USING 22.5 DEG BEND. N=605039.33 SDR 17 PERF OUTLET:CONNECT TO L-11.30 DEG BEND REQUIRED. OUTLET:CONNECT TO D-19 AND D-22 USING 6 IN X 4 IN TEE. E=2152093.97 DETAIL:SEE LEACHATE HEADER/LINER PENETRATION CONNECTION DETAILS N=605439.59 N=605432.24 SDR 35 PERF 22.5 DEG BEND REQUIRED AT TEE. L-11 L-1013 L-28 HDPE 10 33 VARIES 699.70 691.80 INLET:CONNECT TO L-10B.30 DEG BEND REQUIRED. E=2151868.97 E=2151851.28 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. N=605026.91 SDR 17 PERF OUTLET:CONNECT L-9,L-27 AND L-28 USING 10 IN X 10 IN FABRICATED CROSS.18 DEG BEND REQUIRED INLET:CONNECT TO D-19 AND D-21 USING 6IN X 4 IN TEE.22.5 E=2152064.74 DETAIL:SEE LEACHATE HEADER/LINER PENETRATION CONNECTION DETAILS D-22 D-19 D-23A PVC 6 450 0.25 688.10 687.09 DEG BEND REQUIRED AT TEE. L-26/ HDPE 6 69 VARIES 730.37 708.59 INLET:CLEAN OUT TOP. N=605432.24 N=605030.08 SDR 35 PERF OUTLET:CONNECT TO D-23A.22.5 DEG BEND REQUIRED. LC-7 N=604782.02 N=604810.72 SDR 17 SOLID OUTLET:CONNECT TO EXISTING CLEANOUT PIPE. E=2151851.28 E=2152053.33 DETAIL:SEE GROUNDWATER HEADER CONNECTION DETAILS. E=2152042.95 E=2152101.30 DETAIL:SEE LEACHATE HEADER/CLEANOUT CONNECTION DETAIL.SEE CLEANOUT AND RISER ACCESS D-23A D-22 PVC 6 10 0.00 687.09 687.09 INLET:CONNECT TO D-22.22.5 DEG BEND REQUIRED. DETAIL OUTLET:CONNECT TO D-23(EXISTING)USING MECHANICAL L-27 L-9 HDPE 10 87 1.20 693.65 691.80 INLET:CONNECT TO EXISTING FY09 LEACHATE HEADER. BUTT FUSION OR MECHANICAL JOINT REQUIRED N=605030.08 N=605020.08 SDR 35 SOLID JOINT. N=604945.03 SDR 17 PERF OUTLET:CONNECT TO L-9,L-11 AND 1-28 USING 10 IN X 10 IN FABRICATED CROSS. E=2152053.33 E=2152053.47 6=2152092.24 DETAIL:SEE LEACHATE HEADER/LINER PENETRATION CONNECTION DETAILS D-25 INLET:NORTH TERMINATION OF DRAIN LINE.MANUFACTURER D-26A PVC 6 582 0.25 688.55 687.09 APPROVED PLUG REQUIRED FOR INLET. N=605551.85 N=605031.85 SDR 35 SOLID OUTLET:CONNECT TO D-26A.22.5 DEG BEND REQUIRED. E=2151789.79 6=2152051.44 LIST OF PIEZOMETERS 0-26A D-25 PVC 6 10 0.00 687.09 687.09 INLET:CONNECT TO 0-25.22.5 DEG BEND REQUIRED. Pipe No Location Class Pipe Dia Length Slope Flowlines Notes OUTLET:CONNECT TO D-26(EXISTING)USING MECHANICAL N=605031.85 N=605021.85 SDR 35 SOLID JOINT. From To Inches feet % Inlet El Outlet El E=2152051.44 E=2152051.60 SEE LEACHATE PIEZOMETER LP-1 AND SECONDARY HDPE 16 143 VARIES 734.29 691.03 SUMP RISER DETAIL LP-1 N=604977.61 N=605037.33 SDR 17 E=2151933.98 E=2152055.97 NOTE:ALL PERFORATED GROUNDWATER PIPE TO INCLUDE GEOTEXTILE SOCK. SEE LEACHATE PIEZOMETER LP-2 AND HDPE 4 199 VARIES 732.40 701.40 GROUNDWATER DP-1 DETAIL LP-2/LC-9 N=604991.65 N=605074.33 SDR 17 LENGTH INCLUDES TEE AT THE BOTTOM E=2151928.20 E=2152095.59 SEE LEACHATE PIEZOMETER LP-2 AND HDPE 4 156 VARIES 730.93 687.71 GROUNDWATER DP-1 DETAIL DP-1/LC-10 N=604999.39 N=605061.99 SDR 17 LENGTH INCLUDES TEE AT THE BOTTOM E=2151911.59 E=2152036.33 ✓ DRAWN BY: JPC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION FY09 CELL RECONSTRUCTION SHEET NO. I APPROVED: JES JOB NUMBER: 20100062.04 1 1/I1/13 JES ISSUED FOR BIDDING 143) HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 8 5' CAD DATE: 1/10/2013 3:53:44 PM - PIPING & STRUCTURE SCHEDULE 1 CAD FILE: O:\20100062\CAD\Dwg_FY09_Recon_2013\C\08_SCHEDULES.dwg HRGreen IOWA CITY, IOWA STORM WATER POLLUTION PREVENTION PLAN Al contractors/subcontractors shall conduct their operations in a manner that minimizes erosion and prevents sediments from leaving the project limit The prime contractor shall be responsible,for compliance and implementation of a 2� '� the Pollution Prevention Plan s(PPP)for their entire contract. The responsibility shall be further shared with subEl - contractors whose work is a source of potential pollution as defined in this PPP. „w 1. SITE DESCRIPTION \ r-a Tis Pollution Prevention Plan(rPPP))is for the FY09 Cell Reconstruction Project inq Iopwwa C"ty.Iowa. — —The PPP covers approximately 1.5 acres with an estimated-21.3 ones berg disturbed. /;17/7.----7„:„.7,----2--,.. 1iv �/ 1 ,� • / 1 E;,..,_ -_ _.-_... .- ""'..•� '�� (n. // The PPP is located in on Oreo of Type 6 and T pe BD soils. The estimated overage SCS runoff curve • ' �l%'r/ r +.r. I r I i number Tor this PPP after completion will he ( � )\, +�r� � '� �'i�� �� 1 i / / I I ditch r 1 , I'4 /'-�\ 1�e // r Refer to the plans for the FYC19 Cell Reconstruction Project in Iowa f tv Iowa for locations le t the copes 4 1; f � ✓t���, t/ /// anodes,and major structural and non-structural controls. A tory of this plop will be on fik at the protect engineers %,r ` r / i(((t I P t•' rL� l' ( t / Office. Runoff from this work will flow into an unnamed tribute of Old Mons Creek. /j/` \ / /`�� T ! ,76 F, 2 (ii� :y14I IPOTENTIAL SOURCES OF POLLUTION norted �� ��� { 1 _ J �. t,w,� �. fli Slte sources of pollution generated as o result of this work relate to silts and s diment whichmay be tro sp // E fl9saresultofastormevent.However,thisPPPCrovidesconveyanceforother nonprojectrelated)o�eralians. \ , �� I\� i�l �< 1 Y— j, iiiiiiiii/-: 3I these other operations havestormwaterrunoff,the regulation Of whichisbeyond the control of this PP. i. .07:- `, i Jil ,•; R `'-1F ► ++ I f � t1 Potentially this runoff can can contain various pollutants related to site-speciFic land uses, Examples are: y f _�,,...y t`_ l� (: i (( i 1 rr__� ,r i ) f t1 Rural Agricultural Activities: Il�/ `� !w .. / r / r __J III i I Runoff from agricultural land use can potentially contain chemicals including herbicides,pesticides,fungicides .i l 111 j I till /�/� f,,,._.._ and fertilizers. y 1tit&y�, y `.._I11►`--" / f - Commercial and Industrial Activities: �' -� !� tilk 1) I/'Runoff from commercial,industrial,and commerce land use may contain constituents associated with the specificif /o no4tion. S hnotions oresub'ecttotentiolleaks andspillswhichcouldbecommm ledwith,run hefrom / ��+ � —r s �_ :.✓.._��-_ ,� � _ the taeik. Pollutants associated with commercial and induziiof a i,'„t are not readily aveiloble since they ....- -r''•- �'- ��'�-- .e-^ w,./�" �"=:�i'� �+ I 2,1. © I_ _ -- -- "` are Doll proprietary. _ __ ' " A 2. CONTROLS Add �\ '/� — — At locolions where runoff can move oNsite,silt fence shall be placed along the perime r of the Areas to be f� _/ -� ``. _.-J `_-�' --,- -3-= I -, to _ il disturbed prior st beginning re pr excavation re clean and grubbing de,addns, V tfenc m areas not �( / r eded for consWchon shall-be preserved. As areas read their final grade,additional sit fences,silt bas'ms, � �,� , L,� -ea D �^ _ ,-- .� - /'' � - - - '^ _ = 1;; i ercepting dit hes,and letdowns shall be installed as specfied in �¢i -' _ :_ , the Ions and or as required b the roed engineer. This will include using silt fence as ditch chec and to Z✓/✓,¢ `� .E 1 // .- -` ` _ i tl I if\ protect intake Temporary sgradiing red. shall pe com In of as the disturbed areas are constructed. N ` �'"-- •- /�� -..,,, 1 e.w. �� zso••-� --�" �. _ co strut ion activity Is not tanned`�o occu�in a disturberP area for dl least p1 da the area s II be ��% % ham""'"- '� \/ _ a _ " pi;04, stabilized by tempdrary seedin or mulching,within 14 days. N0 more than 750,00( sgaare feet Qf exposed erodible ,;/ ` , ��,L� ,--. }t (....... 7.1.:,:i. s.� ' 1 . '"�/''� - -` }'r 1=- area is allowed in any one gr�ding spread wdhoul permisslon of the project engineer. Other s ab,bzing methods / •..�~�� f.._ `-I J, ,, j ,, J,,'_ I �.... Tt,t;•jt shall be used outside the seeding time period. " �v \t �"� -_. t'; "._✓- $:. .:y'""---f ,'->rv,, ,1 A II ' 11 // This work shall be done in accordance with the contract documents. • -` i 'A' - 1 - 1 r As the work progresses,additional erosion control items may be required-as determined by the engineer after field `'".- �•, ! J - �!s]_ r ''!'��M� t �tl tl t }1 investigation. These may be items such as letdown structures sod stabilization mats and other op ropnate ,. * ''s � ___ Pla4 {' -.fl (�I,{ t},i;�1: 1 measures to be installed by the paving or erosion control cont as directed by The engineer. The of ell ,f%. V.111 - --._^ - � 1.q U r� 1 i,r'�t ��, control contractor will complete the construction with the establishment of permanent perennial vegetation1 Q t ` =" I disturbed areas. 11. E `'`u;� 477-'-=J - - ;.1 1 `✓' v ' 1 t'11 il 4l t 1 \ .. 3. OTHER CONTROLS }1\\"\\\\\ t II1 �9 ,‘ -.4N,,.., �•+..- .?� / i— r/ Iy I,I\'. I 'kill Contractor disposal of unused construction materials and construction material wastes shall comply with aplicable \` '� -( _, .`.__ _,_-r - (it`� -"'''r L It jt ut1'I S ' 'ytII 1, state and local waste disposal,sanitary sewer,or septic,system regulobons. In the event of o conflict withother �r � ` - l t t w �`. _ / ill �; ti governmental laws,rules and regulations,the more reslnc rve laws,rotes or regulations shall apply. ,-• \ ------ - C. tEj com-' ( t 11}41,1 1 APPROVED STATE OR LOCAL PLANS: r /moi ;f ! L�,`'I" �: -- �tt tt { - �j >�, t t, ,Iii 11` During the course of this construction,it is possible that situations will arise where unknown materials will be If \1 it 1t _.�._ nye ! encountered, When such situations are encountered,they will be handled according to all federal,stale,and local ` j �'i�i,•; (JrC/V ...,, =-- -,- — 1't, , ' I - t 1 114 regulations in effect a this time. 'N.2, i." t \\J 4. MAINTENANCE ti �� _"" \l .�, { ® { { Al .ll ! � \', ,i h,„,...I ,{11 l I I ISI i l The contractor is required to maintain all temporary erosion control measures in proper working order,including ti� 1 i ` _ "'r `z\ �' i' f/'/��I'r i I }{Ittt I4 ttlt L cleaning repairing or replacing them throughout the contract period. Cleaning of sett control devices shall ,t\, t,, *'� \'v i•, \�` l ,�>� , I �1 tit t t ,''� in when the features have lost 50%of heir capacity. t \\ ;.,. \S `1,•S\ l 1 j I I.t}'131 ' 5. INSPECTIONS / t } 1rt I II '• \ © �^ • :�� ( c�& IIS alt 1 1 i Inspections eholl be made jointly_by the contractor and the contracting authority every seven calendar days and tit*,‘,.. �, , ` "f } ,yafter each r ineverd that I 1J2 or•greater. The contractor shall immediately begin�orteative ion on all �� \ \�• � l , 1 deficiencies�ound. The findings of this ins tion shall be recorded in the project diary. This PPP may be ` � l •���;,• �i _i_. S f i4„.71::- h� ` ,�M,���� � _ _ -.11-) � ',I \;)1 revised based on the findings of the ins ion. The contractor shall implemen all revisions.MI corrective ! _ { shall be completed within 3 bale do days of inspection, h,: .� �"�' '. • '\\,, • N --- actions _ C ,'' , < . 1 1 i 1 } '\ �r. -_ ,1�l �+�{ "� ' . 6. NON-STORM DISCHARGES ` � t /"'•l I, `"`�..,,, f U i r r 1�} i cttf!,tt 1{` l This includes subsurface drains,(i,e.longitudinal and standard subdrains)and slop drains, The \'; / ' I /rgee lass A stone or � \ � il' \I ��I��;131 i; �_ --` rev s 4 It li1l ! .W erosion stone. :,\ „,... .4111—J \ / / ,v, , 1 a\ \\\ ''j • 1 . . c I S EROSION AND SEDIMENTATION CONTROL NOTES: PLAN NOTES: I '/ \ �\W � \., �... GYf. / I ; \- ��_ ,«--/,,.'- / JI'l i II • I �l \ E ( ` e \` � / � \ � /! � l II 'III ' la E 1. COMPLY WITH NPDES STORM WATER O SEEDING UNITS; CONTRACTOR TO SEED •` \ l ` k\ �•i:\`\r O �„ /`.i' / ;' j)- _ ;��"j'` 1 1 i �J 5 141 Hill I! rl f r(1* 'S� IDISCHARGE PERMIT. THIS INCLUDES ALL DISTRUBED AREAS. THE TOP SIX INCHES < !�\ � • -"•-.. l r%i � _- ` � I II�Er REQUIREMENTS FOR TEMPORARY OF THE DISTURBED AREAS SHALLL BE t �' 1 ( J.4i -•�._.... -( ; I i � �EROSION PROTECTION AND PERMANENTFREE OF ROCK AND DEBRIS AND SHALL C � I 1 1 ---�---r r ` IIECOVER FOR EXPOSED SOILS. COMPLY BE SUITABLE FOR THE ESTABUSHMf7JT ;.-- `___ ,\\ ji( N'\ - "‘ 1•' I, ; ,.=.; jI +$ t ! \ IaWITH STORM WATER PREVENTION PIAN OF S®, SU&IECT TO THE APPROVAL OF r_' \\ 1ji " ifF ! _ GI ( �.`� �`�:, / / j jAND AMEND PLAN WHEN NECESSARY TO THE ENGINEER. a +�'�-•- sr.� } _ �--- 1 t(1F1 I-a MAINTAIN COMPLIANCE THROUGHOUT THE �, '`--�f_-'� ` !- - - ,Li - -CONSTRUCTION, O INSTALL SILT FENCE; SEE SILT FENCE \ZF �. - ' J! l `t2 DETAIL. REMOVE AND DISPOSE OFJ ��,'� tIa � t 1' J y t ® I 11fi., I 1. `; 3. ADJUST SEDIMENTATION CONTROL EXISTING SILT FENCE AS NECESSARY. /�,5� �; .r• ig+\ \� ; ' Le I' ,; ./ 11 _ j' I ( III I +r;I.(" !r MEASURES TO MEET FIELD CONDITIONS AT REMOVE AND DISPOSE OF ALL SILT �__. ' -.. i t,hi - - / I I I 1 - -.._. ��\.-.\\�. tSJ'{`.,.". .-r�.�,r... „ ir flill(I iFF 1THE TIME OF CONSTRUCTION AND INSTALL FENCE AFTER VEGETATION IS -'PRjOR TO GRADING OR DISTURBANCE OFESTABLISHED UPON APPROVAL OF -fes `�' -- it ( /� 8> ++! i !illrll S' SURFACE MATERUtL ENGINEER. ; L / / / l �' t J\� 1 '� f�_o moi I, fI ,,l4, THIS PLAN DOES NOT RELIEVE CELLRECONSTRUCTION AREA, SEEDING ` ` q 1r, J •� �� v r CONTRACTORS RESPONSIBIUTES IN O NOT REQUIRED. \ �-1 ^ -�- ��-- \ -- li 1�1` i,� !RCOMPLYING WITH NPDES PERMIT ANOj �,� ` ,� �I , i� �"- �„ � �� /jl7 OTHER PARTS OF THE SPECIFlCATIONS. ® DCISTING TDA STORAGE AREA . � -:'�. \�` .,_�,. I - _ : yi �,/ \,CONTRACTOR TO CLEAN AND SEED AREA - _ � A J „ - %5. THE CONTRACTOR SHALL NOT DISTURB AFTER REMOVAL OF TDA. v � _,�_'. -4� l _ •'''�� I_"„ i .�. _ -_ - "-� ��!ri" � r-(•__ m DESIRABLE GRASS AREAS OUTSIDE OF + 1 �� ' 1 THE CONSTRUCTION LIMITS. DESIRABLE O SOIL BORROW AREA. GRADE TO DRAIN .IIY°'••-�. - �-' ���,�• :a 1 I _ ---- ._._-----1. $ AREAS DISTURBED SHALL BE RESTORED AND SEED DISTURBED AREA. ' 'r \ -•'' /� V L AND SEEDED AT THE CONTRACTOR'S ° , ��_ ! e �, ‘ \�`, Z t4 �4 _..--- = ` I-" .110 fir'd 0 6. DAMAGED SILT FENCE DUE TO \ f - CONTRACTOR'S CARELESSNESS OR • )()(�' -k.\ L '` /� ' / FAILURE TO CLEAN SHALL BE REMOVED �"�1 f/l� , 6 _ _ __ _ -,�. �"`"— __ _� ,. r AND REPLACED AT THE CONTRACTOR'S i t}\� l _.,�I �r ! - ��_r� ��� ''._ 't '''' C„� .' `" - . �\ dr 4e f`-s - - EXPENSE. �_ _ A � y���i I) _ � � �- -..Sw" - ) }, `''�' r ! JAli r► ' w-=. \ f 2' /,l 111 �,�I 1,. 1 `\ �F I// /JJ/} I 1J 7. ANY HAUL ROADS CREATED BY THE I„ '''''V a I :i CONTRACTOR SHALL BE CONSIDERED !I31 % i { _ ,, f 4 DISTURBED AREA REQUIRING SEEDING. / ,\ oDRAWN BY: JJC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION - FY09 CELL RECONSTRUCTION SHEET NO, H+*APPROVED: JOB NUMBER: 20100062.04 1 -1/11/13 JES ISSUED FOR BIDDING ) HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 9 1/1 x CAI) DATE: 1/10/2013 3:56:33 PM STABILIZATION PLAN `E CAP FILE: 0:\20100062\CAD\Dwg_FY09_Recan_2013\C\09_STABIUZATION.dwg HRGreen IOWA CITY, IOWA x FY 9 EXISTING RECONSTRUCTION OVERLAP GEOCOMPOSITE AND SEWE ANENDD OF L(5 FY09 RECONSTRUCTION FUTURE EXTRUSION WELD 60 MIL ffi o HDPE CAP SHEET WITH POSITE. HOLD IN PLACE WITH SAND BAGS AND COVER _ WITH TIRE DERIVED AGGREGATE. 30' TYP. GEONET/GEOTEXTILE COMPOSITE o ' 'SEE MOTE 2. - , • `� 60 MIL HDPE 10' i, 6' (TYP.) GEOTEXTILE CLAY LINER UNER-\_ _ 1 EXISTING CLAY UNER PROVIDE SOIL FILL FOR -—- — — •- — — PROTECTION OF GEATERIA ETIC ' MATERIALS. THIS MATERIAL 1111PPOCOMPACTED FILL ` �l THICKNESS IS NOT SHOWN ON . ' FINAL GRAD G PLAN 2 2� ') 2 2 LEACHATE COLLECTION LAYER 1 4' X 8' SHEETS OF PLYWOOD r PERIMETER ELEVATION (TYp-) (TYp-) PACED OVER GEOCOMPOSITE / A PER FINAL GRADING PLAN 1� �1 GEONET/GEOTEXT1LE C12 INCH THICK BENEATH SOIL BERM) FOR ENTIRE LENGTH OF SPLICE; COMPOSITE (THIS_ WILL BE REMOVED IN THE F //AV/A•• /�//A, • 3' - EXTENSION) FOR LINER GRANULAR DRAINAGE LAYER 2 FUTURE FORANCHOR TRENCH _AILON SLOPE KEY IN NEW CLAY UNER TO EXISTING 2' SEW END OF IN STEPS: 9" VERT., 24' HORZ. 2' \. • ., 60-MIL HDPE GEONET/COMF��TE GEOCOMPOSITE AND CONTINUE WITH GEOTEXTILE. NOTES: BACKFILL TRENCHES WITH COMPACTED CLAY GRANULAR DRAINAGE LAYER 1. DETAIL SHOWS CONNECTION OF PROPOSED FY09 COMPOSITE UNER TO EXISTING CLAY LINER OF COMPACTED SOILCELLS, FY98 AND FY02. REMOVE WASTE AND COVER SOIL TO EXPOSE UNER CONNECTION AREA. \-60 MIL HDPE . 2. INSTALL CONTINUOUS DRAINAGE(GEONET/GEOTEXTILE COMPOSITE AND TIRE DERIVED AGGREGATE) CELL SEPARATION DETAIL LAYER DRAINAGE M LAYER STING MATERIALRTO SHALLROPOSED UNER. ALL NEW BE COVERED WITH SELECTAND EXPOSED WASTE. DO NOT COVER LEACHATE COVERWITH SOIL. ANCHOR TRENCH DETAIL SCALE: NO SCALE SCALE: NO SCALE CLAY UNER CONNECTION DETAIL SCALE: NO SCALE FY09 RECONSTRUCTION FUTURE SOIL BERM OVER HEADER 6, ( ) TRENCH TO MATCH BERM ON m FY09 EXISTING FY09 JU‘G�4�G�\rr��rr�rr��q�rJ�4�\G�4�� ��6�4�rr��rr��6��G��rr��Jr�G�4‘Jr�0�J� SLOPESEPARANDCELL FLOOR s RECONSTRUCTION (NON-DAMAGED) r�ir�`i?ii�4��ir��i��i��i�i��i�i��i��J� SELECT�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i�i� w CLEANOUT PIPE WITH �q`�q�q�q�ir��ii�i`�ir��q�i�G�G��ii��ir� WASTE'�O��ri�O��O��rT�ri��ri�ri��ii�?��ri�r%4`�i`4��G��ri��i�� Z THREADED HDPE CAP FUSION WELD NEW 60 MIL r�ririri4iJ!r rim rQ4�4�4� rd�ii�G�ir�ii�ii�ii�ii�ii�0�4�J�00ri�06G 2 (TYP.) 1' 2 (TYP.) 7 j GEOMEMBRANE TO EXISTING TOP OF 1 F 6' 1w OVERLAP AND CONNECT 12" TIRE DERIVED AGGREGATE HEADER (MIN) 2 5. GEON /GEOTEXER PER T SPECLE IFICATIONS. COMPOSITE LEACHATE COLLECTION LAYER TRENCH o GEONET/GEOTEXTILE COMPOSITE EXISTING GEONET/GEOTEXTILE \\ \\\GEONET/GEOTEXTILE COMPOSITE\\ � w .• •'•• • 1 • I �-`I f• H I COMPOSITE. 60 MIL HDPE GEOMEMBRANE �•• • I:.I II I I I fy. I I I I• CLAY LINER 60 MIL HOPE ������------------EEEEEEXISTING 60 I.I I I I I I I I I 114 I I I I I I III SOIL FILL SOLID SOR-17 10" DIA. UNER 15' IL HDPE V/1/ //////// I.I I I`I I 1 I I I I I I"i�I- - -�I I Y i —�,-, HDPE PIPE � —.2COMPACTEDCLA�//� ��� • �. •�• • •,�. GEOTE%TILE • 1• I1///�// i/` 1,.• • 11i I 1 I 1 111l f-0 I 1-/AI I 1 Imo• SEE TEMPORARY �"�"/®y��'1 /5 1 ]E PIPE PENETRATION •. r /� f�//// Y/ © // -1 I I I I I I�I I L1.���.1 I �.�.I F I%I I• DETAIL COLD BEND AND/OR USE /::::.:::::::::::::-::.:.•:-::::.: r.:,..:.-......:.:::::..:::. .r_ .. ._... COARSE DRAINAGE STONE O1 _ :?: .::�:: FABRICATED BENDS. COLD BEND `II�I�II�I�Iy ��I I I I LL►.� SHALL BE NO SMALLER THAN // ULAR DRAINAGE AYER>%`: "`6` GRN , ,._y...._�,�•.,• e ..................................... ..................................._ �.._..: 5.. ..,.......,, _ _•: i. 15 FT RADIUS. KENO NOT TO � ..........-....................... ... ..................... I • 1��I.1�I IY�I=I-I-I'1-I-I-I'I'I'hI I I I LI.I.I. —I J/ilY/,h• !�C` Ai ..........:........:..................... ..................................................................................................................... ...................................................................................................................................... . . . . . . �lX/\/.X./X/- ''''�\X,\X�, L 1 I • • 1 I I-► I I-`I• I I�11}`'I I f• Il I •,I/-• EXCEED 22 1/2 DEG t EXISTING CLAY UNER � � L III—I� - III-1 'j � j/i��'// /\/ij / / �/ I.1.1'1-0-0-0-0-0-0'0'0, • I I•••,•,-••••••-•;;04•00:•:.••.M.._!....0..S — I I— GRANULAR DRAINAGE LAYER \\/� �� �� R,F3LL MATERIA,. y� � � � \\ I-• • • •.i •� 4' X 8' SHEETS GEOCOMPOSITE PLYWOOD / / J / A FORCENTIRE LENGTH OF SPUCE; N STEPS: 9"VE T,UNER TO EXISTING />/i�.//,//,//..////,./2,//./",j\�A. 1 I I I 1 j A 1 / I-I A I 1 1 VOISI+I Ig I I 1 1 111_I``_�,, (THIS WILL BE REMOVED IN THE NOTES: I'a�1'v?1 ? :�3t'.a.r - <•_......w-,'-..._.t'''e-•.s''_v' FUTURE FOR FOR UNER SLOPE EXTENSION) 1. DETAIL SHOWS CONNECTION OF PROPOSED FY09 RECONSTRUCTED COMPOSITE UNER TO EXISTING Q KEY NOTES: FY09 NON-DAMAGED COMPOSITE UNER. REMOVE WASTE, FIRE DEBRIS. AND COVER SOIL TO 4' 60-MIL HDPE GEONET/GEOTEXTILESEW END OF GEOCOMPOSITE AND p1 FOR PORTIONS OF CELL OUTSIDE OF HEADER TRENCH AND SUMP COMPOSITE CONTINUE WITH GEOTEXTILE. EXPOSE ER.NER CONNECTION AREA, UP TO 15' FROM FIRE DAMAGE UNITS OR AS DIRECTED BY AREA, REMOVE CLAY TO 2 FT BELOW ANAL TOP OF CLAY ELEVATION. REPLACE ECI SUITABLE CLAY MATERIAL, PLACED IN ��• 2. INSTALL CONTINUOUS DRAINAGE (GEONET/GEOTEXTILE COMPOSITE AND TIRE DERIVED AGGREGATE) ACCORDANCE WITH SPECIFICATIONS. �� GRANULAR DRAINAGE LAYER O KEY NOTES: LAYER FROM EXISTING UNER TO PROPOSED LINER. ALL NEW AND EXPOSED EXISTING LEACHATE 0 WITHIN HEADER TRENCH AND SUMP , RE 2 AREA, ENTIRE COMPACTED CLAY DRAINAGE LAYER MATERIAL SHALL BE COVERED WITH SELECT WASTE. DO NOT COVER WITH SOIL. 1 BID ALTERNATES FOR THIS MATERIAL. THICKNESS OF CLAY UNER AND GRANULAR DRAINAGE LAYER. LEACHATE HEADER O REFER TO SPEC. SECTION 01230 O BID ALTERNATES FOR THIS MATERIAL. GROUNDWATER HEADER REFER TO SPEC. SECTION 01230 TYPICAL UNER SECTION CELL SEPARATION HEADER TRENCH DETAIL COMPOSITE UNER CONNECTION DETAIL SCALE: NO SCALE SCALE: NO SCALE SCALE: NO SCALE o DRAWN BY: JJC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION FY09 CELL RECONSTRUCTION SHEET NO. APPROVED: JES JOB NUMBER: 20100062.04 -1 1/11/13 JES ISSUED FOR BIDDING a CAD DATE: 1/11/2013 12:22:45 PM HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 1 0 DETAILS CAD FILE; 0:\ 0100062CADwg_FY09_Recon_201310_DETAILS.dwg HRGreen IOWA CITY, IOWA 2 \ \D \C\ 1 I \ I'-O" 16"X12" DOUBLE WALL SDR \ 17 HDPE PIPE I" SCH 80 PVC BULKHEAD FITTING 16"%12" HOPE END SEAL (FOR PRESSURE TESTING ANNULAR SPACE) Al MIN. 40 FT RADIUS SEE NOTE 2 6'-O" NOTES: ..`..�. . I \ I • 1. EXTRUSION WELD HOPE LINER TO BOTTOM LAYER OF SHEETSTOCK. EXTRUSION WELD CAP STRIP TO THE LINER AND TOP.LASER OF. CONNECT TO EXISTING SHEETSTOCK. TOE OF SLOPE I 2. INSTALL PIPE BOOT ANO APRON OVER P[PE' \\ -.."------ /111 PENETRATION STRUCTURE AND SHOWN). EXTRUSION WELD ANDPIPE CLAMPNOT BOOT TO PLAN I' 0" 1/2" THICK HOPE SHEETSTOCK PIPE AND EXTRUSION WELD APRON TO TOP OF STRUCTURE. 3:1 3. 3/4" THICK HOPE SHEETSTOCK PIPE PENETRATION SHALL BE INSTALLED AS A SEE LEACHATE PIEZOMETER LP-2 DETAIL I 1 PREFABRICATED UNIT. PIPE ANO LOWER PORTION OF STRUCTURE SHALL BE PLACED ON 3:1 1 TOE OF SLOPE COMPACTED CLAY LINER COMPACTED CLAY. CAREFULLY HAND TAMP CLAY MIN. 40 FT RADIUS 1 ✓ UNDER UPPER PORTION OF SHEETSTOCK TO SEE NOTE 2 PROVIDE COMPLETE SUPPORT OF THE SHEET ( 3+1 SLOPE 1,_O„ MEETINGCK NTHE SPECIFICATIONS.D A CONTINUOUS CLAY LINER 4. 18" DEEP VEE TRENCH , ___ _r� 1'-0" MIN. pjPEUTOPNANDWELD BOTTOM SUBMIT ENGINEER. DRAWING FOR REVIEW BY 18.5% `��� 5. PREFABRICATED STRUCTURE SHALL BE SSURE TESTED IN FACTORY PRIOR TO SEE LEACHATE PIEZOMETER __ DELIVERY. SUBMIT TEST CERTIFICATION TO LP-1/SECONDARY SUMP RISER DETAIL I in _ I 0113 ENGINEER PRIOR TO INSTALLATION. ;7- if' ,1 r x-• 2" 760 MIL HOPE LINER o En I Ln 0 a 4'-0" MIN 24" DEEP VEE TRENCH U I - —_ii Le. r_—_—__ <z CONTRACTOR TO VERIFY PIPE o C y.•••.•••.••••� "w LENGTH REQUIRED FOR / \ o N CONNECTION TO EXISTING. 1'-0"/ 12' PROFILE HDPE PIPE PENETRATION DETAIL (APPROX.) SCALE: NO SCALE SEE NOTE P fr- 11— IP \ 41----- - 18" DEEP VEE TRENCH / TRENCH WIDTH (VARIES) `/ HDPE SDR 17 REMOVE EXISTING LEACHATE COLLECTION PIPE STRUCTURE AND REPLACE Qi WITH NEW. SEE HOPE PIPE PENETRATION DETAIL w TIRE DERIVED AGGREGATE I a I -: COARSE DRAINAGE I U) STONE(I COMPOSITE OTEXTILE I IMEMBRANE stop '. tic`�0 .A�• •*� 0s.• slllr �i.:' 12- _j.SLo MIN. 40 FT RADIUS I -4D- fift0:••.�` •1+1.1.1� 4,0�• COMPACTED CLAY SEE NOTE 2 TOE OF SLOPE �y=l I•1 .-:�.! • �'� i .� / 2. I ii11III111I�� •,• /�—_ TOE OF SLOPE / / 6 . �-'�r� / , i�/1��� MEMI —4.- I / 3:1 • •, 3:l , i• , COMPACTED CLAY NOTE: NOTE: 1.REFER TO FINAL GRADING PLAN FOR 12• (TEP) I.TRENCH TO ACCOMODATE PIEZOMETER TRENCH DEPTH AND WIDTH. I - } GRANULAR DRAINAGE LAYER LP-1/SECONDARY SUMP RISER AND LEACHATE / 2.DRAINAGE STONE SHALL FILL ENTIRE PIPE. DIMENSIONS ARE APPROXIMATE AND MUST TRENCH PLUS 1FT ABOVE TOP OF TRENCH (DEPTH VARIES) 64 BE VERIFIED BY CONTRACTOR. P�SDR� 3.WHERE GROUNDWATER COLLECTION PIPE IS +�+ GROUNDWATER Q KEY NOTES: 2.HOPE PIPE SHALL BE COLD BENT NO SMALLER MIN. 40 FT RADIUS REPLACED, PIPE SHALL BE BEDDED AND 18•(TEP) COLLECTION PIPE THAN 40 FT. RADIUS. NO BEND FITTINGS I / SEE NOTE 2 COVERED WITH GRANULAR DRAINAGE MATH GEOTEXTILE Q1 BIO ALTERNATES FOR THIS MATERIAL. ALLOWED ON LEACHATE HEADER. / MATERIAL IN ACCORDANCE WITH THIS - SOCK REFER TO SPEC. SECTIN 01230. DETAIL 1p (TYP) a- LEACHATE COLLECTION SUMP LAYOUT r SCALE: NO SCALE LEACHATE COLLECTION TRENCH SCALE: NO SCALE EsO DRAWN BY: JJC __ JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION FY09 CELL RECONSTRUCTION SHEET NO. 7 APPROVED: JES JOB NUMBER: 20100062.04 I 1/11/13 JES ISSUED FOR BIDDING CAD DATE: 1/11/2013 12:41:09 PM I- I 0 HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 1 CAD FILE: 0:\20100062\CAD\Dwg_FY09_Recon_2013\C\11_DETAILS.dwg HRGreen IOWA CITY, IOWA DETAILS • • 6" SDR-35 PERF. HEADER L., 10" SDR 17 a ...."---PERF. HEADER 0 LA 10" SDR 17 12" SDR 17 PERF. HEADER NON-PERF I -10" SDR 17 4" SDR-35 PERF LEACHATE REDUCER 10" SDR 17 COLLECTION UNE 10" x 8" PERF. LEACHATE TEE 6" z 4" PERF. NYE AATER CROSS 10" 26 DEC A A REDUCER CROSS 10" COLLECTION UNE A A A 8" z 6" 26 DEG +" L . - REDUCER L . N■ r _ I...-: : I 10" x 8" REDUCER 10" x 8" BEND 18' BEND 30 DEC (ROTATE111111111FS M/ BEND 18 DEC BEND 18' BEND 30 DEC (ROTATE ' BEND 12" X 10" REDUCER— 1 TOP OF TRENCH) 'V M/,y w —6" SOR 17 TOP OF TRENCH) BEND '' ' • ' ' 10" SDR17 PERF o S•, SOUD CLEANOUT t S, PLAN REDUCER P LANREDUCER PLAN 8' x 6" 8' x 6" a/ • • BEND 30 DEG (ROTATE • BEND 30 DEG (ROTATE AT• TOP OF TRENCH) TOP OF TRENCH) BEND 16 DEG 1 18 DEG ----1: 1:::E3 TO TO UNER PENETRATION AND CtztvPRIMARY INTERCEPTOR O�Access SO GRC0ONNU - COJ£ • NOTE: 1 ALL GROUNDWATER PIPE INSTALLED UNDER UNER VERIFY FITTING DIMENSIONS VERIFY FIRING DIMENSIONS. SYSTEM SHALL BE FULLY BEDDED AND COVERED NOTE: AND ADJUST HEADER SEE LEACHATE COLLECTION 1. ALL REDUCERS SHALL BE MOLDED TRADRIONAL TRENCH WIDTH TO FIT WITH 6 INCH (MIN) GRANULAR MATERIAL. ADJUST SUMP LAYOUT DETAIL. LATERAL PIPE TRENCH DEPTH AS REQUIRED TO CONCENTRIC STYLE. FABRICATED OR COMPACT APPROX. 7 FT REDUCERS SECTION A—A ACCOMODATE PIPE BEND ANGLE, PROPOSED UNER NOT ALLOWED. GRADES, AND CONNECTION TO EXISTING PIPE AND GRANULAR DRAINAGE LAYER. SECTION A—A SECTION A—A LEACHATE HEADER/UNER PENETRATION LEACHATE HEADER/CLEANOUT GROUNDWATER HEADER CONNECTION DETAILS CONNECTION DETAILS (TYP) CONNECTION DETAILS SCALE: NO SCALE SCALE: NO SCALE SCALE: NO SCALE APRON 20'-12" OLA. CMP WITH LOCKING CAP UNDERSIZE HOLE STRETCHED 6" DIA. HDPE SDR 17 NON-PERF. OVER PIPE TO FORM 1" FLANGE UNER PIPE TO BE INSTALLED IN 18" CLEANOUT RISER PIPE WITH PIPE SLEEVE APRON EXTENDS BEYOND DEEP LINED TRENCH ON SLOPE, END-OF-PIPE AIR TIGHT PIPE AT LEAST 12" BEDDED AND COVERED WITH MECHANICAL PLUG (CHERNE ///� DRAINAGE STONE TO 1 FT -':!? GRIPPER OR EQUAL) ABOVE TOP OF TRENCH '' 3, CENTER PIPE AND SEAL ANNULAR HOLE SIZE: 1/2"0 �— Ai,_ VIII: .dl I SPACE BETWEEN SIDESLOPE CLEANOUT _ PIPE AND CMP WITH CONCRETE GROUT t WASTE TYPICAL8 ,_;;;,.4:--- - 461J/ PERFORATED PIPE NON-PERFORATED PIPE ��_i.w...r."A:�_. ' 1 •r• 0 0 NOTES: AO 4► ® ® , ••••�41: 1.CUT PIPE SLEEVE TO FR PIPE. EXTRUSION `, ' GEOCOMPOSffE UNDER PIPE �� 2.SUP SLEEVE AND APRON OVER PIPE. CLAMP WELD (TYP.) LINER SYSTEM 60' 60' WITH STAINLESS STEEL STRAP, THEN WELD 6" DIAMETER VARIES APRON TO LINER AND SLEEVE TO PIPE. (TMP.) PIPE PERFORATION DETAIL TEMPORARY PIPE PENETRATION DETAIL (TYPICAL) CLEANOUT AND RISER ACCESS DETAIL (TYP) SCALE: NO SCALE SCALE: NO SCALE SCALE: NO SCALE g DRAWN BY: JJC JOB DATE: 2013 NO. DATE _BY REVISION DESCRIPTION _\ FY09 CELL RECONSTRUCTION SHEET NO. APPROVED: JES JOB NUMBER: 20100062.04 1 1/11/13 JES ISSUED FOR BIDDING I- I 1J HRGreen.com IOWA CITY LANDFILL AND RECYCUNG CENTER 1 2 vizi DATE: 1/11/2013 12:43:08 PM DETAILS 1 CAD FILE: 0:\20100062\CAD\Dv/g_FY09_Reco n_2013\C\12_DETAILS.dwg HRGreen IOWA CITY, IOWA A ATTACH LEVEL SENSOR BREAKOUT BOX TO RISER LP—1 BLIND FLANGE WITH STAINLESS STEEL STRAPS OR LOOPED THREADED ROD AS APPROVED BY ENGINEER. TERMINATE LEVEL SENSOR LEAD IN BREAKOUT 16" DIA SDR-17 HOPE \ BOX ACCORDING TO MANUFACTURERS RECOMMENDATIONS. (SEE NOTES) SENSOR LEAD INCLINED RISER - TO PASS THROUGH CASING WALL IN AIRTIGHT PIPE TO BE INSTALLED IN 24" INCH 3• FITTING. DEEP LINED TRENCH ON SLOPE, BEDDED Iddigill AND COVERED WI TH DRAINAGE STONE TO I FT ABOVE TOP OF TRENCH. ' • . 4' X 8' X I" THICK FLAT low® �"�� �: 1 „A' C: STOCK WELDED TO PIPE / t� I-} • • WASTE / f'.'q: ° I i / X11 '-"I_+:i 11 • . .'•"o•o'°•o'o`"o•o, 'o'0,.04 •'o o So a', , 0 •0' o,•-0 0 o v .:s', o , ,,o I,' • • _ \ '•°,•o,°°,, -0 �o o•o • • e .. •• ••,:•o,'�••o• •o.o'o%j51 c5 ° A // �'S'' o,• o•o• '•o'o•c,o 0 0 °0 o" ,�4,* 16" 0 I SOR 17 H / �, -.7 - '''•. • •1 1 L '' ' ' --•g 1 I ill '7 �S • • (SEE SECTION A-A FOR ,�yy��1�5'�� PERFORATION SCHEDULE) / i/�+�/' • TRANSDUCER FLUSH THREADED PVC SCH 80 // /P IPE / A. //'/\ 1/2"PER 00T, 90RDEGAT IONS A4 ROWS • • \'\\/i\ /\ ' ROTATED 22-1/2 DEG. FROM ADJACENT `/\\„\ /�\\- ROW'S HOLES • 4' X 8' X 1” THICK • /' "'"''"S. ''��� \\\\\ /� COMPACTED CLAY UNER FLAT STOCK WELDED TO • • P IPE %\\i All Silt Fence shall be Installed using a Silt Fench machine. � Manual (trench) Installation may be used if phyical conditions J _ prohibit machine installation. For machine Installation, all compaction shall be accomplished by driving over each side of silt fence at least two times with device exerting 60 p.5.1. or greater. For manual installation, all compaction shall be accomplished REMOVE ACCUMULATED SEDIMENT WHEN - A a with a mechanical or pneumatic tamper. IT REACHES ONE HALF OF PROTECTION = Silt fence may be placed continuously up to a maximum FEATURE HEIGHT. INSPECTION SHALL BE �- �,, length of 200 feet. For every segment of silt fence that is o� PERFORMED CONTINUOUSLY FOR PROPER Slit Fence I'`I z• FUNCTION. Sik Force 0 „ , placed, the last 20 feet of the segment shall be flared up the Z slope to contain runoff as shown. �j -�� Install Silt Fence parallel ‘17 f_---� to the gravid contour when— �' 7Yl` � - --'required a1 islope. Q1 Secure top of engineering fabric to steel posts using cable o Flow .�� Flow ..... 41.- • �� Flow ties (50 Ib.) or wire. See back view attachment to post. i i i i i i . �' ... • • • i i i 0 Engineering fabric to be folded along bottom of trench for / 11111 USE TWO WOOD STAKES manual installation only. 1-1/8" % 1-1/L' (NOMINAL) B Existing• or Proposed Right or Way 9 OF SUFFICIENT LENGTH TO • A O For machine installation, posts shall be embedded 28 BE EMBEDDED AT LEAST 4' inches below the ground line. First and last posts of a 11111110INTO THE SOIL AT ALLSILT FENCE TYPICAL PLAN = Contour Unessegment shall be embedded 27 inches below the ground FILTER SOCK ENDS OR JOINTS Typical Installation line. FILTER SOCK USE A STAKE EVERY 24' AND 0 For manual installation, posts shall be embedded 16 CONTINUE ALTERNATE inches below the trench bottom. First and last posts of a PLAN VIEW ORIENTATION THROUGHOUT THE LENGTH OF THE FILTER SOCK segment shall be embedded 27 Inches below the trench bottom. y Steel PBe lt SILT FENCE - MACHINE AND MANUAL INSTALLATIONl0'-0" li Toe of Foreslope III POINT B I+— min. Q 111111 ® ' Be Engineering ROW II Fabric Engineering Fabric Wire or I ® Cable Ties / F, Fi°- POINT A\ POINTS A SHALL BE HIGHER THAN POINT B. POINT A VARIES EROSION CONTROL LINING - / / Fabric NOTE: = ' ® N 4"x 12"trench . 4" 12"trench 1. FILTER SOCKS SHALL BE TIGHTLY ABUTTED WITH NO GAPS. II (manual installation) (marvel installation) 'T'Steel Fence © 'T'Steel Fence 2. 12' DIAMETER FILTER SOCKS, AMERICAN EXCELSIOR COMPANY, OR Post 4'-0"min. _ Post 4'-0"min. APPROVED EQUAL 1' MIN. ��- ELEVATION / 2' MIN. ' / / \/\\\ e /\\�\\/\ /\\,\�l\\ \/ �\\\����� SECTION A-A SECTION B-B Engineering FILTER SOCK DETAIL \��/���j��\��j�/\��j//\ Grated 6,o„spots gaci g machine hing) `1 Fabric \ /\ BACK VIEW Line SII SCALE: NO SCALE ATTACHMENT TO POST II O 0 II 31' t EROSION CONTROL LINING DETAILi://-`11111111111111111111111111111- Il12 SCALE: NO SCALE SILT FENCE DETAIL © OO O SCALE: NO SCALE FRONT VIEW • E.5 DRAWN BY: JJC JOB DATE: 2013 NO. DATE BY REVISION DESCRIPTION 7 APPROVED: JES JOB NUMBER: 20100062.04 1 1/11/13 JES ISSUED FOR BIDDING 1, f�I FY09 CELL RECONSTRUCTION SHEET NO. CAD DATE: 10/25/2012 11:21:21 AM � HRGreen.com IOWA CITY LANDFILL AND RECYCLING CENTER 1 4 DETAILS E CAD FILE: 0:\2C \ C\ 0100062\ADDwg_FY09_Recon_2013\ 14_0ETAILS.dwg - HRGreen IOWA CITY, IOWA Specification No. PROJECT MANUAL FOR FY09 LANDFILL CELL RECONSTRUCTION IOWA CITY LANDFILL AND RECYCLING CENTER IOWA CITY, IOWA 2013 OWNERSHIP OF DOCUMENT This document, and the ideas and designs incorporated herein, as an instrument of professional service, is the property of HR Green, Inc. and is not to be used, in whole or in part, for any other project without the written authorization of HR Green, Inc. - y n 1:1 ;a Clj \\HRGCRNAS\DATA\20100062.04\DESIGN\SPEC_FY09_RECONSTUCTION\00001_COVER.DOC HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa CERTIFICATION I hereby certify that this engineering document was prepared by me or �-6�4�� r r:,. under my direct personal supervision and that I am a duly licensed ,,�'1 .• SC/� f: Professional Engineer under the laws of the State of Iowa. `a�G��lDA3/l� ���! � ! � Date: /�l//3 - Jon E. Scharf, P.E. LC PE-11786 ► --se Number: 11786 gtal My renewal date is: December 31,2013 44+fiv ov ��� Pages or sheets covered by this seal: ���� 2� "300P Entire Bound Document -: {— -71 • 7..�' CERTIFICATION 00002-1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa TABLE OF CONTENTS Title Page Certifications 00002-1 Table of Contents 00003-1 to 2 PART 1 —BIDDING AND CONTRACT REQUIREMENTS 00105 Advertisement For Bids 00105-1 to 3 00106 Notice of Public Hearing 00106-1 00200 Instructions to Bidders 00200-1 to 5 00412 Form of Proposal 00412-1 to 6 00430 Bid Bond 00430-1 00490 Notice of Award 00490-1 00500 Form of Agreement 00500-1 to 2 00610 Performance and Payment Bond 00610-1 to 2 00670 Notice to Proceed 00670-1 00700 General Conditions—EJCDC No. C-700 (2007 Edition) C700-1 to 62 00800 Supplementary Conditions 00800-1 to 10 00820 Additional Articles to the Supplementary Conditions Contract Compliance Program -City of Iowa City CC1 to CC8 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects R-1 Note to Bidders NB-1 PART 2—TECHNICAL SPECIFICATIONS DIVISION 1 —GENERAL REQUIREMENTS 01010 Summary of Work 01010-1 to 5 01225 Measurement and Payment 01225-1 to 10 01230 Alternate Bid Items 01230-1 to 2 01295 Schedule of Values 01295-1 to 2 01315 Coordination and Meetings 01315-1 to 2 01330 Submittals 01330-1 to 4 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 01457 Testing Piping Systems 01457-1 to 4 01500 Temporary Facilities and Controls 01"500-1 to 3 01570 Environmental Protection and Special Controls 01570-1 to 6 01600 Material and Equipment 01600-1 to 4 01722 Surveying ,.:..01722-1 to 3 01780 Contract Closeout 01780-1 to 2 TABLE OF CONTENTS u 00003-1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa DIVISION 2—SITE WORK 02058 Clay Liner 02058-1 to 4 02062 Granular Drainage Material 02062-1 to 3 02063 Tire Derived Aggregate 02063-1 to 4 02072 High Density Polyethylene (HDPE) Geomembrane 02072-1 to 12 02075 Geotextile 02075-1 to 3 02078 Geonet/Geotextile Composite • 02078-1 to 6 02232 Site Preparation 02232-1 to 2 02270 Soil Erosion and Sediment Control 02270-1 to 4 02311 Mass Excavation, Backfill, and Compaction 02311-1 to 6 02316 Trenching, Backfilling and Compaction 02316-1 to 6 02331 Waste Excavation and Placement 02331-1 to 4 02373 Riprap 02373-1 to 2 02629 Plastic Piping and Appurtances 02629-1 to 6 02924 Seeding and Soil Supplements 02924-1 to 3 PART 3—DRAWINGS Bound separately from this document. LA.) +.! 3 1 TABLE OF CONTENTS 00003-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa ADVERTISEMENT FOR BIDS FY09 LANDFILL CELL RECONSTRUCTION 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 12th day of February, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals 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 19th day of February, 2013, or at a special meeting called for that purpose. The Project will involve the following: FY09 Landfill Cell Reconstruction at the Iowa City Landfill and Recycling Center. All work is to be done in strict compliance with the plans and specifications prepared by HR Green, Inc., 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 r-.� provisions of this notice and the other contract Vie; 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 .aka tabulation of bids is completed and reported to the ; City Council. : HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 16, 2013. Liquidated Damages: $2,000/day. 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 the Office of HR Green. Inc., 8710 Earhart Lane S.W., P.O. Box 9009, Cedar Rapids, IA 52409- 9009, by bona fide bidders. A pre-bid conference will be held at 9:00 a.m. on February 5, 2013 at the landfill site. Attendance at the pre-bid conference is 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). 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 ;3W be given to products and provisions grown and --��� — coal produced within the State of Iowa, and to 4 Iowa domestic labor, to the extent lawfully re771 - quired under Iowa Statutes. The Iowa reciprocal — r resident bidder preference law applies to this Project. cp P G..' ADVERTISEMENT FOR BIDS 00105-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 r J • C:7 4�J f J L.�1 ADVERTISEMENT FOR BIDS 00105-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 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 LANDFILL CELL RECONSTRUCTION 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 Landfill Cell Reconstruction Project in said city at 7:00 p.m. on the 22nd day of January, 2013, 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 C J (J t., - :• T, t-+ d Li NOTICE OF PUBLIC HEARING 00106- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 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. 2.1 Addenda may also be issued to make other additions, deletions, or revisions to the Contract Documents. ARTICLE 3. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND SITE. 3.1 It is the responsibility of each Bidder before submitting a Bid: A. To examine thoroughly the Contract Documents and other related data identified in the Bidding Documents(including "technical" data referred to below); B. To visit the site to become familiar with 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 Bidder's 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. 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 accur'ey 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. . . INSTRUCTIONS TO BIDDERS 00200- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 Utilities at or contiguous to the site is based upon information and data furnished to the Owner and the Engineer by the owners of such Underground Utilities or others,and neither the Owner nor the Engineer assume responsibility for the accuracy or completeness thereof. 3.5 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, Underground Utilities,and other physical conditions, and possible 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 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 C. That the Contract Documents are sufficient in scope and detail td-indicate and convey understanding of all terms and conditions for performing and furnishing-of the Work. i; s� C INSTRUCTIONS TO BIDDERSaM 00212 CD cti HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa ARTICLE 4. BID FORMS AND DELIVERY OF BID. Each prospective Bidder shall be furnished one copy of the Contract Documents and one separate unbound copy of the Bid Form and Bid 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. 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. 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 specified 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"products is specifiedin Section 01600—Materials and Equipment. , 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 afi the Bidder for the performance of the Work covered by the Bid. - INSTRUCTIONS TO BIDDERS u 400200-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 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 the Owner prior to the time set for receiving Bids. Modifications or corrections to Bids may be made on the withdrawn Bid provided such modifications or corrections are initiated by the Bidder and are received by the Owner prior to the time set for receiving Bids. Modifications or corrections to a Bid will not be accepted if the modifications or corrections render the bid security inadequate or if not accompanied by sufficient additional bid security. If a Bidder has requested in writing to withdraw its Bid, said Bidder may submit a different 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, INSTRUCTIONS TO BIDDERS s-9 , 00200 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa including revisions. Should the successful Bidder fail to enter into contract,the Bid guaranty shall be forfeited to the Owner to 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 Contract to 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 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. Meeting minutes and attendance list for the prebid conference will be made available to all those in attendance. The time and schedule of a prebid conference, if any, are set forth in the Advertisement for Bids. ARTICLE 20. LIQUIDATED DAMAGES. Provisions for liquidated damages, if any, are set forth in the Supplementary Conditions. ARTICLE 21. FEDERAL TAX ID NUMBER. Each bidder shall state its Federal Tax Identification Number on the line provided on the bid form. The Owner is required to report to IRS on Form 1099 all payments involving labor or services provided by vendors, and lack of this number may delay contract payments 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 shall be,throughout the period of the contract, licensed in the State of Iowa. 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- 5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: =C) r • d 4 4 FORM OF PROPOSAL 00412 -6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa BID BOND , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid,dated for Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful perfor- mance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20 . (Seal) Witness Principal By (Title) (Seal) Surety By Witness • • (Attortpy-in-fact) Attach Power-of-Attorney '"" = t.0 �z C-fl BID BOND 00430- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa NOTICE OF AWARD TO: PROJECT DESCRIPTION: FY09 Landfill Cell Reconstruction, 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 You are required by the Instructions to Bidders to execute the Form of Agreement and furnish the required Contractor's Performance and Payment Bond and Certificates of Insurance within ten (10) calendar days from the date of this Notice to you. If you fail to execute said Agreement and to furnish said Bonds within the (10) days from the date of this Notice, said City will be entitled to consider all your rights arising out of the 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. You are required to return an acknowledged copy of this NOTICE OF AWARD to the City. Dated this day of , 20_. CITY OF IOWA CITY, IOWA By Title ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF AWARD is hereby acknowledged By - this the day of , 20_. _ By •� Title - • J to NOTICE OF AWARD 00490- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa 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 ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of , 20 , for FY09 Landfill Cell Reconstruction, 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. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; 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); Instructions to Bidders; j. Form of Proposal and Bid Documents; k. Performance and Payment Bond; 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. 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): r • FORM OF AGREEMENT 00500 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of , 20 CITY CONTRACTOR By By • (Title) Mayor ATTEST: ATTEST: (Title) City Clerk (Company Official) Approved By: City Attorneys Office r) C r y�a • l.. f FORM OF AGREEMENT 00500 - 2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and 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 Dollars ($ ) 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 , entered into a written (date) Agreement with Owner for the FY09 Landfill Cell Reconstruction 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 HR Green, Inc., 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 determination 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 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.ariy addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor: -- PERFORMANCE & PAYMENT BOND ` 00610- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 improve- ments 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 ,20 IN THE PRESENCE OF: (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) M1� 6 .z,. ter-: ; U L. r.7) tai PERFORMANCE & PAYMENT BOND 00610 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa NOTICE TO PROCEED TO: DATE: FY09 Landfill Cell Reconstruction Iowa City Landfill and Recycling Center Iowa City, Iowa City of Iowa City 410 East Washington Street Iowa City, Iowa 52240-1826 You are hereby notified to commence WORK in accordance with the Agreement dated , 20_, on or after . The date of completion of all WORK is , 20 By Title ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by: , this the day of ,20_ By Title O G �-- .: —4e • CTI (11 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 Laws and Regulations. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT Prepared by ENGINEERS JOINT CONTRACT DOCUMENTS COMMITTEE and Issued and Published Jointly by ACEC s' ` A>It.RIcAN COUNCIL OF ENGINEERING COMPANIES ». i.ucLuAi SCEAmerican Society National Society of of Civil Engineers Professional Engineers Professional Engineers in Private Practice AMERICAN COUNCIL OF ENGINEERING COMPANIES ASSOCIATED GENERAL CONTRACTORS OF AMERICA AMERICAN SOCIETY OF CIVIL ENGINEERS PROFESSIONAL ENGINEERS IN PRIVATE PRACTICE A Practice Division of the NATIONAL SOCIETY OF PROFESSIONAL ENGINEERS Endorsed by o iD CONSTRUCTION SPECIFICATIONS INSTITUTE c�" :.0 cry EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. These General Conditions have been prepared for use with the Suggested Forms of Agreement Between Owner and Contractor (EJCDC C-520 or C-525, 2007 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 Narrative Guide to the EJCDC Construction Documents (EJCDC C-001, 2007 Edition). For guidance in the preparation of Supplementary Conditions, see Guide to the Preparation of Supplementary Conditions (EJCDC C-800,2007 Edition). Copyright©2007 National Society of Professional Engineers 1420 King Street,Alexandria,VA 22314-2794 (703) 684-2882 www.nspe.org American Council of Engineering Companies 1015 15th Street N.W.,Washington,DC 20005 (202)347-7474 www.acec.org American Society of Civil Engineers 1801 Alexander Bell Drive,Reston, VA 20191-4400 (800) 548-2723 www.asce.org Associated General Contractors of America 2300 Wilson Boulevard, Suite 400,Arlington,VA 22201-3308 (703) 548-3118 www.agc.org The copyright for this EJCDC document is owned jointly by the four, ; EJCDC sponsoring organizations and held in trust for their benefit by:NSPE.r EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology 1 1.01 Defined Terms 1 1.02 Terminology 5 Article 2—Preliminary Matters 6 2.01 Delivery of Bonds and Evidence of Insurance 6 2.02 Copies of Documents 6 2.03 Commencement of Contract Times;Notice to Proceed 6 2.04 Starting the Work 7 2.05 Before Starting Construction 7 2.06 Preconstruction Conference;Designation of Authorized Representatives 7 2.07 Initial Acceptance of Schedules 7 Article 3—Contract Documents: Intent,Amending,Reuse 8 3.01 Intent 8 3.02 Reference Standards 8 3.03 Reporting and Resolving Discrepancies 9 3.04 Amending and Supplementing Contract Documents 9 3.05 Reuse of Documents 10 3.06 Electronic Data 10 Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points 11 4.01 Availability of Lands 11 4.02 Subsurface and Physical Conditions 11 4.03 Differing Subsurface or Physical Conditions 12 4.04 Underground Facilities 13 4.05 Reference Points 14 4.06 Hazardous Environmental Condition at Site 14 0 Article 5—Bonds and Insurance ,� 16 5.01 Performance,Payment,and Other Bonds - A....16 5.02 Licensed Sureties and Insurers ,;.:x....16 5.03 Certificates of Insurance .4••••17 5.04 Contractor's Insurance • ' ' ° 17 5.05 Owner's Liability Insurance 19 5.06 Property Insurance z 19 5.07 Waiver of Rights 20 5.08 Receipt and Application of Insurance Proceeds 21 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Pages 5.09 Acceptance of Bonds and Insurance; Option to Replace 21 5.10 Partial Utilization,Acknowledgment of Property Insurer 22 Article 6-Contractor's Responsibilities 22 6.01 Supervision and Superintendence 22 6.02 Labor; Working Hours 22 6.03 Services, Materials,and Equipment 22 6.04 Progress Schedule 23 6.05 Substitutes and"Or-Equals" 23 6.06 Concerning Subcontractors, Suppliers, and Others 25 6.07 Patent Fees and Royalties 27 6.08 Permits 27 6.09 Laws and Regulations 28 6.10 Taxes 28 6.11 Use of Site and Other Areas 28 6.12 Record Documents 29 6.13 Safety and Protection 29 6.14 Safety Representative 30 6.15 Hazard Communication Programs 30 6.16 Emergencies 30 6.17 Shop Drawings and Samples 31 6.18 Continuing the Work 32 6.19 Contractor's General Warranty and Guarantee 33 6.20 Indemnification 33 6.21 Delegation of Professional Design Services 34 Article 7-Other Work at the Site 35 7.01 Related Work at Site 35 7.02 Coordination 35 7.03 Legal Relationships 36 Article 8-Owner's Responsibilities 36 8.01 Communications to Contractor 36 8.02 Replacement of Engineer 36 8.03 Furnish Data 36 8.04 Pay When Due 36 8.05 Lands and Easements; Reports and Tests 36 8.06 Insurance 36 8.07 Change Orders 37 8.08 Inspections, Tests, and Approvals C 37 8.09 Limitations on Owner's Responsibilities `'' 37 8.10 Undisclosed Hazardous Environmental Condition 37 8.11 Evidence of Financial Arrangements _ 37 8.12 Compliance with Safety Program ,..37 Article 9-Engineer's Status During Construction - • .) 37 9.01 Owner's Representative - 37 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page ii 9.02 Visits to Site 37 9.03 Project Representative 38 9.04 Authorized Variations in Work 38 9.05 Rejecting Defective Work 38 9.06 Shop Drawings,Change Orders and Payments 39 9.07 Determinations for Unit Price Work 39 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work 39 9.09 Limitations on Engineer's Authority and Responsibilities 39 9.10 Compliance with Safety Program 40 Article 10-Changes in the Work; Claims 40 10.01 Authorized Changes in the Work 40 10.02 Unauthorized Changes in the Work 41 10.03 Execution of Change Orders 41 10.04 Notification to Surety 41 10.05 Claims 41 Article 11 -Cost of the Work;Allowances;Unit Price Work 42 11.01 Cost of the Work 42 11.02 Allowances 45 11.03 Unit Price Work 45 Article 12-Change of Contract Price; Change of Contract Times 46 12.01 Change of Contract Price 46 12.02 Change of Contract Times 47 12.03 Delays 47 Article 13 -Tests and Inspections; Correction,Removal or Acceptance of Defective Work 48 13.01 Notice of Defects 48 13.02 Access to Work 48 13.03 Tests and Inspections 49 13.04 Uncovering Work 49 13.05 Owner May Stop the Work 50 13.06 Correction or Removal of Defective Work 50 13.07 Correction Period 50 13.08 Acceptance of Defective Work 51 13.09 Owner May Correct Defective Work 52 Article 14-Payments to Contractor and Completion 52 14.01 Schedule of Values �, 52 14.02 Progress Payments : --: • .,•••.52 14.03 Contractor's Warranty ofPaymen • " ; 55 14.04 Substantial Completion . 55 14.05 Partial Utilization 56 14.06 Final Inspection .. ' 57 14.07 Final Payment - 57 14.08 Final Completion Delayed � , 58 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright m 2007 National Society of Professional Engineers for EJCDC. Ail rights reserved. Page iii 14.09 Waiver of Claims 58 Article 15—Suspension of Work and Termination 59 15.01 Owner May Suspend Work 59 15.02 Owner May Terminate for Cause 59 15.03 Owner May Terminate For Convenience 60 15.04 Contractor May Stop Work or Terminate 60 Article 16—Dispute Resolution 61 16.01 Methods and Procedures 61 Article 17—Miscellaneous 61 17.01 Giving Notice 61 17.02 Computation of Times 62 17.03 Cumulative Remedies 62 17.04 Survival of Obligations 62 17.05 Controlling Law 62 17.06 Headings 62 C3 L'1 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page iv 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, terms 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 Payment—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 which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 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 Documents 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. Claim—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 thd-Owner-end Contractor concerning the Work. The Contract supersedes prior negotiations .representations, or agreements,whether written or oral. ... • EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 1 of 62 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 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) complete 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. Cost of the Work—See Paragraph 11.01 for definition. 17. Drawings—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 the 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. 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. 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. 23.Hazardous Waste—The term 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. Laws and Regulations;Laws or Regulations—Any and all applicable laws,rules,regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 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 toan intermediate completion date or time prior to Substantial Completion of all the Work:- EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 2 of 62 27.Notice of Award—The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful 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 Contract 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 nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 36. Resident Project Representative—The authorized representative of Engineer who may be assigned to the Site or any part thereof. 37. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 38. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 39. Schedule of Values—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. ,-- t J • - i EJCDC C-700 Standard General Conditions of the Construction Contract i Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 3 of 62 40. 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. 41. 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. 42. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 43. 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. 44. 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. 45. Successful Bidder—The Bidder submitting a responsive Bid to whom Owner makes an award. 46. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 47. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 48. Underground 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. 49. Unit Price Work—Work to be paid for on the basis of unit prices. 50. Work—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 sucl}.sonstruction, and furnishing, installing, and incorporating all materials and equipment into stitch construction, all as required by the Contract Documents. – - 51. Work Change Directive—A written statement to Contractor issued-9i or Uter the Effective Date of the Agreement and signed by Owner and recommended-tzzy Engineer ordering an EJCDC C-700 Standard General Conditions of the Construction Contract "7 Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. ` Page 4 of 62 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 words and terms discussed in Paragraph 1.02.B through F are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms 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 information in the Contract Documents and with the design concept of the 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 term or adjective is not intended to and shall 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). l 7 _ EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 5 of 62 E. Furnish, Install, Perform, 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 "provide" 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 Documents, words or phrases that 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 of Insurance 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 commence to run later tan the ixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the.Agreeient, whichever date is earlier. - EJCDC C-700 Standard General Conditions of the Construction Contract -_ Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. ' Page 6 of 62 2.04 Starting 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 run. 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 dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary Schedule of Submittals; and 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.06 Preconstruction Conference;Designation of Authorized Representatives 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. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract,and otherwise act on behalf of each respective party. 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 tial to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Engineer. . .•_ - - 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 *lose on t - EJCDC C-700 Standard General Conditions of the Construction Contract _. 2 Copyright©2007 National Society of Professional Engineers for EJCDC. AU rights reserved. " 1 Page 7 of 62 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 form 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 required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to 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 Regulations in effect at the 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,Engineer, or any of their officers, directors,members,partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct theperformance of the Work or any duty or authority to undertake responsibility inconsistent witl The provisions of the Contract Documents. EJCDC C-700 Standard General Conditions of the Construction Contract • .. Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 8 of 62 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: 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 discovers, or has actual knowledge of, 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 (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier,then 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, en-or, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge 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, or code, or the instruction of any Supplier (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 (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, ands. revisions in the Work or to modify the terms and conditions thereof by either a Clixiige Diger 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 thefollowing ways: (: EJCDC C-700 Standard General Conditions of the Construction Contract t_ Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 9 of 62 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 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 its consultants, including electronic media editions; or 2. reuse any 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 adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may be relied upon are limited to the printed copies (also known as hard 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. • �a —3 i*, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. C) Page 10 of 62 Cri ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions 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 structures 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 furnish Contractor with a current statement of record legal title and legal description of the lands upon which the 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. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the 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 officers, directors,members,partners, employees, agents, consultants,or subcontractors 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 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. L_ Page 11 of 62 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition 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 further disturbing the subsurface or physical conditions or performing any Work in connection 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 Review: 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 b. 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 contrac> Times by the submission of a Bid or becoming bound under a negotiated contratt; or b. the existence of such condition could reasonably have been diseoveredTr revealed as a result of any examination, investigation, exploration, test, ori-study _of the* Site and EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. (7) Page 12 of 62 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 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, neither Owner or Engineer, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall 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. Shown or Indicated: 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 information 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 Supplementary Conditions: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; 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 Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown 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 andbefore further disturbing conditions affected thereby or performing any Work ili -.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 owner 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'_documeht the EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. i Page 13 of 62 consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety 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, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph 10.05. 4.05 Reference Points A. Owner shall provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible 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: The Supplementary Conditions identify those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the 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 officers, directors,members,partners, employees, agents, consultants,or subcontractors 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 CD 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 "teehnical data" or any such other data,interpretations,opinions or information. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. `-3 Page 14 of 62 C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed 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 whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby(except in an emergency 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. Promptly after consulting with Engineer, Owner shall take such actions as are necessary to permit Owner to timely obtain required permits and provide Contractor the written notice required by Paragraph 4.06.E. 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 written notice to Contractor: (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 stoppage 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, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges 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%e jncliiuled 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 indentini fy;any individual or entity from and against the consequences of that individual's or entity's-own negligence. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page IS of 62 H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants,and subcontractors of each and any of them from and against all claims,costs, losses, and damages (including but not limited to all fees and charges 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.H 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 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 list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" 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 or attorney-in-fact must be accompanied by a certified copy of that individual's authority to bind the surety. The evidence of authority shall show that it is effective on the date the agent or attorney-in-fact signed each bond. 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.B, 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.B and 5.02. 5.02 Licensed Sureties and Insurers • A. All bonds and insurance required by the Contract Documents to be puic,hased and maintained by Owner or Contractor shall be obtained from surety or insurance companies_tha'tre 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 16 of 62 meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.03 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additional insured and loss payee 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 and loss payee 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. C. Failure of Owner to demand such certificates or other evidence of Contractor's full compliance with these insurance requirements or failure of Owner to identify a deficiency in compliance from the evidence provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. D. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor. E. The insurance and insurance limits required herein shall not be deemed as a limitation on Contractor's liability under the indemnities granted to Owner in the Contract Documents. 5.04 Contractor's Insurance A. Contractor shall purchase and maintain such 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 the Contract Documents,whether it is to be performed 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 injury, sickness or disease, or death of any person other than Contractor's employees; 4. claims for damages insured by reasonably available personal injury.liability doverage which are sustained: • - - • EJCDC C-700 Standard General Conditions of the Construction Contract 7 Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 17 of 62 a. by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or b. by any other person for any other reason; 5. claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located,including loss of use resulting therefrom; and 6. claims for damages because of bodily 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, be written on an occurrence basis, include as additional insureds (subject to any customary exclusion regarding professional liability) Owner and Engineer, and any other individuals or entities identified in the Supplementary Conditions, all of whom shall be listed as additional insureds, and include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of 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; 3. include contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.11 and 6.20; 4. 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); 5. 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 6. include completed operations coverage: a. Such insurance shall remain in effect for two years after final payment. b. Contractor shall furnish Owner and each other additional insured identified in the Supplementary Conditions, to whom a certificate of insurance has been.issued, evidence satisfactory to Owner and any such additional insured of continuatianof such insurance at final payment and one year thereafter. —'`-' " •EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 18 of 62 5.05 Owner's Liability Insurance A. In addition 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 Supplementary 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, members, 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 a loss payee; 2. be written on a Builder's Risk"all-risk" policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, falsework, 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 that caused by flood), and such other perils or causes of loss as may be specifically 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 recommended by Engineer; 5. allow for partial utilization of the Work by Owner; 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 loss payee to whom a certificate of insurance has been issued. r , B. Owner shall purchase and maintain such equipment breakdown 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, EJCDC C-700 Standard General Conditions of the Construction Contract - Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 19 of 62 members, 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 a loss payee. C. All the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with this 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 loss payee to whom a certificate of insurance has been issued and will contain waiver provisions in accordance 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 deductible amounts that are identified in the Supplementary 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 this 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 Waiver 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 Supplementary Conditions as loss payees (and the officers, directors, members, 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 loss payees thereunder. Owner and Contractor waive all rights against each other and their respective officers, directors, members, 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 as loss payees (and the officers, directors, members, 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 und9r,any policy so issued. t_s B. Owner waives all rights against Contractor, Subcontractors, and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors pf, each and any of them for: EJCDC C-700 Standard General Conditions of the Construction Contract • Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 20 of 62 �r. 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.B 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, members, partners, employees, agents,consultants and subcontractors of each and any of them. 5.08 Receipt and Application of Insurance Proceeds A. Any insured loss under the policies of insurance required by Paragraph 5.06 will be adjusted with Owner and made payable to Owner as fiduciary for the loss payees, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.08.B. Owner shall deposit in a 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. If 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 Insurance; 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 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.B. 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 nptify 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. ; Page 21 of 62 - 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 of Property 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 commence before the insurers providing the property 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 on account of any such partial use or occupancy. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. 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 superintendent who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline 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 shallsrovide-and assume full responsibility for all services,materials, equipment, labor, transportationTioristruction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, -aiiitary facilities, temporary facilities, and all other facilities and incidentals necessary for.the perfoitmance,-iesting, start-up, and completion of the Work. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 22 of 62 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. 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 adjustments will comply with any provisions of the General Requirements 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"Items: 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 if: a. in the exercise of reasonable judgment Engineer determines that: 1) it is at least equal in materials of construction, quality, arability, appearance, strength,and design characteristics; ` 1 EJCDC C-700 Standard General Conditions of the Construction Contract • Copyright©2007 National Society of Professional Engineers for EJCDC. MI rights reserved.; Page 23 of 62 Ci) 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; and 3) it has a proven record of performance and availability of responsive service. 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 if 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 Engineer will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General Requirements, and as Engineer may decide is appropriate under the circumstances. d. Contractor shall make written application to Engineer for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use.The application: 1) shall certify that the proposed substitute 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: c) be suited to the same use as that specified; 2) will state: [1 a) the extent, if any, to which the use of the proposed substitute item will prejudice 47) Contractor's achievement of Substantial Completion on time, _. b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 24 of 62 c) whether incorporation or use of the proposed substitute item in connection 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; and 4) shall contain an itemized estimate 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 Construction Methods or Procedures: 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 Engineer's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Engineer will be similar to those provided in Paragraph 6.05.A.2. C. Engineer's Evaluation: Engineer will be allowed 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 data about the proposed substitute 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 a Change Order in the case of a substitute and 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.B. Whether or not • Engineer approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Engineer for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable 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 propoktl.substitute or "or-equal"at Contractor's expense. - 6.06 Concerning Subcontractors, Suppliers, and Others " A. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity(including those acceptable to Owner as indicated in Paragraph 6.06.B), whether initially or as a replacement, against whom Owner may have reasonable objection. Contractor shall not be EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 25 of 62 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 reasonable 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 constitute 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 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 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 performing or furnishing any of the Work to communicate with Engineer through-Contractor. F. The divisions and sections of the Specifications and the identifications of-at,Drawings shall not control Contractor in dividing the Work among Subcontractors 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 appropriate agreement between 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 a loss payee 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, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 26 of 62 Contractor, Engineer, and all other individuals or entities identified in the Supplementary Conditions to be listed as insureds or loss payees (and the officers, directors, members, 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, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors 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 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 specified in the Contract Documents,but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, 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 Supplementary 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 operiing of Bids,or, if there are no Bids,on the Effective Date of the Agreement. Owner shall:pay all charges of utility owners for connections for providing permanent service to the Work. EJCDC C-700 Standard General Conditions of the Construction Contract _ Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. '' Page 27 of 62 ' 6.09 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer 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 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 Work. However, it shall not be Contractor's 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. 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 equipment, 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 constructs 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 ljv. 3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Engineer, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 28 of 62 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 During Performance of the 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 completion 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 Structures: 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 Engineer for Owner. 6.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 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 EJCDC C-700 Standard General Conditions of the Construction Contract • • "3 Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 29 of 62 , 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. Contractor shall comply with the applicable requirements of Owner's safety programs, if any. The Supplementary Conditions identify any Owner's safety programs that are applicable to the Work. D. Contractor shall inform Owner and Engineer of the specific requirements of Contractor's safety program with which Owner's and Engineer's employees and representatives must comply while at the Site. E. 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 Drawings or Specifications or to the acts or omissions of Owner or Engineer 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). F. Contractor's duties and responsibilities for safety 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.B 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. PV 6.15 Hazard Communication Programs - U A. Contractor shall be responsible for coordinating any exchange of materia{ safety data sheets or other hazard communication information required to be made available to or ex .h. anged between or among employers at the Site in accordance with Laws or Regulations: . , 6.16 Emergencies A. In emergencies affecting the safety or protection 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 30 of 62 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 accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Engineer may require. 1. 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: 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 Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Engineer's review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Submittal Procedures: 1. Before submitting each Shop Drawing or Sample,Contractor shall have: a. 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; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c. determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and d. determined and verified all information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of co struction, and ,safety precautions and programs incident thereto. EJCDC C-700 Standard General Conditions of the Construction Contract y' ;` Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved.: Page 31 of 62 `. • fl L. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval of that submittal. 3. With each submittal, Contractor shall give Engineer specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted 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 Documents. 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 construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Engineer's review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.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 corrected 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 Work A. Contractor shall carry on the Work and adhere to the Progress Schedule during,4ll disputes or disagreements with Owner. No Work shall be delayed or postponed pending rOsolution of any disputes or disagreements, except as permitted by Paragraph 15.04 or as Qwner and Contractor may otherwise agree in writing. : c . `moi• f� z i L' I EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. O c:r Page 32 of 62 6.19 Contractor's General Warranty and Guarantee 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 officers, directors, members, partners, employees, agents, consultants, and subcontractors 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, Subcontractors, 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 acceptability 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, members,partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work,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 Subcontractorcany 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 maybe liable . EJCDC C-700 Standard General Conditions of the Construction Contract : -, Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 33 of 62 B. In any and all claims against Owner or Engineer or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (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 any way 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, members, 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 of Professional 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,girovided Owner and Engineer have specified to Contractor all performance and design criteria th`a't such services must satisfy. : _ y 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. EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 34 of 62 E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE.7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner's employees, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract 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, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and 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 properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' 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 A. If Owner intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; _ t 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. EJCDC C-700 Standard General Conditions of the Construction Contract C- Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved.- • Page 35 of 62 r,j B. Unless otherwise provided in the Supplementary Conditions, Owner shall have sole authority and responsibility for such coordination. 7.03 Legal Relationships A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.01.A 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 wrongful actions or inactions. C. Contractor shall be liable to Owner and any other contractor under direct contract to Owner for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor's wrongful 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 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.04 Pay When 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 with respect to 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 relating to ening surface or subsurface structures at the Site. - ; � 8.06 Insurance ^ —177 A. Owner's responsibilities, if any,with respect to purchasing and maintammg.liability and property insurance are set forth in Article 5. ca EJCDC C-700 Standard General Conditions of the Construction Contract O Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 36 of 62 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 with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03.B. 8.09 Limitations on Owner'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 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. 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 undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.11 Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner's obligations under the Contract Documents. 8.12 Compliance with Safety Program A. While at the Site, Owner's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Owner has been informed pursuant to Paragraph 6.13.D. ARTICLE 9—ENGINEER'S STATUS DURING CONSTRUCTION 9.01 Owner's Representative A. Engineer will be Owner's representative during the construction period. T3ie duties and responsibilities and the limitations of authority of Engineer as Owner' ::3epresedtative during construction are set forth in the Contract Documents. 9.02 Visits to Site A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction as Engineer deems necessary in order to observe as an experienced arid c salified design professional the progress that has been made and the quality of the varus 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 37 of 62 • 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 the 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 designates another representative or agent to represent Owner at the Site who is not Engineer's consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the Supplementary Conditions. 9.04 Authorized Variations in Work A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment 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 Documents. 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 Work 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 asi functioning r whole as indicated by the Contract Documents. Engineer will also have, authQr#ty 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. EJCDC C-700 Standard General Conditions of the Construction Contract '? 3 Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. CD Page 38 of 62 9.06 Shop Drawings, Change Orders and Payments A. In 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 Determinations for 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). Engineer's written decision thereon will be fmal and binding (except as modified by Engineer to reflect changed factual conditions or more accurate data)upon Owner and Contractor, subject to the provisions of Paragraph 10.05. 9.08 Decisions on Requirements of Contract Documents and Acceptability of Work A. Engineer will be the initial interpreter of the requirements of 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 fmal 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 believes 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 Authority 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 39 of 62 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 responsible 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 requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with,the Contract Documents. E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative,if any, and assistants,if any. 9.10 Compliance with Safety Program A. While at the Site, Engineer's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which Engineer has been informed pursuant to Paragraph 6.13.D. ARTICLE 10—CHANGES IN THE WORK; CLAIMS 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, 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 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. L` Lk.) EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 40 of 62 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.D. 10.03 Execution of Change Orders A. Owner and Contractor shall execute appropriate Change Orders recommended by Engineer covering: 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph 10.01.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 sum 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 the provisions of any bond require notice to be given to a surety 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 Contract Times), 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 bei equired:as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. C.0 B. Notice: Written notice stating 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 41 of 62 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.B. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph 12.02.B. Each Claim shall be accompanied by claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Engineer and the claimant within 30 days after receipt of the claimant's last submittal(unless Engineer allows additional time). C. Engineer's Action: Engineer will review each Claim and,within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take 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.D 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. 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 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 11.01 Cost of the Work A. Costs Included: The teen Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, 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 not include any of the costs itemized in_Paragraph 11.01.B, and shall include only the following items: =a�� : " EJCDC C-700 Standard General Conditions of the Construction Contract 9 t Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 42 of 62 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on 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 payments, 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 maintenance, 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 performancb-'of th0 Work, and cost, less market value, of such items used but not consumed which'temain_the property of Contractor. c. Rentals of all construction equipment and machinery,and the parts therecif 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, unl ding, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of EJCDC C-700 Standard General Conditions of the Construction Contract Copyright m 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 43 of 62 said rental agreements. The rental of any such equipment, 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,as imposed by Laws 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 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. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, express and courier services, 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 Excluded: 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, attorneys, 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 of job 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 ContractorSs'office at the Site. ` • 3. Any part of Contractor's capital expenses, including interest oii 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, ineluding but not EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. MI rights reserved. Page 44 of 62 • 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 11.01.A. C. Contractor's 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 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form 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: 1. Contractor agrees that: a. the cash allowances include the cost to Contractor(less any applicable trade discounts)of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, 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 re oitiinendpd 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 Mit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. Ali rights reserved. Page 45 of 62 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. 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 significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to 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 to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.01 Change of Contract Price 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 application 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 12.01.C.2); or 3. where the Work involved is not covered by unit prices contained in the Cantratt 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). . EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 46 of 62 C. Contractor's 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 11.01.A.2, the Contractor's fee shall be 15 percent; b. for costs incurred under Paragraph 11.01.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 Paragraphs 12.01.C.2.a and 12.01.C.2.b 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 11.01.A.1 and 11.01.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 11.01.A.4, 11.01.A.5, and 11.01.B; 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 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 rr ani Claim.for an adjustment in the Contract Times will be determined in accordance with the pre visions of this Article 12. --: -1 12.03 Delays {,� = ' A. Where Contractor is prevented from completing any part of the Work within therContract 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. AU rights reserved. Page 47 of 62 neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated 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 their officers,directors,members,partners, employees, agents, consultants, or subcontractors shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs)sustained by Contractor on or in connection with any other project or anticipated project. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. 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. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work 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, inspection, and testing. Contractor shall provide them proper and safe conditions for such accessed advise them of Contractor's safety procedures and programs so that they may comply tlierewith as applicable. - EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 48 of 62 13.03 Tests and Inspections A. Contractor shall give Engineer timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. Owner shall employ and pay for the services of an independent testing laboratory to perforin 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.D below; 2. that costs incurred in connection with tests or inspections conducted pursuant to Paragraph 13.04.B shall be paid as provided in Paragraph 13.04.C; and 3. as otherwise specifically provided in the Contract 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. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner's and Engineer's acceptance of materials or equipment to 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, Contractor shall, if requested by Engineer, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense unless Contractor has given Engineer timely 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 lacy-Engineer or inspected or tested by others, Contractor, at Engineer's request, shall:-uncover expose, or otherwise make available for observation, inspection, or testing as Engineer may-require;:'that portion of the Work in question,furnishing all necessary labor,material,andequipm`ent. _ uri 6 d Cil EJCDC C-700 Standard General Conditions of the Construction Contract r-t Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 49 of 62 C. If it is found that the uncovered Work is 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 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 Work 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 duty 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 Work A. Promptly after receipt of written 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 take no action that would void or otherwise impair Owner's special warranty and guarantee,if any,on said Work. -- c.) 13.07 Correction Period A. If within one year after the date of Substantial Completion (or such longer perip#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 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions: EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 50 of 62 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. B. If Contractor does not promptly comply with the terms 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 removed 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 of Defective 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 for 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 incom rating 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. EJCDC C-700 Standard General Conditions of the Construction Contract c.71 Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 51 of 62 13.09 Owner May Correct 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 possession 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 Owner, Owner's representatives, agents and employees, Owner's other contractors, and Engineer and Engineer's consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. 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 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 provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. ry 14.02 Progress Payments • A. Applications for Payments: 1. 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All tights reserved. Page 52 of 62 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 stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement. B. Review of Applications: 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 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 indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Unit Price Work under Paragraph 9.07,and any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor's being entitled to such paymer ,aappear to have been fulfilled in so far as it is Engineer's responsibility to observeWci k. 3. By recommending any such payment Engineer will not therebyrTe 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 53 of 62 involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents; or b. 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 safety precautions 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.B.2. Engineer may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent 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 replacement; 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. Payment 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.D)become due, and when due will be paid by Owner to Contractor, EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 54 of 62 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 furnishing 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 and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor,when Contractor remedies the reasons for such action. 3. Upon a subsequent determination 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 and subject to interest as provided in the Agreement. 14.03 Contractor's Warranty 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 notification, Owner, Contractor, and Engineer.shall make an inspection of the Work to determine the status of completion. If Engineerdoes nqt consider the Work substantially complete, Engineer will notify Contractor in writing giving the reasons therefor. - - C. If Engineer considers the Work substantially complete,Engineer will deliver to Owner a tentative certificate of Substantial Completion which shall fix the date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before EJCDC C-700 Standard General Conditions of the Construction Contract Copyright®2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 55 of 62 final payment. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions 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 corrected) 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 recommendation as to division of responsibilities pending final payment between 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 Completion,Engineer's aforesaid recommendation 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 remove its property and 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 conditions: 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, Owner, and Engineer will follow the procedures of Paragraph 14.04.A through D for that part of the Work. 2. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, 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 Engjnper 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. EJCDC C-700 Standard General Conditions of the Construction Contract - • - Copyright 0 2007 National Society of Professional Engineers for EJCDC. All rights reserved. _ _ ' Page 56 of 62 i 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 fmal inspection with Owner and Contractor 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. After 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.6; b. consent of the surety, if any,to fmal 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 might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, 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.,atisfa Thry 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 accoinpanying cr, EJCDC C-700 Standard General Conditions of the Construction Contract ' Copyright O 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 57 of 62 documentation as required by the Contract Documents, Engineer is satisfied that the Work has been completed and Contractor's other obligations 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 the 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, indicating 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 documentation,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 fmal 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 fmal payment, except that it shall not constitute a waiver of Claims. 14.09 Waiver of Claims A. The making and acceptance of fmal 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 terms 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. `l ri # i—� n EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 58 of 62 ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 Owner 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 adjustment 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 Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority 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 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph 15.02.B, 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 arbit>ation 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 EJCDC C-700 Standard General Conditions of the Construction Contract C Copyright CO 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 59 of 62 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.B and 15.02.C, Contractor's services will not be 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 which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01.A, the termination procedures of that bond shall supersede the provisions of Paragraphs 15.02.B and 15.02.C. 15.03 Owner May Terminate For Convenience 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 furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums 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 profs pr reivenue or other economic loss arising out of or resulting from such termination. `T' 15.04 Contractor May Stop Work 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 EJCDC C-700 Standard General Conditions of the Construction Contract Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 60 of 62 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 fmally 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 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 the intent to submit the Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS r_, 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving.41 written notice, it will be deemed to have been validly given if: EJCDC C-700 Standard General Conditions of the Construction Contract = `= Copyright C 2007 National Society of Professional Engineers for EJCDC. All rights reserved. c_rt Page 61 of 62 - 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 to, 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 Regulations, 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 connection with each particular duty, obligation,right,and remedy to which they apply. 17.04 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, 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. - o 1 r EJCDC C-700 Standard General Conditions of the Construction Contract Copyright©2007 National Society of Professional Engineers for EJCDC. All rights reserved. Page 62 of 62 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SUPPLEMENTARY CONDITIONS TABLE OF CONTENTS Articles 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 S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects S-13 Copies of Documents S-14 Reports of Physical Conditions S-15 Bonds 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. 0 C) w 77) rn SUPPLEMENTARY CONDITIONS CJI 00800- 1 cti HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 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 duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY' shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction,"Series of 2001, as amended. "FURNISH" 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. w "PUNCH LIST" List of incomplete items of work and of items of work which are not in cofiformance with the Contract. "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. j "SUBMITTALS" The information which is specified for submission to the ENGINEER. o "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 SUPPLEMENTARY CONDITIONS 00800-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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; the Fourth day of July, known as Independence Day; the first Monday in September, known as Labor Day; the eleventh day of November, known as Veteran's Day; the fourth Thursday in November, known as Thanksgiving Day; and the twenty-fifth day in December, known as Christmas Day. When an official holiday falls on Sunday, the following Monday shall be designated as a substitute holiday, and observed as an official holiday. When an official holiday falls on a Saturday, the preceding Friday shall be designated as a substitute holiday, and observed as an official holiday." 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 1. Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE 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: 'J L7 i� rt; 7,1 SUPPLEMENTARY CONDITIONS '}; 00800.*-3 cn Cr HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa Type of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability** Combined Single Limit Bodily Injury& Property Damage $1,000,000 Excess Liability $ 10,000,000 $ 10,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Employers Liability Each Accident $500,000 Each Employee $500,000 Policy Limit $500,000 Contractors Pollution Liability*** $10,000,000 $10,000,000 * Property Damage liability insurance must provide explosion, collapse and underground coverage. ** Automobile Liability shall include all owned, hired, non-owned and leased autos of the Contractor. ***Contractor agrees to maintain Contractor's Pollution Liability insurance for a period of five years following completion of this project. If Contractor does not continue to renew this policy, Contractor agrees to purchase product and completed operations tail endorsement to cover this project for 5 years following completion of the project. All such policies or endorsements will name the Owner as an additional insured on a primary and non-contributory basis and will provide Certificates of Insurance during the project and 5 years following the completion of the project. The City requires that the Contractor's Insurance carrier be an Iowa admitted carrier that is 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: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-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. 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. _ SUPPLEMENTARY CONDITIONS 00800-4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. CONTRACTOR shall include OWNER (City of Iowa City, Iowa, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their boards' members, employees and volunteers) as additional insured on all policies except workers compensation and professional liability. Such additional insured endorsement(s) shall be make CONTRACTOR's liability insurance primary to OWNER's and furthermore, shall not be contributing with any other insurance or similar protection available to OWNER, whether such available protection be primary, contributing or excess. Owner shall be an additional insured as respects all required aforementioned policies including products and completed operations liability for a period of five years after the completion of the project. 6. CONTRACTOR'S General Liability, Excess Liability, Auto Liability, Pollution Liability and Workers' Compensation insurance shall be endorsed with the Governmental Immunities Endorsement (see item D of this Article) and Waiver of Subrogation in favor of the OWNER. CONTRACTOR'S Workers' Compensation insurance shall also be endorsed with the Alternate Employer endorsement naming the OWNER as the Alternate Employer. Certificates of insurance shall state that OWNER is an additional insured on a primary and non-contributory basis and further that the Governmental Immunities Endorsement, Waiver of Subrogation Endorsement and Alternate Employer Endorsement apply and copies of all such endorsements shall be attached. 7. The CONTRACTOR shall require that any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the CONTRACTOR r • 8. 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-bidderror declare a default and pursue any and all remedies available to the City. -; SUPPLEMENTARY CONDITIONS • '9 00800-'5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 9. 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. 10. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 1. 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. D. GOVERNMENTAL IMMUNITIES ENDORSEMENT—CITY OF IOWA CITY, IOWA 1. Non-waiver of Government Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Iowa City, Iowa as Additional Insured does not waive any of the defenses of governmental immunity available to the City of Iowa City, Iowa, under Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. 2. Claims Coverage. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity. The City of Iowa City, Iowa, shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. Nothing contained in this endorsement shall prevent the carrier from asserting the defense of governmental immunity on behalf of the City of Iowa City. 4. Non-Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Iowa City, Iowa under this policy for reasons of governmental immunity unless and uritis a court of competent jurisdiction has ruled in favor of the defense(s)of governmental immunity-asserted by the City of Iowa City, Iowa. 6-- �� Fes` SUPPLEMENTARY CONDITIONS -5 00800;6 `may O HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 5. No Other Change in Policy. The insurance carrier, the City of Iowa City, Iowa agree that the above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy." 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. Contractor shall provide to Engineer the phone number and/or paging service of this individual." S-5 CONCERNING SUBCONTRACTORS,SUPPLIERS AND OTHERS. Add the following to 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. 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 pr 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, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. SUPPLEMENTARY CONDITIONS 00800-7 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Measurement and Payment, contained in Division 1 of these specifications defines 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. 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. "A. 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-s0bsurface structures (except Underground Utilities) which are at or contiguous to the site of the Work: Drawings, Specifications, and Contract Documents of the previous construction projects at the site. = .. . SUPPLEMENTARY CONDITIONS -00800 -8 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa Miscellaneous engineering and landfill regulatory documents on file at HR Green, Inc., including but not limited to: • Plans and Specifications for the FY09 Stage 1 Cell Construction, 2010. B. The following reports of explorations and tests of subsurface conditions at the site of the Work: Miscellaneous engineering and landfill regulatory documents on file at HR Green, Inc., including but not limited to: • Plans and Specifications for the FY09 Stage 1 Cell Construction, 2010. 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 Engineer's 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 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." S-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 (but not as a penalty) the Contractor shall pay the Owner $2,000.00 for each calendar day after the Contract Times expire, until the Work is complete." S-18 AMOUNT OF RETAINAGE. f'.1 Add the following to paragraph 14.02.A.3 of the General Conditions: ,' ` ` "3. The Owner shall retain from each monthly payment 5% of the amount which is determined to be due SUPPLEMENTARY CONDITIONS `H008p0--9 (II HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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: "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 �J 7-0 a C:73 .J J CD SUPPLEMENTARY CONDITIONS 00800- 10 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 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) CC-1 to CC-8 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects R-1 Note To Bidders (Similar Project References) NB-1 r) " >=4 ` ._ 17 ADDITIONAL ARTICLES TO THE SUPPLEMENTARY CONDITIONS 00820 2013 Pi 1 .7 r ri. r' 1 , f.i i -.I* J I ) E ..,, .i ':,..1); CI CO Sum 0 AP Eff.. 14,.0. .. .: CU iiii.4-111.,. ,:j o . Lom 13) -.<0111d L., ci •min On E o o 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: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of$25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance,which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms.A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2- 3-1. � w C-7/ r.e . (0 a) mgr\asst\contractcompliance.doc CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 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. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number 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. ci w " 1 mgr\asst\contractcompliance.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 Phone Number Signature Title Print Name Date • ry c— _... `< d CI1 mgrlasst\contractcompliance.doc CC-3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES 1. COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that 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. C O L,.J > O mgr\assticontractcompliance doc CC-4 Thi „® City of *.q 0°‘ 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 of the local ordinance in conjunction with your performance under a contract with the City. 6 w • .-..ate --!C'? -4 k�. 00 . mgr\assticontractcompliance.doc CC-5 2-3-1 2-3-1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: C. It shall be unlawful for any employer, employment agency, labor organize- 2-3-1: Employment; Exceptions tion or the employees or members 2-3-2: Public Accommodation; thereof to directly or indirectly adver- Exceptions tise or in any other manner indicate or 2-3-3: Credit Transactions; Exceptions publicize that individuals are unwel- 2-3-4: Education come, objectionable or not solicited 2-3-5: Aiding Or Abetting; Retaliation; for employment or membership be- Intimidation 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) 2-3-1: EMPLOYMENT; EXCEPTIONS: D. Employment policies relating to preg- A. It shall be unlawful for any employer nancy and childbirth shall be governed to refuse to hire, accept, register, by the following: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender identity, marital status, nation- is a prima facie violation of this Title. al origin, race, religion, sex or sexual orientation. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- B. It shall be unlawful for any labor orga- riage, childbirth and recovery there- nization to refuse to admit to member- from are, for all job-related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or otherwise discriminate against any temporary disability insurance or sick applicant for membership, apprentice- leave plan available in connection with ship or training or any member in the employment or any written or unwrit- privileges, rights or benefits of such ten employment policies and practices membership, apprenticeship or train- involving terms and conditions of ing because of age, color, creed, employment as applied to other tern- disability, gender identity, marital porary disabilities. status, national origin, race, religion, sex or sexual orientation of such ap- E. It shall be unlawful for any person to plicant or member. solicit or require as a condition of employment of any employee or pro- - — r . - ,897 Iowa City - t .. "° • L k"I "• 7.7 to mgrlassticontractcompliance.doc CC-6 C.J 2-3-1 2-3-1 spective employee a test for the pres- 2. An employer or employment agency ence of the antibody to the human which chooses to offer employment or immunodeficiency virus. An agree- advertise for employment to only the ment between an employer, employ- disabled or elderly. Any such employ- ment agency, labor organization or ment or offer of employment shall not their employees, agents or members discriminate among the disabled or and an employee or prospective em- elderly on the basis of age, color, ployee Concerning employment, pay creed, disability, gender identity, mari- or benefits to an employee or pro- tal status, national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord. a test for the presence of the antibody 95-3697, 11-7-1995) to the human immunodeficiency virus, is prohibited. The prohibitions of this 3. The employment of individuals for subsection do not apply if the State work within the home of the employer epidemiologist determines and the if the employer or members of the Director of Public Health declares family reside therein during such em- through the utilization of guidelines ployment. established by the Center for Disease Control of the United States Depart- 4. The employment of individuals to ment of Health and Human Services, render personal service to the person that a person with a condition related of the employer or members of the to acquired immune deficiency syn- employer's family. drome poses a significant risk of transmission of the human immunode- 5. To employ on the basis of sex in ficiency virus to other persons in a those certain instances where sex is a specific occupation_ bona fide occupational qualification reasonably necessary to the normal F. The following are exempted from the operation of a particular business or provisions of this Section: enterprise. The bona fide occupational qualification shall be interpreted nar- 1. Any bona fide religious institution or rowly. its educational facility, association, corporation- or society with respect to 6. A State or Federal program de- any qualifications for employment signed to benefit a specific age classi- based on religion when such qualifica- fication which serves a bona fide pub- tions are related to a bona fide reli- tic purpose. gious purpose. A religious qualifica- tion for instructional personnel or an 7. To employ on the basis of disability administrative officer, serving in a in those certain instances where pres- supervisory capacity of a bona fide ence of disability is a bona fide occu- religious educational facility or veli- pational qualification reasonably nec- gious institution shall be presumed to essary to the normal operation of a be a bona fide occupational qualifica- particular business or enterprise. The tion. (Ord. 94-3647, 11-8-1994) bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) res - O 897 — Iowa City Bei .; mgrlassticontractcompliance.doc CC-7 ;-9 CIt 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: Name: Address: Telephone Number: NOTE: This 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. C.) w ":47) r a 1.7 Ty rD mgrlasst\contractcompliance.doc CC-8 co RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-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. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 1/13 data on citynUEng/MasterSpecsfrontend.doc ca) `�' . LL m 4 tisS (ri R-1 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: Bid Bond Envelope 2: Form of Proposal 47 • (71 __S v P •� I}yam °r.r Fri i_O bdd C rl NB-1 • fr")• • r4,; 17 , Co !,_14 , • P,) • .q rrY '71 .•. i, t.) LU 0 5 U) C4 mom > Nam L(Dj • HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.01 PROJECT DESCRIPTION A. Approximately 9.3 acres of Cell FY09 at the Iowa City Landfill and Recycling Center was destroyed by fire in the spring of 2012. The majority of the fire debris has been removed from the damaged area by the City. The Work of this project generally consists of cleanup of remaining fire debris and contaminated materials, site grading, and reconstruction of approximately 5.3 acres of the destroyed cell. Work includes but is not limited to: 1. Removal of incidental fire debris and contaminated soil. 2. Replacement of damaged clay liner material. 3. Replacement of portions of the landfill granular groundwater underdrain system. 4. Installation of geomembrane liner. 5. Installation of leachate collection systems. 6. Excavation of landfill waste from current active cell and placement as initial covering over new completed cell. 7. Storm water controls 8. Restoration or stabilization of disturbed areas, including stockpiles, outside of landfill cell. 1.02 DEFINITIONS A. Owner: City of Iowa City, 410 East Washington, Iowa City, Iowa 52240. Telephone: (319) 356- 5140. Fax: (319) 356-5009. B. Engineer: Director of Public Works for the City of Iowa City, Iowa or his authorized representative. Telephone: (319) 356-5144. Fax: (319) 356-5009. C. Engineer's Consultant: HR Green, Inc., 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 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, mate rials, 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, SUMMARY OF WORK 01010- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 Contractor's 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. 1.06 WORK BY OTHERS A. Owner's activities within the project area will be concurrent with the Work under this Contract. Contractor shall conduct his operations so as to cause minimal interference with the work of such other contractors and landfill personnel, and shall cooperate fully with such individuals to provide continued safe access to their respective portions of the site as required to perform their respective contracts. 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 their 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. 1.08 SEQUENCE OF CONSTRUCTION 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 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. SUMMARY OF WORK 01010 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 A. As indicated in the Advertisement for Bids, and as modified by addendum or amendment. 1.10 WORKING HOURS A. The Contractor's hours of operations are to be Monday 8:00 A.M. through Saturday 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 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 they have investigated prior to bidding and are satisfied 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. SUMMARY OF WORK 01010-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa C. The Contractor further acknowledges that they are satisfied as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered 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 prior to receipt of Bids. Any failure by the Contractor to acquaint themselves with the available information will not relieve them 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 it warrants an adjustment to the Contract. 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 WELLS, LEACHATE, AND GAS STRUCTURES A. The locations of ground water monitoring wells and other structures are indicated on the Drawings. The Contractor shall take all precautions required to prevent damage to these structures. If conflicts arise, resolve these conflicts with the Engineer. :. B. Costs associated with damages to these structures as a result of Contractor neglig—ince shall be deducted from the Contractor's final pay request. . • SUMMARY OF WORK 01010 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1.17 BARRIERS 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 r.� Ci W ( _ -. _ 7 '3 ti r ► y • i 7 SUMMARY OF WORK 01010-5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01225 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Application for Payment. 2. Retainage. 3. Partial Payments. 4. Final Payment. 5. Change Orders. 6. Measurement and Payment— Unit Prices. 1.02 SCOPE A. Payments to the Contractor shall be made on the basis of the Bid Schedule items as full and complete payment for furnishing all materials, labor, tools and 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 discrepancies 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. 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. MEASUREMENT AND PAYMENT 01225 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 shall contain 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. 1.04 RETAINAGE A. To 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. 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 MEASUREMENT AND PAYMENT 01225 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa and Contract Time with full documentation and a statement describing the effect on Work by Contractor. 1.08 MEASUREMENT AND PAYMENT(UNIT PRICES) A. The quantities set forth in the Bid Schedule are estimates and have been provided to establish a uniform basis for the comparison of bids. Owner reserves the right to increase or decrease the quantity of any class or portion of the work during the progress of construction in accordance with the terms of the Contract. B. Unit prices are used as a means of computing the final figures for bid 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 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. • b. The lump sum price for this item will be paid out proportionately over the duration of the Contract. 3. Fire Debris/Garbage/Unsuitable Soil Excavation: • a. Excavation and stockpiling of material that cannot be used for liner reconstruction or general grading purposes, including but not limited to; fire debris, mixed soil/debris and related contaminants, and soil rendered unsuitable for use from exposure to intense heat. Also includes garbage excavation necessary to expose MEASUREMENT AND PAYMENT 01225-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa existing liner for tie-in to new. Incidental items to this work include, but are not limited to; dewatering, sheeting, shoring, and bracing; and management of leachate and surface flow from existing landfill until connection to new landfill cell and piping system is complete and permitted for operation by the IDNR. 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. Excavation: a. Excavation of earth material to proposed subgrade elevations for cell construction and storm water drainage, including but not limited to; placing and compacting soil for filling of low areas, embankments, and general grading, all in accordance with the Contract Documents. Incidental items to this work include, but are not limited to; dewatering; sheeting, shoring, and bracing; and management of leachate and surface flow from existing landfill until connection to new landfill cell and piping system is complete and permitted for operation by the IDNR. b. Payment will be at the Contract unit price per cubic yard of excavation, defined as volume of earth 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. 5. Borrow: a. Excavation and hauling of earth from designated borrow area for use in cell construction and storm water drainage, including but not limited to; placing and compacting soil for filling of low areas, embankments, and general grading, all in accordance with the Contract Documents. Incidental items to this work include, but are not limited to; surveying for measurement of quantities, dewatering; sheeting, shoring, and bracing; and management of leachate and surface flow from existing landfill until connection to new landfill cell and piping system is complete and permitted by the IDNR. b. Payment will be at the Contract unit price per cubic yard of borrow excavation, defined as volume of earth in its original space as measured by Contractor's survey and verified by Engineer. 6. Drainage Sand: 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. 7. 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 MEASUREMENT AND PAYMENT 01225 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa are not limited to; source testing and submittals, dewatering, moisture conditioning or drying as part of installation and maintenance of installed material. Excavation and stockpiling of existing clay liner material and additional clay excavated and hauled from soil borrow area are included in the "Excavation" and "Borrow" items, respectively. b. Payment 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. 8. HDPE 60-mil Geomembrane(Smooth): a. Includes furnishing and installing smooth HDPE geomembrane 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. 9. HDPE 60-mil Geomembrane(Textured): a. Includes furnishing and installing textured HDPE geomembrane 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. 10. 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. 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. 11. 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. 12. Coarse Drainage Stone (Source: On-Site Stockpile): - - a. Includes installing coarse drainage stone in accordance with the Contract Documents for use in trenches and sumps within the lined landfill cell. This material was recovered from the fire damaged cell and is currently stockpiled on- site as indicated on the Drawings. Incidental items to this work include}labor and equipment for separation of miscellaneous debris from the aggregate as it is excavated from the stockpile area and again as it is installed in the landfill cell. 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 -5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 13. Coarse Drainage Stone (Source: Furnished by Contractor): 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. 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. 14. Tire Derived Aggregate (Source: On-Site Stockpile): a. Includes installing tire derived aggregate layer in accordance with the Contract Documents for use in the lined landfill cell. This material was salvaged from unburned portions of the FY09 cell and is currently stockpiled on-site as indicated on the Drawings. Incidental items to this work include, but are not limited to; labor and equipment for separation of miscellaneous debris from the aggregate as it is excavated from the stockpile area and again as it is installed in the landfill cell. Also includes cleanup of TDA and other debris at the stockpile area. 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. 15. Tire Derived Aggregate (Source: Furnished by Contractor_ a. Includes furnishing and installing tire derived aggregate layer in accordance with the Contract Documents for use in the lined landfill cell. Incidental items to this work include, but are not limited to; source testing, submittals, and restoration of stockpile areas. 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. 16. 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. 17. 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. 18. HDPE, SDR-17 HDPE, 6" Dia., Perforated: �= —. a. Item includes furnishing and installing pipe in accordance with tlie' Contract Documents. Incidentals include but are not limited to; submittals, pipe jointing and connections to other structures, fittings, jetting, televising, and testing. Bedding MEASUREMENT AND PAYMENT 01225 -6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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, 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, jetting, televising, 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. 20. HDPE, SDR-17, 8" 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, jetting, televising, 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. 21. HDPE, SDR-17, 8" Dia., Solid: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, bedding, backfill, compaction, pipe jointing and connections to other structures, fittings, jetting, televising, and testing. b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 22. 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, jetting, televising, 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. 23. HDPE, SDR-17, 10" Dia., Solid: a. Item includes furnishing and installing pipe in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, bedding, pipe jointing and connections to other structures, fittings, cap, jetting, televising, and testing. - b. Payment for this item will be at the Contract unit price per linear foot of pipe installed. 24. PVC Pipe, SDR-35, 4" 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, MEASUREMENT AND PAYMENT 01225-7 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa excavation (sheeting shoring, bracing, and dewatering as required), bedding backfill. 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. 25. 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, 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. 26. PVC Pipe. SDR-35, 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), bedding backfill, 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. 27. LP-1/Secondary Sump Riser, 16" Dia, HDPE Fabricated Structure): a. Item includes furnishing and installing HDPE fabricated structure in accordance with the Contract Documents. Incidentals include but are not limited to; submittals, 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 pump sum price for this structure. 28. HDPE Pipe Penetration Structure: 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 lump sum price for this structure. 29. 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 pipes, fittings, mounting hardware, and testing. b. Payment for this item will be at the Contract lump sum price. 30. Cleanout and Riser Access Covers a. Item includes furnishing and installing protective CMP covers over leachate and piezometer risers in accordance with the Contract Documents.--Incidentals include but are not limited to; locking metal cap for CMP, airtight cap-for.1-IDPE•pipe, and concrete annulus plug. T' �' s� b. Payment for this item will be at the Contract price for each installation. C) c..; MEASUREMENT AND PAYMENT 01225 -8 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 31. 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. 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. 32. Waste Relocation and Placement: a. Includes loading and hauling of Owner furnished landfill waste and select waste material from on-site waste source area and installing in new landfill cell, all in accordance with the Contract Documents. Incidentals include but are not limited to; separation of existing soil cover or other unsuitable material from the landfill waste at the waste source area, construction of haul roads, litter and leachate management. 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. 33. 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. filter socks, silt fence, mulch, etc.). b. Payment for this item will be at the Contract lump sum price to be paid out proportionately over the duration of the Contract. 34. 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. 35. 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. 36. 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 p1225 -9 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 37. 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. 38. Stabilization Seeding a. Includes furnishing and installing clean seed 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. 39. 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. b. Payment for stabilization mulching will be the Contract unit price per acre installed. 40. Seeding/Fertilizer/Mulching: 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 Contractor's expense. b. Payment for this item will be at the Contract unit price per acre. 41. Surveying: a. Includes surveying, staking, and restaking required for construction and documentation, surveying to determine quantities, and as-built drawings in accordance with the Contract Documents. b. Payment for this item will be at the Contract lump sum price to be paid out proportionately over the duration of the Contract. PART 2 PRODUCTS — NOT USED PART 3 EXECUTION — NOT USED END OF SECTION • N a w MEASUREMENT AND PAYMENT 01225 - 10 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01230 ALTERNATE BID ITEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Requirements and descriptions for products and scopes of Work identified as Bid Alternate in the Drawings and Specifications and listed as"Bid Alternate" on the Form of Proposal. B. Procedures for pricing Alternates. C. Documentation of changes to Contract Price and Contract Time. 1.02 DEFINITIONS A. Alternate is amount proposed by Bidder to be added to or deducted from the base bid if Owner accepts the Alternate. 1.03 ACCEPTANCE OF ALTERNATES A. For purposes of determining lowest responsible bidder in consideration of all the bids submitted, the Owner reserves the right to accept or reject any or all Alternates on the Form of Proposal as it may consider in the best interests of the Owner. B. Credit for Alternate is net addition or deduction to base bid to incorporate Alternate into Work. No other adjustments will be made to Contract Price. C. Acceptance of Alternate does not include a change in Contract Time. 1.04 COORDINATION A. Coordinate related work and modify surrounding work to integrate the Work of Alternate. B. Include as part of alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for complete installation whether or not indicated as part of Alternate. C. Execute accepted Alternate under same conditions as other Work of Contract. 1.05 SCHEDULE OF ALTERNATES A. Alternate No. 1 —Leachate Drainage Sand 1. Base Bid condition: Tire Derived Aggregate (Specification Section 02063). 2. Alternate Bid Condition: Replace Tire Derived Aggregate with Leachate Drainage Sand as described in Specification Section 02062. B. Alternate No. 2—Fine Crushed Quarry Stone 1. Base Bid condition: Tire Derived Aggregate(Specification Section 02063). 2. Alternate Bid Condition: Replace Tire Derived Aggregate with Fine Crushed Quarry Stone as described in Specification Section 02062. a. Includes installation of 8 oz/sy non-woven geotextile for liner protection (Specification Section 02075). • ALTERNATE BID ITEMS - 01230- 1 • .7 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa C. Alternate No. 3—Coarse Crushed Quarry Stone 1. Base Bid condition: Coarse Drainage Stone (Specification Section 02062) 2. Alternate Bid Condition: Replace Coarse Drainage Stone with Coarse Crushed Quarry Stone as described in Specification Section 02062. a. Includes installation of 16 oz/sy non-woven geotextile for liner protection (Specification Section 02075). PART 2 PRODUCTS— NOT USED PART 3 EXECUTION — NOT USED END OF SECTION ti G w r .- __ •_J - t Il r v • O ALTERNATE BID ITEMS 01230 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01295 SCHEDULE OF VALUES PART 1 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 A Submit to the Engineer a Schedule of Values based upon the Contract Price and Bid Schedule, listing the major elements of work and the dollar value for each element, within ten (10) days after the official Notice to Proceed. B. Upon request of the Engineer, support the values with data which will substantiate their correctness. C. The Schedule of Values, unless objected to by the Engineer, shall be used only 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. D. Identify each line item with the number and title of the payment item. n E. For the various portions of the Work: .- - - 1. Each item shall include a proportional amount of the Contractor's overhead and prbfit. 2. For items on which progress payments will be requested for stored materials, break down the value into: SCHEDULE OF VALUES 01295 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 Bid Item Description Unit Type Unit Price Estimated Quantity Scheduled Contract Amount Work Completed from Previous Applications Work Completed this Application Materials Presently Stored Total Completed and Stored to Date 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 77. • O • C. SCHEDULE OF VALUES 01295 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01315 COORDINATION AND MEETINGS PART 1 GENERAL 1.01 SUMMARY 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. Coordinate scheduling, submittals, and Work of the various Sections of specifications to assure efficient and orderly sequence of installation of interdependent construction elements. 1.04 PRECONSTRUCTION CONFERENCE 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. 12. Compliance with applicably safety rules and regulations. :7( . • 13. Compliance with applicable environmental rules and regulations. --''� 0 a 1.05 PROGRESS MEETINGS - ci A. Schedule and administer meetings throughout progress of the Work at weekly intervals. COORDINATION AND MEETINGS 01315 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1. Meeting intervals may be adjusted depending on nature of the Work as mutually agreed by Engineer and Contractor. B. Engineer will make arrangements for meetings, prepare agenda with copies for participants, preside at meetings, record minutes, and distribute copies to Contractor and Owner. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner's field representative, and Engineer or Engineer's Consultant, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems which impede planned progress. 5. Review of submittals schedule and status of submittals. 6. 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 • I-_> c__ • r - $ S •� r � COORDINATION AND MEETINGS 01315 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01330 SUBMITTALS PART 1 GENERAL 1.01 SUMMARY 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. 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 SUBMITTAL PROCEDURES 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. 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. SUBMITTALS 01330- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa I. 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. 2. Engineer will stamp each submittal with action stamp, appropriately marked with submittal action. 3. If information submitted is not sufficient to complete review of submittal, Engineer 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. B. Submittals returned to the Contractor will indicate one of the following: 1. Reviewed - Final Unrestricted Release: Engineer's review did not detect major deviations from conformance and intent of the Contract Documents. 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. Rejected - 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. 1.05 CONSTRUCTION PROGRESS SCHEDULES 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. r .' SUBMITTALS 01330 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa F. Indicate estimated percentage of completion for each item of Work at each submission. G. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. H. Schedule Revisions: 1. Weekly to reflect changes in progress of Work. 2. Indicate progress of each activity at date of submittal. 3. Show changes occurring since previous submittal of schedule. 1.06 PROPOSED PRODUCTS LIST 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. 1.08 PRODUCT DATA 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. Identify conflicts between manufacturers' instructions and Contract Documents. 1.10 MANUFACTURER'S CERTIFICATES A. When specified in individual specification Sections, submit manufacturers' ceiti icate to Engineer for review, in quantities specified for Product Data. - Cl SUBMITTALS 01330-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa B. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference date, affidavits, and certifications as appropriate. 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. PART 2 PRODUCTS - USED PART 3 EXECUTION - USED END OF SECTION N c-� W r r i s+rc = 1 t i C7 cp SUBMITTALS 01330 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01350 ON-SITE HEALTH AND SAFETY REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Health and Safety requirements at Landfill sites. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225—Measurement and Payment. 1. Work of this Section is incidental to the"Site Safety Plan Implementation" item. 1.03 DESCRIPTION A. Construction/remediation activities at landfills or other waste disposal sites may place Contractor's personnel, personnel of other contractors hired by Owner to perform Work at site, and public in potentially hazardous situations due to exposure to landfill refuse, leachate and gases. B. Contractor is responsible for implementation and enforcement of safe Work practices 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; uncovered refuse containing pollutants and chemicals harmful to human health. 2. Landfill gases including varying concentrations of methane and hydrogen sulfide gas are 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 employees or subcontractors only; and explosion-proof and non-sparking equipment and fire protection. 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: a. Fires may start spontaneously from exposed and/or decomposing waste._- • ON-SITE HEALTH AND SAFETY REQUIREMENTS ••" 01350- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa b. Fires and explosions in confined or enclosed spaces from the presence of methane gas. c. Landfill gases may cause oxygen deficiency, explosive conditions, or toxic atmospheres in underground trenches, vaults, conduits and structures. d. Sudden subsidence or collapse of the landfill surface during activities such as drilling or excavating. 3. 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. Do not come in direct contact with the leachate. 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. 4. Debris and residuals from a fire that occurred in 2012 are present within the limits of the project. This includes burnt tire derived aggregate, ash, steel tire belting, burnt and unburnt geosynthetic materials, and pyrolitic oil derived from the heated tire derived aggregate. Previous TCLP testing of the solids did not result in hazardous classification of the material. The pyrolitic oil was tested and is considered hazardous based on flash point and the presence of high levels of benzene. 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 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 be affected by Project. B. Contractor's duties and responsibilities for safety in connection with Work shall continue until such time as Work is complete and shall continue though the correction period as applicable under the Contract. 1.06 HEALTH AND SAFETY A. Contractor is responsible for implementation and enforcement of health arid.: 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. -� ON-SITE HEALTH AND SAFETY REQUIREMENTS 01350 2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 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. 8. Atmospheric monitoring. 9. Personal protection, clothing, and equipment. 10. Decontamination procedures. 11. Emergency procedures. 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 employees. 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. 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. s 2. Submittal of Contractor's HASP shall neither impose on Engineer responsibility for adequacy of HASP nor relieve Contractor from full responsibility therefore. . - a u - Y+"J • 1 �� ON-SITE HEALTH AND SAFETY REQUIREMENTS =..> `? 01350-3 ` c� HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 2 PRODUCTS—NOT USED PART 3 EXECUTION — NOT USED END OF SECTION r D • 4r.3 CD ON-SITE HEALTH AND SAFETY REQUIREMENTS 01350 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01360 PROJECT RECORD DOCUMENTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. 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 General Project Administration" item, except where direct payment is otherwise provided. 1.03 SUBMITTALS A. At Substantial Completion: 1. Deliver one marked up set documents to Engineer. 1.04 SITE RECORD DOCUMENTS 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 PART 3 EXECUTION 3.01 MAINTENANCE OF DOCUMENTS AND SAMPLES 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. pp not use record documents for construction purposes. C. Make documents and samples available for inspection by Engineer or Owner.: v e d PROJECT RECORD DOCUMENTS • :`013801 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 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 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. 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, swale/ditch 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. • H. Prior to final acceptance, the Contractor shall complete and deliver a complete set of record drawings to the Engineer, conforming to the construction records of the Contractor. These PROJECT RECORD DOCUMENTS 01360 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa drawings shall consist of corrected plans showing the reported location of the work. The information submitted by the Contractor and incorporated 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 for any errors or omission which may appear on the record drawings as a result. END OF SECTION . C.) L ) 7. . i rn tD Cr'1 PROJECT RECORD DOCUMENTS �' 01360- 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01400 QUALITY CONTROL PART 1 GENERAL 1.01 SUMMARY 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 that require laboratory testing. 1.03 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. 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. 1.05 QUALIFICATIONS OF LABORATORY C, A. Meet basic requirements of ASTM E329. ° il B. Testing Equipment: ; 1. Calibrated at reasonable intervals by devices of accuracy traceable to either: 7 bmi a. National Bureau of Standards. b. Accepted values of natural physical constants. cJ, eo QUALITY CONTROL 01400-1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 with Owner's QC&A Plan. 2. Contractor shall be responsible for coordination and scheduling Owner's testing services with Engineer, as needed for the project. 3. Failure of Contractor to schedule and coordinate sampling and tests may require Contractor to access previously installed Work in order to complete testing requirements. Costs for this access and rework shall be born completely by the Contractor. B. Contractor 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 are as 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. 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 y y_ QUALITY CONTROL 01400 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 3 EXECUTION— NOT USED END OF SECTION • 0 Imo,... 3 n QUALITY CONTROL 01400 - 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01457 TESTING PIPING SYSTEMS PART 1 GENERAL 1.01 SUMMARY A. Testing procedures and documentation for HDPE pipe material 1.02 SUBMITTALS A. Test reports (Attachment 1 from this section). B. Submit in accordance with Section 01330. PART 2 PRODUCTS 2.01 MATERIALS A. Furnish necessary piping connections between section of line being tested and air supply,together with other equipment, materials, and facilities necessary to make specified tests. B. Provide bulkheads,flanges,valves, bracing, blocking or other temporary sectionalizing devices that may be required. C. Provide equipment necessary to perform the test. PART 3 EXECUTION 3.01 PREPARATION A. Commence test procedures when following conditions are met. 1. Pipe section to be tested is clean and free of dirt, sand or other foreign material. 2. Plug pipe outlets with test plugs. Brace each plug to prevent blowouts. B. Install temporary piping, fittings, and equipment. 1. Add air slowly. C. Remove temporary materials after tests are complete. 3.02 PRE-INSTALLATION TESTING N A. Notify Engineer 24 hrs prior to test. -' P. B. Pipe Test Segments: 1. Butt weld. ---; 2. Less than 2,000 ft long. 3. Fitted with cap on one end and test apparatus on other end. -= . _� t.p . CJI TESTING PIPING SYSTEMS 01457- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa C. Environment: 1. Lay test segment on ground surface and allow to reach constant or ambient air temperature before test. 2. Perform test during period when pipe segment will be out of direct sunlight to minimize pressure changes as result of temperature fluctuations. D. Test: t Apply test pressure of 10 psig to test segment. 2. Observe test pressure for 1 hr. 3. Pressure drop over 1 hr period shall not exceed 1%. 4. Correct pressure change for temperature change. E. Test Failure: 1. Perform following when pipe segment fails pre-installation test. a. Check entire length of pipe and fusions for cracks, pinholes, perforations or other possible leakage points. b. Check blocked risers and capped end for leakage. c. Verify leaks by applying soap water solution and observe for bubble formation. 2. Repair pipe and fused joint leaks by cutting out leaking area and rebond suitable segments. 3. Retest after leaks are repaired. 3.03 FINAL TEST A. Pressure test in presence of Engineer. B. Perform on installed pipeline. 1. Perform in accordance with procedures for pre-installation testing. 2. Locate test apparatus at inlet for blower. C. Correct and retest leaks or defects. 3.04 TEST REPORTING A. Report each test in writing, on Form (Attachment 1) included with this section. B. Include following information if failure occurs. 1. Location of failure segment. 2. Nature of leaks. 3. Details of repairs performed. 4. Retest results. t.a N TESTING PIPING SYSTEMS 01457-2 ATTACHMENT 1 TO SECTION 01457 FORM PE PIPE PRESSURE TEST REPORT PROJECT NAME/NO: TIME: CONTRACTOR: DATE: PERSON PERFORMING TESTS: DESCRIPTION/LOCATION OF TEST SEGMENT(Pipe Diameter, Length, and SDRs): T1 = Initial temperature in °C= °C P; = Initial test pressure in psig = psig P� = Initial pressure in psig corrected for temperature (Ti)at time 't' t = Time in minutes from initiation of test Tt = Temperature in °C at time 't' Pt = Test pressure in psig at time't' Pc _ (P;+14.7)(T,+273)-14.7 (T,+273) Percent Pressure Drop= P`—P; x100 PC T, Pt Pc ZIP TIME TEMP GAUGE CORRECTED PRESSURE (min.) READING READING PRESSURE DROP (°C) (psig) (psig) (%) 0 20 30 40 50 60 -. PASS/FAILURE: RETEST(yes/no): =.: DESCRIPTION/NATURE OF LEAKS AND REPAIRS OF RETEST SEGMENT: •o -- TESTING PIPING SYSTEMS 01457-3 EXAMPLE CALCULATION SHEET GIVEN: P; = 10 psig T; =21.1°C = 70°F and at time t= 60 minutes Pt= 10.05 psig Tt = 23.0°C = 73°F Calculated Corrected Initial Pressure Pc = (10.0 + 14.7) (23.0 + 273) - 14.7 (21.1 +273) Pc= 24.85 - 14.7= 10.15 psig Calculate Percent Pressure Loss Pressure Loss = 10.15 - 10.05 x 100 = 0.98% <1% ok 10.15 .NOTE: The difference between the corrected pressure reading (Pc) and the gauge reading (Pt) cannot differ by more than 1% of the corrected pressure reading (Pa) (i.e., 0.105 @ 10.5 psig) over a time interval of 60 minutes. END OF SECTION ti �T A — _ 4 N) TESTING PIPING SYSTEMS 01457 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SUMMARY 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. 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. PART 2 PRODUCTS 2.01 TEMPORARY ELECTRICITY AND LIGHTING A. Provide and pay for power service required from Utility source. B. Temporary lighting shall be sufficient to 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 pay for heat 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. 2.04 TEMPORARY WATER SERVICE 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. TEMPORARY FACILITIES AND CONTROLS :.- c' 01500- Or, HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 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. 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." D. Remove field office from site upon approval by Owner and immediately after acceptance of the entire work by the Owner. E. Contractor shall pay utility costs associated with the field office. 2.09 ENGINEER'S FIELD OFFICE A. Furnish separate office or separate office within Contractor's field office.Engineer's field office shall be utilized by the Owner, Engineer, and testing laboratory personnel. It will also be used for weekly progress meetings. B. Provide field office with screened windows, lockable doors with minimum floor area of 300 sf. If located within Contractor's field office, 80 sf minimum shall be private office for Engineer. Include the following: 1. Heat and air conditioning, capable of maintaining 65 deg F winter and 75 deg F summer temperature. 2. Electric power and lights. 3. One desk and one desk chair for engineer's use. 4. One 30"x72"table with 6 visitor chairs. 5. One portable ABC fire extinguisher. 6. Potable bottle water with chiller(shared use with Contractor acceptable). 7. Stair and landing for access to office. C. Contractor is responsible for paying for and maintaining utility systems,office equipment and field office building(s)and for providing expendable supplies until final completion.: 2.10 TRAFFIC CONTROL ^^ 7 ' A. Provide temporary traffic control as defined in Supplementary Conditions. f;' 2.11 ACCESS ROADS AND TEMPORARY PARKING cp A. Construct and maintain temporary roads accessing public thoroughfares to serve constriiction area. TEMPORARY FACILITIES AND CONTROLS 01500 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 condition in which they were found prior to construction or restored as part of project completion. PART 3 EXECUTION 3.01 GENERAL A. Maintain and operate systems to ensure continuous service. B. Modify and extend systems as Work progress requires. 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 • fJ C_i AZ) G+7 cJ Y u • • C/1 Co TEMPORARY FACILITIES AND CONTROLS 01500-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01570 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS PART 1 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. B. Related Sections: 1. Section 02270—Soil Erosion and Sedimentation Control. 2. Section 02331 —Waste Excavation and Placement 1.02 MEASUREMENT AND PAYMENT 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://cfpub.epa.00v/npdes/stormwater/cgp.cfm. B. FHWA FLP-94-005 - Best Management Practices for Erosion and Sediment Control; Federal Highway Administration; 1995. 1.05 NPDES PERMIT 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 Activity for Construction Activities". __ B. Provide all monitoring and test reporting relating to the discharges as required by the permit. ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 2 PRODUCTS—NOT USED PART 3 - EXECUTION 3.01 GENERAL A. Employ and utilize environmental protection methods, obtain all necessary permits, and 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 Contractors activities. B. Land Protection: 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 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. 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: ter_ v :_i-- ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS "` 01512 J-- Q N) HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1. Utilize methods necessary to effectively prevent erosion and control of sedimentation. Such methods may include but are not necessarily limited to the following: a. Retardation: Mechanically retard rate of runoff by construction of diversion ditches, terraces, and berms. Divert run off to protect drainage courses. b. Protect side and backslopes as soon as rough grading is complete 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. 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 areas at no cost to Owner. J. Erosion Off Site: Prevent erosion of soil and deposition of sediment on other properties caused by water leaving the project site due to construction activities for this 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. 4. If erosion occurs due to non-compliance with these requirements, restore eroded areas at no cost to Owner. ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. 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 designated area of the landfill as directed by the Engineer. a. Refer to Section 02331, Waste Excavation and Placement 3.04 CONTROL OF CHEMICAL WASTE A. Store and dispose of chemical wastes in a manner approved by regulatory agencies. 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 unproper discharges and corrective actions. - ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa F. Properly manage flow of leachate into and out of project area for the duration of the project. 1. Refer to Section 02331, Waste Excavation and Placement. 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. 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. B. Equip compressors, hoists, and other apparatus with mechanical devices necessary to minimize noise and dust. Equip compressors with silencers on intake lines. C. Equip gasoline or oil-operated equipment with silencers or mufflers on intake and exhaust lines. D. Route 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 01010, 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. t7 L7 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS L 01570- 5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill 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 equipment from Project site. 3.11 COMPLETION OF WORK A. Upon completion of work, leave area in a clean, natural looking condition. B. Remove all signs of temporary construction and activities incidental to construction of required permanent work. END OF SECTION C--; 7 • J:0 ter• • yLq J CD ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 01570 -6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01600 MATERIALS AND EQUIPMENT PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Conditions for material substitutions and "or equal". 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 not properly stored, insured or without approved submittals. b. No payment will be made for equipment and materials stored off-site. c. Previous payments for items will be deducted from subsequent progress estimate(s) if proper storage procedures are not observed. 1.03 SUBSTITUTIONS AND "OR EQUAL" A. Quality Assurance: 1. In making request for substitution or an "or equal" 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 and "Or Equal" Product 1. Considered after award of Contract. ; 2. Written requests through Contractor only. 3. In accordance with Section 01330 and the General Conditions. : 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. MATERIALS AND EQUIPMENT 01600- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. d. Engineer not responsible for loss or damage to samples. D. Approval or Rejection 1. Written approval or rejection of substitution given by the Engineer. 2. 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. 1.04 DELIVERY A. Scheduling: 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 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. r- C. Identification: 1. Clearly and fully mark and identify as to manufacturer, item, and installatiionlocaton. D. Protection and Handling: 1. Provide manufacturer's instructions for storage and handlings' • 171 b •+w• III MATERIALS AND EQUIPMENT 01600 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1.05 MANUFACTURER'S INSTRUCTIONS A. Installation of equipment and materials shall comply with manufacturer's instructions. Obtain and distribute printed copies of such instructions to parties involved in installation. 1. Maintain one set of complete instructions at job site during installation and until 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 2 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. 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. - MATERIALS AND EQUIPMENT (-1600-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 3.03 FIELD QUALITY CONTROL A. Inspect Deliveries: 1. 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 for use on this Project. B. Monitor Storage Area: 1. Monitor storage area to ensure suitable temperature and moisture conditions are maintained. END OF SECTION r.J • C.) w - L'9 +73 --� rV MATERIALS AND EQUIPMENT 01600-4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01722 SURVEYING PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Surveying requirements for construction and documentation. B. Contractor shall employ and pay for surveying services. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225— Measurement and Payment 1.03 OWNER RESPONSIBILITIES A. Owner reserves the right to check accuracy of line and grade by visual inspection, checks between stakes, and periodic checks (with surveying equipment) between primary control monuments and stakes. B. Should Owner's activities disturb control, restaking or resurveying, restaking will be done by Contractor at Contractor's expense. 1.04 SUBMITTALS A. Provide survey staking and documentation data to the Engineer daily or as requested. B. Survey data shall be in electronic format, AutoCad, most recent version, or as approved by Engineer. 1. Provide paper copies of all data, as requested. C. Iowa Licensed Surveyor Certificate. 1.05 QUALITY ASSURANCE �- A. Survey work shall be under the direction of a surveyor PLS licensed in the State of Iowa. B. All submitted data shall be certified by Contractor's surveyor. . -- 1.06 PRIMARY CONTROL MONUMENT A. Verify established control monuments with City surveyor. B. Protect and maintain primary control monuments shown on Drawings throughout Project area. C. If marked corners and monuments are damaged by Contractor, replace by Registered Land Surveyor at Contractor's expense. SURVEYING 01722- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 2 PRODUCTS—NOT USED 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 shall be provided and established by Contractor's surveyor by means of stakes placed at site of Work. C. Contractor's surveyor shall be available during construction to spot survey any changes required during construction for record documentation, and to replace damaged staking. D. Provide reports during construction as requested and a final report at the project's completion. The reports shall include survey documentation for all items listed in this section. 3.02 SURVEY REQUIREMENTS A. Verify and accept Owner's existing conditions survey or conduct and submit a new existing conditions survey. B. Stakes for construction shall be set: 1. As required by Contractor. 2. At changes in grade. 3. Parallel to centerline of utility. a. Offset to best serve Contractor. b. Pipe shall be staked at 50-foot intervals. 4. All pipe fitting locations and any other relevant locations (i.e., changes in slope, pipe bends, etc.) shall be staked. 5. Stakes shall be permanently labeled as applicable (ground elevation, cut/fill, pipe invert elevation, the northing and easting coordinates, etc.). 6. Stakes for excavation and embankment will be set: a. Parallel to toe of slope. b. Offset to best serve Contractor. C. Liner Layer Thickness Documentation: 1. Surveyor shall document thickness of liner layers conducted on 100 foot x 100 foot grid. 2. In addition to grid, include survey points at all major breaks in slope (i.e. top and toe of slope). 3. The grid shall be extended vertically for each surface to enable calculatiorr-of vertical thickness of the layers at each grid point. The same grid points` hall 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 spreadsheeland reviewed and approved by the Engineer prior to Contractor starting construction of next layer.- • a. Provide thickness documentation and calculations on Excel spreadsheet for Engineer's review. • . ,. SURVEYING 01722-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 5. Surveyor shall document horizontal and vertical locations at each grid point for the following: a. Top of subgrade. b. Top of clay liner. c. 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. D. 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 piping, provided at 100 ft stations. 4. Pipe cleanouts, manholes, and any existing leachate lines exposed during the construction. 5. Inverts on upstream and downstream locations of culverts, storm sewer, and other surface water management structures. 6. Other surface features such as roads, etc. 7. Locations of underground and overhead electrical, telephone lines, buried gas lines and water lines. 3.03 DOCUMENTATION OF QUANTITIES A. Contractor's surveyor shall furnish survey data as may be required for calculation of quantities. B. Submit data in its entirety for each quantity determination. Progress payments will be in accordance with partial documentation verified by visual estimates of percent complete based on plan quantity. 3.04 FINAL REPORT AND SURVEY A. 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 shall also include all items listed in item 3.02 D, displayed as separate layers and properly annotated on the maps. END OF SECTION • r SURVEYING 01722 - 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 01780 CONTRACT CLOSEOUT PART 1 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 A. Punch List: The stated qualification accompanying either the Engineer's Certificate of Substantial Completion or the Certificate of Final Payment, or any list of construction items found to be deficient or incomplete through review of the Work by Engineer and communicated in writing to Contractor at any time during the Contract Period. 1.04 SUBMITTALS 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. PART 2 PRODUCTS— NOT USED _ «• CONTRACT CLOSEOUT1D1780- 1 c) HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 3 EXECUTION 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. 5. Work is completed and ready for final inspection. 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. 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 -2 Division 02 SITE CONSTRUCTION •-• • Ui • • •7‹ . . • _• • 1. D •. C HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02058 CLAY LINER PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Installation of compacted clay liner. B. Related Sections 1. Section 02072 - High Density Polyethylene(HDPE)Geomembrane 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225—Measurement and Payment. 1.03 DEFINITIONS A. Lift: One layer of clay material placed in loose lift and compacted to thickness specified. 1.04 QUALITY ASSURANCE A. All materials testing and documentation shall comply with Owner's QC&A Program Manual. 1.05 DESCRIPTION A. A four foot thick clay liner was installed in 2011 for the initial construction of Cell FY09. In 2012, a fire occurred which damaged the liner system within the designated limits of this reconstruction. This reconstruction project includes partial replacement of the existing compacted clay liner. B. Protect the portions of the clay liner and underlying groundwater drainage layer that are not replaced as part of this construction. PART 2 PRODUCTS 2.01 SOURCE OF MATERIAL A. Select clay materials for use in the compacted clay liner shall be from the existing cell reconstruction area and from designated on-site borrow areas. All fire damaged clay, sand, or other unsuitable materials shall be removed as directed by the Engineer. Removal of unsuitable materials is incidental to"Fire Debris/Garbage/Unsuitable Soil Excavation" bid item. 2.02 CLAY LINER C. A. Properties: 1. Permeability: 1 x 10-'cm/sec or less. CLAY LINER =- "020W-11 GJ HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 by Unified Soil Classification System. PART 3 EXECUTION 3.01 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 back from edge of excavation to avoid roll back, slides, or cave-ins. D. Provide minimum 2 day notice to Engineer before placing clay liner. 3.02 DEWATERING A. Perform work in dry conditions. Provide for handling water encountered during construction. 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. 3.03 CLAY MATERIAL PLACEMENT A. Shape subgrade to provide specified clay thickness smooth and free from loose stones. B. Place clay liner material in 8 in. loose lifts. C. Uniformly distribute moisture and disc each lift of clay material prior to compaction. Dry clay material that is too wet to permit compaction of liner to proper moisture content. 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. E. Place layers of clay to form continuous monolithic material. Knead each lift into previously placed lift with sheepsfoot roller, or similar kneading type compactor. CLAY LINER 02058 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa F. Compaction: 1. Sheepsfoot compactor spikes shall penetrate full depth of 8 in. loose lift. Minimum of 8 passes of compactor. 2. Average of all density tests must equal or exceed 95% standard Proctor density (ASTM D698). 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. 3. This specification must be met at time when geomembrane is deployed. 3.04 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 D2922 5 tests/lift/acre, offset each lift Standard Proctor D698 Changes in soil type Permeability D5084 1/acre/lift C. Rework and correct areas that fail testing: 1. Define rework area. 2. Disc. 3. Moisture condition. _4. Compact. 5. Retest. - D. Final acceptance of surface: 1. Smooth drum roll. . CLAY LINER • 102058-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. The clay liner shall not be subjected to freezing temperatures. END OF SECTION • (L.:n . -t-C) +J FT1 Cr L CLAY LINER N)02058-4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02062 GRANULAR DRAINAGE MATERIAL PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Coarse drainage stone for leachate collection. 2. Drainage sand for groundwater drainage. B. Related Sections 1. Section 02063–Tire Derived Aggregate 2. Section 01230–Alternate Bid Items 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225–Measurement and Payment. 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. PART 2 PRODUCTS 2.01 COARSE DRAINAGE STONE A. Durable, coarse, rounded river gravel. 1. Calcium carbonate content shall not exceed 15 percent. 2. Gradation Sieve Size Percent Passing 1" 100 '; w 3/4" 20-55 =1/2" 0-5 -'-- #200 0-3 — 3. Uniformity Coefficient:4 or less __ GRANULAR DRAINAGE MATERIAL ;-1 02062- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 4. Abrasion loss:AASHTO T96, Method C:45 max B. Use: As drainage stone around HDPE pipe in leachate collection trenches. 2.02 DRAINAGE SAND 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 lin. 2. Permeability: 1 x 10-3 cm/sec or greater at 100% standard Proctor density. 3. Uniformity Coefficient: 6 or less B. Use:As drainage media in groundwater collection layer. 2.03 ALTERNATE BID ITEMS A. Alternate No. 1 —Leachate Drainage Sand 1. Clean sands or gravels generally classified according to Unified Soil Classification System as SW, SP, GW or GP. 2. Calcium carbonate content shall not exceed 15 percent. 3. Gradation: Sieve Size Percent Passing 1/2" 100 #4 35-100 #40 10-35 #200 0-3 3. Permeability: 1 x 10-3 cm/sec or greater at 100% standard Proctor density. 4. Uniformity Coefficient: 6 or less 5. Use: For drainage media in leachate collection layer B. Alternate No. 2— Fine Crushed Quarry Stone 1. Crushed quarry stone consisting of igneous or metamorphic rock such as granite, basalt, quartzite, or gneiss. 2. Gradation: Sieve Size Percent Passing 1/2" 100 3/8" 20-55 #4 0-25 #200 0-3 3. Use: For drainage media in leachate collection layer 4. This alternate requires geotextile for liner protection. Refer to Section 02075. C. Alternate No. 3—Coarse Crushed Quarry Stone 1. Crushed quarry stone consisting of igneous or metamorphic rock such as granite, basalt, quartzite, or gneiss. 2. Gradation: =� Sieve Size Percent Passing (- 1" 100 c1 3/4" 20-55 ? = 4 • 1/2" 0-5 L., #200 0-3 C-3 GRANULAR DRAINAGE MATERIAL r) 02062-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 3. Use: As drainage stone around HDPE pipe in leachate collection trenches. 4. This alternate requires geotextile for liner protection. Refer to Section 02075. 2.04 SOURCE TESTING A. Source testing by Contractor: 1. Submit current test results to Engineer for review prior to hauling. 2. 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 Materials ASTM Reference Test Frequency Particle Size All D422 1 per source Petrographic Analysis Coarse Drainage Stone and to determine content Leachate Drainage Sand C295 1 per source of calcium carbonate Permeability Drainage Sand and D2434 1 per source Leachate Drainage Sand PART 3 EXECUTION 3.01 EXAMINATION 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. 2. Place in one lift to thickness shown on Drawings. _.. Y ' hY.xO +1 r 11 < GRANULAR DRAINAGE MATERIAL : 0206-3 c_n HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 3.03 QUALITY CONTROL A. Conformance testing by Engineer will occur at the following frequencies: Test Parameter Materials ASTM Reference Test Frequency Particle Size All D422 1/3000 cy Petrographic analysis Coarse Drainage Stone and to determine content of Leachate Drainage Sand C295 1/3000 cy calcium carbonate Permeability Drainage Sand and D2434 1/3000 cy Leachate Drainage Sand B. Drainage materials not in conformance with Specifications shall be removed and replaced at no cost to Owner. C. Damage to underlying geosynthetics resulting from Contractor's actions shall be repaired at no expense to Owner. END OF SECTION Zi '11 _• - 1 .+iii r^ ry GRANULAR DRAINAGE MATERIAL 02062 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02063 TIRE DERIVED AGGREGATE PART 1 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 3. Section 02331 —Waste Excavation and Placement 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225—Measurement and Payment. 1.03 REFERENCES A. Standard Practice for Use of Scrap Tires in Civil Engineering Applications ASTM 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. 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". B. Stockpile tire derived aggregate at locations shown on the drawings or as approved`br Engineer. C. Maintain stockpiles free from mud, dirt, or other foreign material. --C) - l J a . TIRE DERIVED AGGREGATE02063- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 rejected 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. 1.07 QUALITY CONTROL A. The TDA vendor shall implement a quality control program that ensures the TDA product meets the specifications and is consistent throughout the production and delivery period. Such a program shall include, but not be limited to the following: 1. Production equipment shall be checked for proper operation at every shift change. 2. Management shall instruct personnel loading the trucks to visually inspect the material as it is being placed in the trucks. The loaders shall be specifically instructed to watch for excessive bead wire and to ensure that the correct piles are being loaded. 3. A quality inspector assigned by management shall visually inspect the trucks as they are being loaded at least two times a day, dependent on loading schedule. B. The Contractor shall assign one individual on site to receive the daily shipments from the TDA vendor. This individual will visually inspect the TDA being delivered and compare with the representative QC sample. If it is determined that a load is unacceptable,the TDA shall be rejected and the Engineer shall be informed. C. Additional Quality Control and Assurance activities will be provided by the Engineer in accordance with the project's approved QC&A Program Manual. PART 2 MATERIALS 2.01 TIRE DERIVED AGGREGATE(SOURCE: FURNISHED BY CONTRACTOR) A. The 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 aggregate._. C. Tire derived aggregate shall be free of any contaminates such as oil or grecs ; L �T D. Gradation: �= 1. Maximum dimension, in any direction, 4 in. 2. Nominally 2 in. and may range from '/"to 4". -'-`' " 3. Free of wire protruding more than '/2". ..o" 4. Maximum of 1 percent(by weight) of fines and crumb rubber(<2mm). ', a N TIRE DERIVED AGGREGATE 02063-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa E. The tire shreds shall be free from loose bead or body wires that may cause damage to the geosynthetics. F. The tire derived aggregate shall not be derived from tires that had been previously exposed to fire. 2.02 TIRE DERIVED AGGREGATE (SOURCE: ON SITE STOCKPILE) A. Existing stockpile of TDA as shown on Drawings is conditionally approved for use in cell reconstruction. This stockpiled material was salvaged from the existing cell in 2012. It has not been exposed to fire but does contain a small amount of miscellaneous debris and solid waste. B. Contractor shall furnish labor during loading at the stockpile site and while unloading in the cell to remove miscellaneous debris and solid waste that could damage the liner or compromise the leachate collection system. Debris removal shall be to the extent practical,to the satisfaction of the Engineer. 2.03 SOURCE TESTING A. Analyze one representative sample per source for compliance of gradation requirements. 1. Gradation analysis not required for existing stockpiled TDA. B. New TDA used for this project shall be substantially similar to the TDA used in the previous FY09 cell construction project of 2010/2011. This determination shall be made by the Engineer based on comparison of new samples furnished by the Contractor and existing samples from the site. The existing material was previously accepted by the Engineer and the Iowa Department of Natural Resources based on the results of specialized,product specific stress-column testing. This testing will not be required if the new TDA is similar to the tested and approved TDA in particle size and amount/protrusions of bead wire. PART 3 EXECUTION 3.01 MATERIAL PLACEMENT A. Begin placing tire derived aggregate after, but not more than ten (10) days following, IDNR inspection and approval of the liner system. 1. Placement of TDA shall occur concurrently with the placement of select waste materials. Refer to Section 02331 "Waste Excavation and Placement". 2. The amount of TDA exposed in the cell prior to covering with at least five feet of select waste shall not exceed one acre at any time. 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. C. Tire derived aggregate shall be placed on the geocomposite from the bottom of the slope proceeding upwards and in a manner that prevents instability or damage to the geocomposite. D. Unless otherwise specified by the Engineer, all equipment for spreading fill material overlying the geocomposite shall comply with the following: TIRE DERIVED AGGREGATE , 02063-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa Maximum Equipment Minimum Separation Ground Pressure (psi) Thickness (inches) <5 12 5-10 . 18 >10 24 E. Placing and spreading the tire derived aggregate 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. Measure final layer thickness on 100-foot grid intervals by survey or probing in the presence of the Engineer. Correct deficient areas to meet specified thickness. END OF SECTION A) CJ G 1`v TIRE DERIVED AGGREGATE 02063 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02072 HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE PART 1 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 2. Section 02078—Geonet/Geotextile Composite 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225—Measurement and Payment. 1.03 REFERENCES 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. 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 ft2. G. Subgrade Surface-Soil layer surface which immediately underlies the geosyn)hetic material(s). 1.05 SUBMITTALS ——j = • A. Product data submitted prior to installation: 1. Resin Data. z'' t_7) HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE = ' cn 02072 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. b. Approved drawings will be for concept only and actual panel placement will be determined by site conditions. 2. Installer's Geosynthetic Field Installation Quality Assurance Plan C. Submittals upon completion of installation: 1. Certificate stating the geomembrane has been installed in accordance with the Contract Documents 2. Material and installation warranties 3. 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. B. The Installer shall complete all field testing in accordance with these specifications. 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 HDPE 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 HDPE 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 seamer, "master seamer," shall provide direct supervision, as required, over less experienced seamers. B. Quality Assurance Program 1. Manufacturer, fabricator, and installer shall participate in and conform withems and requirements of quality assurance program as outlined in this Section. m - HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE = 02072 2 CD HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1.08 MATERIAL LABELING, DELIVERY, STORAGE AND HANDLING 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. 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. PART 2PRODUCTS r` . _• L 4 Y • 2.01 MATERIALS A. Polyethylene Geomembrane Properties(60 mils): Z< L., $ 'y C./1 HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072 -3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1. Meets GRI GM13 and current revisions, Standard Specification for "Test 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. B. Use of material 1. Smooth (both sides) Geomembrane: On cell bottom having slopes less than 5% and in leachate collection trenches. 2. Textured (both sides) Geomembrane : 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 two spare operable seaming apparatus, unless otherwise agreed upon at pre-construction meeting. 2. Seaming equipment shall not damage geomembrane. 3. Use extrusion welding apparatus equipped with gauges giving temperature of extrudate at nozzle of apparatus, or utilize hand-held gauges to measure extrudate temperatures. 4. Use fusion-welding apparatus which are self-propelled devices equipped with 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 occurs 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. _C.; 5. Means of applying soapy solution. • _= C. Air Pressure Testing Equipment: 1. Air pump (manual or motor driven), equipped with pressure ga, capable of:generating, sustaining, and measuring pressure between 24 and 35 psi (160 and 240.1 Pa), 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. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 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 3EXEC UTION 3.01 QUALITY CONTROL SAMPLING A. Contractor shall make rolls available and assist Engineer in obtaining material inventory and material samples. 3.02 PREPARATION A. Surface Preparation: 1. Contractor is responsible for preparing supporting surface for geomembrane placement. 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. 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. -- . HIGH DENSITY POLYETHYLENE (HDPE)GEOMEMBRANE -T • 02072 5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa B. Protection: 1. Do not use equipment which damages geomembrane. 2. Ensure prepared surface underlying geomembrane has not deteriorated since previous acceptance, and remains acceptable immediately prior to geomembrane deployment. 3. Keep geosynthetic elements immediately underlying geomembrane clean and free of debris. 4. Do not permit personnel to smoke or wear shoes that can damage geomembrane while working on geomembrane. Personnel shall not bring glass bottles 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. 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. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE �p02072--6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa F. Seaming Methods: 1. Approved processes for field seaming are extrusion fillet welding and fusion 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 PROPERTY 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. 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. 4. 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 within 1 hr of seaming operation. e. Minimize exposed grinding marks adjacent to extrusion weld. Do not allow exposed grinding marks to extend more than 1/4 in. outside finished seam area. f. Grind perpendicular to seam. G. Seaming Procedures: 1. General Seaming Procedures (Ambient temperature between 32°F (0°C) 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 fog4or 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. _ I (n HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE ``' 02072-7 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. 2. Cold Weather Seaming Procedures (ambient temperature is below 32°F (0°C)). 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°C). 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. i. 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. 3. Warm Weather Procedures (ambient temperature is above 104°F (40°C)). a. No seaming of geomembrane is permitted unless demonstrated to Engineer that geomembrane seam quality will not be compromised. b. Trial 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. 7,-' 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. b. Spot welding or seaming: Bead of molten extrudate placed on flaw. Use to repair, pinholes, or other minor, localized flaws. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072 -8 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 requirements of this Specification. c. Extend patches or caps at least 6 in. (150 mm) beyond edge of defect. Round corners of patches with radius of approximately 3 in. (75 mm). 5. Do not place overlying layers over locations which have been repaired until appropriate acceptable nondestructive and destructive (laboratory) test results are obtained. 3.04 ANCHOR TRENCH 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. 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 appast one trial seam each day. ;, 3. Make trial seams under same conditions as actual seams. . 4. Make trial seams only under observation of Engineer. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE b2072 -9 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 seamer 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 Engineer for possible laboratory destructive seam testing. If required by Engineer, remaining portion of trial seam sample may be subjected to destructive testing. C. Nondestructive Seam Testing: 1. General: a. Purpose of nondestructive tests is to check continuity of seams. It will not 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. 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 kPa). Close valve and allow pressure to stabilize for approximately 2 min. f. Observe air pressure 5 min after initial 2 min stabilization period ends. If pressure loss exceeds Maximum Permissible Pressure Differential or pressure does not stabilize, locate faulty area and repair. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072 - 10 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa MAXIMUM PERMISSIBLE PRESSURE DIFFERENTIAL AFTER 5 MINUTES Material (mil) Pressure Diff. (psi) 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. c. Failed destructive seam sample shall result if grips of testing machine cannot be closed on sample test flap (available flap is 1/2 in. long or less) due to excessive temporary welding. 2. Location and frequency: a. Test at minimum frequency of one test location per 800 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:/lwww.geosynthetic-institute.orq) 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 locatio0 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 vacp m testing requirements. HIGH DENSITY POLYETHYLENE (HDPE) GEOMEMBRANE 02072- 11 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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). 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(10 ft (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 destructive test repair seam. d. When sample fails, Engineer may require additional testing of seams that were welded by same welder and/or welding apparatus during same time shift. E. Repair Verification: 1. Engineer shall observe number and log each repair. 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 - 12 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02075 GEOTEXTILE PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Geotextile for protection, separation, and filtering applications. B. Related Sections 1. Section 02373—Riprap. 2. Section 01230—Alternate Bid Items 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225—Measurement and Payment. 1.03 REFERENCES A. Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, current edition. 1.04 SUBMITTALS 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: i. a. Manufacturer's name. b. Product identification. : - —! c. Roll number. T-a d. Roll dimensions. • CTI GEOTEXTILE 02075- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 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: Property Method Value Mass/Unit Area ASTM D5261 8 oz/sy Grab Strength ASTM D4632 220 lb min. Trapezoidal Tear Strength ASTM D4533 95 lb min. CBR Puncture ASTM D6241 575 lb min. Apparent Opening Size ASTM D4751 AOS<80 Permittivity ASTM D4491 1.5 sec' Flow Rate ASTM D4491 110 gal/min/ft' C. Manufacturers: 1. Propex Inc., Geotex 861. 2. Equal. D. Geotextiles shall be stock products, i.e., except when specifically authorized in writing by Owner, 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 ALTERNATE BID ITEMS A. Include as part of designated Alternates. 1. Alternate No. 2: 8 oz/sy, Propex Inc., Geotex 861 or equal. 4: _ , 2. Alternate No. 3: 16 oz/sy, Propex Inc., Geotex 1701 or equal. - -� B. Use: As liner protection beneath crushed aggregate. c.. 2.03 SOURCE QUALITY CONTROL —'- -� A. Tests: 1. Geotextiles shall be tested by geotextile manufacturer to evaluate characteristic&for quality control. 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 GEOTEXTILE 02075 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 A. Preparation: 1. During placement of geotextiles, care shall be taken not to entrap in or beneath geotextiles stones, excessive dust, or moisture that could damage geomembrane, cause clogging of drains or filters, or hamper subsequent seaming. B. Geotextile Deployment: 1. On slopes, anchor geotextile securely and deploy geotextiie down slope in controlled manner to continually keep geotextile in tension. 2. Weight geotextile with sandbags or equivalent in presence of wind. Do not 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. 5. Polymeric thread with chemical and ultraviolet light resistance properties shall be used when sewing seams equal to or exceeding those of geotextile. 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 • -' Fz T�1 ' Cn GEOTEXTILE 02075-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02078 GEONET/GEOTEXTILE COMPOSITE PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Composite geotextile and geonet used as filter and drainage media in lining systems. 2. Geonet/geotextile used for protection of geomembrane. B. Related Sections 1. Section 02062—Granular Drainage Material 2. Section 02063—Tire Derived Aggregate (Leachate Collection Layer) 3. Section 02072—High Density Polyethylene (HDPE) Geomembrane 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225— Measurement and Payment. 1.03 SUBMITTALS 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: 6 a. Manufacturer's name. b. Product identification. c. Roll number. �� yl� d. Roll dimensions. B. Storage and Protection: 1. Contractor shall provide on-site storage area for geocomposite rolls from time-of delivery until installed. GEONET/GEOTEXTILE COMPOSITE 02078 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. PART 2 PRODUCTS 2.01 MATERIAL 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= 15 min., and boundary conditions=plate/geocomposite/plate. 2. Ply(peel) adhesion (ASTM D413 or F904): >_1 lb/in. B. Geonet component: 1. Thickness (ASTM D5199): >_270 mil. 2. Density(ASTM D1505): 0.940 g/cc. 3. Carbon black content(ASTM D1603): 2%. 4. Tensile strength (ASTM D1682 or 5035): . 100 lb/in. C. Geotextile 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): >95 gal/min-ft2. D. Manufactures: 1. GSE Lining Technology, Inc., PermaNet HL, FR62080080T 2. Equal. 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. - - GEONET/GEOTEXTILE COMPOSITE .92078-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 methods and frequencies listed in the following table: Table 02078-1 Manufacturing Quality Control Test Frequencies Characteristics Test Method Units Frequency Bi-Planar Resin Polymer Density ASTM D 1505 g/cm3 Once Per Lot Melt Flow Index ASTM D 1238 g/10 min Once Per Lot Geonet Test Carbon Black ASTM D 1603 % 1/50,000 ft2 Tensile Strength, MD ASTM D 5035 lb/ft 1/50,000 ft2 Density ASTM D 1505 g/cm3 1/50,000 ft2 Geotextile Tests Mass per Unit Area ASTM D 5261 oz/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 Geocomposite Tests Ply Adhesion ASTM D7005 lb/in 1/50,000 ft2 Transmissivity ASTM D 4716 m2/sec 1/540,000 ft2 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 maxilnurji design normal load for the MSWLF unit, and at the design load expected frorii-one lift of waste. a. Maximum design normal load = 10,000 psf �' c b. Design load from one lift of waste = 310 psf GEONET/GEOTEXTILE COMPOSITE 02078- 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 3.01 FAMILIARIZATION A. Prior to installation, geomembrane installer shall carefully inspect the installed work of all other Sections and verify that all work is complete to the point where the installation of the geocomposite may properly commence without adverse impact. B. If the geomembrane installer has any concerns regarding the installed work of other Sections, he shall notify the Contractor and Engineer. 3.02 INSTALLATION 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. 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: 1. Each component of the geocomposite will be secured or seamed to the like component at overlaps. 2. Geonet Components: a. Overlap adjacent geonet roll edges minimum of 3 in. The overlaps shall be joined by tying the geonet structure with cable ties. Ties shall be spaced every 5 feet along the roll length. ; ..., - s O GEONET/GEOTEXTILE COMPOSITE 02078 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa Overlap cores minimum of 3"as shown / Continuous Sewing or Leistering and secure with plastic ties every 5ft / AVM +A$A+A$A$A ew#•YAVOTOVOVOYMVI�• F Overlap geotextile flaps as shown and seal topside with described --{ 3" min. method b. Adjoining geocomposite rolls (end to end) across the roll width should be shingled down in the direction of the slope. The geotextile shall be peeled off of the geonet to allow the geonet portion of the top to directly overlap 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. Any geotextile that is damaged during this process shall be repaired according to 3.03. Overlap cores minimum of i2"as shown m:: Continuous Sewing or Leistering and secure with plastic ties every lft 4'004+++444+4+4++++f +++4+++++++4+++++4', 4$4 _ i. - Down Slope DDirection rz° min. 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), continuously sew geotextiles or thermally bond with written approval of Engineer. d. When sewing, use polymeric thread with chemical and ultraviolet light resistance properties equal to or exceeding those of geotextile. ';; e. Use locking stitch. -„ , . GEONET/GEOTEXTILE COMPOSITE ?' c C12078 - 5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 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 • • O� , fY .-exrs • GEONET/GEOTEXTILE COMPOSITE 02078 -6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02232 SITE PREPARATION PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Site clearing and grubbing 2. Protection of utilities and other structures. B. Related Sections include but are not necessarily limited to: 1. Section 02270- Soil Erosion and Sediment Control. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225—Measurement and Payment. 1. Items of this Section are considered incidental to the"Excavation" item. 1.03 GENERAL 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. 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 tineto 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:IDS/ the SITE PREPARATION 02232- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 volt 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. MidAmerican Energy Company, Davenport, IA 563/333-8186 PART 2 PRODUCTS—NOT USED PART 3 EXECUTION 3.02 SITE CLEARING A. 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. B. Disposal of Materials: 1. Clean organic matter such as timber, stumps, brush, roots and grasses resulting from clearing and grubbing shall be disposed of at an on-site location as directed by landfill staff. 2. Material containing unacceptable amounts of fire debris, trash and/or rubbish shall be disposed of in the landfill as directed by the Engineer. 3. Paved roads used by landfill staff and the public shall not be used for hauling olsite materials. All on-site hauling of materials shall be coordinated with landfill persollnel. END OF SECTION o SITE PREPARATION 02232 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02270 SOIL EROSION AND SEDIMENT CONTROL PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation standards for erosion and sediment control features. a. Filter socks. b. Silt fence. c. Erosion control lining d. Stabilization seeding e. Stabilization mulching B. Related Sections 1. Section 01570— Environmental Protection and Special Controls 2. Section 02232—Site Preparation. C. Contractor is responsible for all erosion control during construction activities. Erosion control measures described in this Section and on the Drawings are intended 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. 1.04 QUALITY ASSURANCE 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. SOIL EROSION AND SEDIMENT CONTROL 02270- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 2 PRODUCTS 2.01 MATERIALS A. 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. B. 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. C. Erosion Control Lining 1. Manufacturer a. American Excelsior Company, Curlex 1 b. Equal. D. Mulch for soil stabilization 1. Oat straw. 2. As approved by the Engineer F. Stabilization seed mix 1. Mix Cover Crop % of Mix Component Oats 80 Rye-grass, annual 20 100 c.� PART 3 EXECUTION 3.01 INSTALLATION -r A. Filter Socks shall be placed as shown on the Drawings and as directed to form checks or dams to control erosion and siltation. 1. 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. 2. Remove sediment from behind erosion logs to prevent overtopping. B. Silt Fence: 1. Furnish and install according to the Drawings, or as directed by the Engineer. SOIL EROSION AND SEDIMENT CONTROL 02270 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa C. Erosion Control Lining: 1. Provide in all ditches and channels where riprap is not specified. To be installed 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 lbs/acre 3.02 DURING CONSTRUCTION PERIOD 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.1 B. Clean out temporary sediment control structures that are to remain as permanent measures. SOIL EROSION AND SEDIMENT CONTROL 02270-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 6 w :El» • t..J� '> (7-3 CD SOIL EROSION AND SEDIMENT CONTROL 02270-4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02311 MASS EXCAVATION, BACKFILLING &COMPACTION PART 1 GENERAL 1.01 SUMMARY 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 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225-Measurement and Payment. 1.03 REFERENCES A. Iowa Department of Transportation"Standard Specifications for Highway and 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. 1. 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 its representative will: 1. Approve materials proposed for incorporation into the work. • 2. Inspect subgrades and excavations and evaluate suitability of materials encountered. MASS EXCAVATION, BACKFILLING &COMPACTION 02311 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 for the Work are as shown on Drawings. B. Stockpiling Excess Materials. Remove excess topsoil and excavated material. Stockpile excess material as shown on the drawings. C. Haul routes: 1. 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 photographs and written descriptions. 3. Keep reasonably free from debris from construction operations. 4. Clean daily as needed. 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. PART 2 PRODUCTS 2.01 EARTH MATERIALS A. Suitable Materials: Structural fill, controlled fill, and earth fill 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 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, or contains debris, waste, or other objectionable material 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. yt(. MASS EXCAVATION, BACKFILLING & COMPACTION Tt 021 2 • Q HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 3 EXECUTION 3.01 GENERAL A. Protect existing structures and utilities and clear and grub in accordance with Section 02232. B. After clearing and grubbing, proof roll embankment cell, and other areas 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 ponding 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. 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. 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. MASS EXCAVATION, BACKFILLING &COMPACTION <.n HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. 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 slope 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 for full 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 and compacted. Dry material that is too wet to meet compaction and moisture content 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. I. 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. C. Prevent surface water from flowing into excavations; promptly remove any water accumulated. 1. Site runoff shall comply with NPDES Permit#2 and Section 01570. D. Maintain dewatering operations to prevent groundwater from exceeding elevations shown ori' Drawings until construction work has been completed to level indicated. �a 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. MASS EXCAVATION, BACKFILLING & COMPACTION 02311 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. 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 (field)tile repair: 1. Notify the Engineer promptly when 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. 3.08 FIELD QUALITY CONTROL A. Tolerances: 1. 0.5 horizontal and 0.2 feet vertical unless otherwise approved in writing by Engineer. 2. 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. r 4. Degree of finish shall be ordinarily obtainable from either blade-grader or-scraper-,:5 operations, except as otherwise specified. •.,1 - 7 �.7 MASS EXCAVATION, BACKFILLING & COMPACTION Q02311 -5 '.J HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa B. Conformance Testing by Engineer: 1. Conformance testing of in-place material will occur at the following frequencies: TABLE 02311-1 CONFORMANCE TESTING Test Parameter ASTM Test Frequency Min. Number Reference of Tests Moisture/Density D2922 1 test per lift, per 500 ft embankment TBD D1556 offset each lift, or 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. e. Retest. 4. Notify Engineer when rework area is ready for retest. 5. Rework areas that fail retesting shall have material removed and replaced at no cost to Owner. END OF SECTION tJ O CD Cw! —71 ,mss ' ,mm - >- MASS EXCAVATION, BACKFILLING & COMPACTION 02311 -6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02316 TRENCHING, BACKFILLING AND COMPACTING PART 1 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 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 other systems. 1.03 REFERENCES A. ASTM D2922-Density of Soil and Soil-Aggregate in Place by Nuclear Methods(Shallow Depth). B. ANSI/ASTM D698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5 lb. (2.49 Kg) Rammer and 12 inch (304.8 mm) Drop. C. Iowa Department of Transportation"Standard Specifications for Highway and Bridge Construction," latest edition and current supplements thereto. 1.04 DEFINITIONS A. 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. B. Material Classification. 1. Earth: All materials not classified as rock or rubble, includes: clay, silt, sand, gravel, hardpan,and stones. 2. Rock: Buried boulders larger than 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. CZ) 1.05 SUBMITTALS k ` A. Gradation test results for each source of pipe bedding. - a • TRENCHING, BACKFILLING AND COMPACTING c102316-1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 1.06 QUALITY ASSURANCE A. Owner will 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. Engineer 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 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. C. Owner will pay for passing tests. Retesting due to initial test failures shall be paid for by the Contractor. 1.07 PROJECT/SITE CONDITIONS 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. PART 2 PRODUCTS 2.01 BEDDING MATERIALS A. Bedding for pipes and structures shall be approved imported material. Material to be free of foreign substance,debris, large stones, rocks(1%", 37 mm.), roots, organic or frozen material, expansive material and other deleterious materials. ria V r? yw� r C) TRENCHING, BACKFILLING AND COMPACTING `02316-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa B. Granular pipe bedding:clean crushed stone;comply with following gradation,dependent upon pipe diameter. Pipe 4" -18" Diameter Pipe Over 18" Diameter Sieve (Percent Passing) (Percent Passing) 1" 100 100 3/4" 90-100 90-100 3/8" 50-90 20-55 No.4 35-80 0-10 No.10 20-65 0-5 No.40 10-35 No. 200 0-10 C. Stabilizing Material: Sharp, clean crushed stone; comply with following gradation: Sieve Percent Passing 2-1/2" 100 2" 90-100 1-1/2" 35-70 1" 0-15 1/2" 0-5 2.02 SELECT BACKFILL MATERIALS 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 1 1/2 inches, and debris. PART 3 EXECUTION 3.01 EXAMINATION -- • L 410 C,, A. Protect existing structures and utilities and clear and grub in accordance with-Section-d2232. TRENCHING, BACKFILLING AND COMPACTING 02316-3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 as directed by Engineer. 2. Excavate to full depth by machine; level trench bottom to provide uniform bearing and support for full length of pipe. 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 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 additional 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. c. If material is considered unsuitable for pipe foundations, Engineer will specify 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 Contractor's 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 upper part of wood sheeting to a level 5'-0" (2m) below finish grade. TRENCHING, BACKFILLING AND COMPACTING 02316 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 3. Pull steel sheeting except where shown on Drawings. 4. When movable trench shield is used below spring line of pipe, lift shield prior to any forward movement to avoid pipe displacement. Fill void left by removal of shield,between consolidated fill and stable trench wall, with consolidated fill of the same type as specified adjacent to the pipe. 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. a. Protect against settlement or damage to adjacent property. b. Trench dewatering is incidental to the project. 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 pipe joint;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)Iifts`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 he 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. TRENCHING, BACKFILLING AND COMPACTING 02316-5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 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 or wet 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 QUALITY CONTROL A. Source Testing by Contractor. 1. One sieve analysis for each type of bedding material (ASTM D422). B. 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 retest until specified density is obtained. END OF SECTION a ,4 "3 S LJ�` arch CD TRENCHING, BACKFILLING AND COMPACTING 02316-6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02331 WASTE EXCAVATION AND PLACEMENT PART 1 GENERAL 1.01 SUMMARY A. Section includes: 1. Cleanup of remaining fire debris, garbage, and unsuitable soil from construction area. 2. Excavation and relocation of select waste from active landfill cell to new cell. 3. Litter control during construction 4. Leachate collection and control during construction. B. Related Sections 1. Section 02311 - Mass Excavation, Backfill, and Compaction 2. Section 02063—Tire Derived Aggregate 1.02 MEASUREMENT AND PAYMENT • A. Refer to Section 01225-Measurement and Payment. 1.03 DEFINITIONS A. Classification of Materials 1. Landfill Waste. Previously disposed trash, solid waste,daily cover,and other items 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 as placed in a new cell. 4. Fire debris. Burnt tire derived aggregate (TDA), ash, steel tire belting, burnt and unburnt geosynthetic materials, pyrolitic oil residual derived from heated TDA, and clay liner material that has been subjected to intense heat that renders it unsuitable for construction. Soil materials that are mixed or contaminated with fire debris are classified as fire debris. Clean soil that is mixed with fire debris by Contractor shall be excavated and disposed of at Contractor's expense. 5. Non-impacted soil (also termed "clean soil"): Soil that contains no fire debris or other waste materials. 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. w PART 2 PRODUCTS—NOT USED �.Z °.: WASTE EXCAVATION AND PLACEMENT `' (-102331 - 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 3 EXECUTION 3.01 LITTER CONTROL 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 Contractor's 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 FIRE DEBRIS EXCAVATION AND STOCKPILING A. Excavate fire debris from area identified on the drawings. 1. Take care to prevent mixing of fire debris with non-impacted soil. 2. Over excavate to provide clean subgrade where required at the direction of the Engineer. B. Transport excavated materials to designated fire debris stockpile location. C. The presence of fire debris to be determined by the Engineer based on visual observation and environmental testing as detailed in the DNR approved QC&A Program Manual. 1. Facilitate Engineer in fulfilling his requirements in observation and sample collection for environmental testing. 3.03 SELECT WASTE EXCAVATION AND HAULING A. Excavate select waste from the waste source area identified on the drawings. 1. Segregate select waste and landfill waste from existing soil cover and other undesirable material to the extent possible, and as directed by the Engineer. 2. Segregated waste shall be hauled and placed in the respective location within the new landfill cell. 3. Soil and other unsuitable material shall remain in the waste source area as directed by the Engineer. B. Loading and Transport 1. Do not load any material that could potentially damage the liner,as determined by the Engineer. 2. All loading and transport of landfill waste shall be on-site using temporary haul roads maintained by Contractor and approved by Engineer. _ 3. No transport on paved roads allowed. • 4. Cover loads if necessary to prevent blowing during hauling operations. C. Unloading 1. Direct unloading to meet required grades and to minimize movement of waste aftet.unloading. WASTE EXCAVATION AND PLACEMENT 02331 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 3.04 SELECT WASTE PLACEMENT IN NEW CELL A. Prior to select waste being placed in the new cell; 1. All liner testing and surveying must be complete. 2. Interim certification from the IDNR for the liner and geocomposite layer must be complete. B. Placement of TDA shall occur concurrently with placement of waste materials in accordance with Section 02063 "Tire Derived Aggregate". C. The bottom 5 ft thickness of waste, directly on top of the leachate collection layer, shall consist of select waste material. Non-select landfill waste may be used above the select waste material to reach the proposed waste grades. 1. The amount of soil, large objects, or other objectionable material shall be minimized to the extent practical as determined by the Engineer. 2. Spread waste in lifts not exceeding 2 ft. 3. Spread material using a dozer or other equipment in accordance with the following criteria; a. Minimum 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. b. 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. If needed by the Contractor, haul roads may be constructed on waste that is greater than 5 ft thick to facilitate delivery and placement of waste. 1. Haul roads constructed on top of the waste shall be constructed using fire debris mixture removed and stockpiled as part of this project 3.05 ODOR CONTROL A. To the extent possible, stage and conduct waste excavation and relocation in a manner that will minimize the occurrence of offensive odors. This includes management of leachate and other methods as may be approved by Engineer. B. Once waste excavation and relocation effort has started,work shall be continuous until complete. 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. D. At the direction of the Owner or Engineer, apply daily cover to exposed waste on arias-needed basis for control of odors. 3.06 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-%ollection systems. 2. Under no circumstances shall leachate be directed to unlined areas. WASTE EXCAVATION AND PLACEMENT 02331 -3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. END OF SECTION N r i L 7V�Y d ., •m t • • WASTE EXCAVATION AND PLACEMENT 02331 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02373 RIPRAP PART 1 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 A. Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction, current edition. PART 2 PRODUCTS 2.01 MATERIALS A. Class E Revetment meeting Iowa DOT 4130.04. 1. Well-graded material with a nominal top size of 250 pounds and meeting the following size limitations: Stone Weight(lbs) 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 quartzite. 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 quartzite. PART 3 EXECUTION 3.01 PREPARATION CDa 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 wash out areas prior to placement of material. • , t • c ' c:D RIPRAP 02373- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 3.02 INSTALLATION A. Geotextile: 1. Place geotextile beneath riprap in accordance with Section 02075. B. Riprap: 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 feast 12 in. thick. END OF SECTION Cr • ...J i-- rb ! i V • RIPRAP 02373 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02629 PLASTIC PIPING AND APPURTENANCES PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. HDPE piping, fittings, and joints for leachate collection. 2. PVC piping for groundwater collection. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225—Measurement and Payment. 1.03 REFERENCES A. 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 B. PVC (polyvinyl chloride) materials: 1. ASTM D1784, Rigid Poly(vinyl Chloride)(PVC) Compounds and Chlorinated Poly(vinyl Chloride). 2. ASTM D1785, Poly(vinyl Chloride) PVC Plastic Pipe (Schedules 40, 80 and 120). 3. ASTM D2464, Threaded (PVC) Plastic Pipe Fittings, Schedule 80. 4. ASTM D2467, Socket Type(PVC) Plastic Pipe Fittings, Schedule 80. 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. B. Test reports: 1. Pressure test results. 2. Pipe and fitting mill certifications. 3. Welding certifications for operators welding steel, stainless steel, or HDPE 4. Notification of time and date of piping pressure tests. La " T� PLASTIC PIPING AND APPURTENANCES 02629- 1 cD HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa PART 2 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 D 3350- 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. 7. Tensile Strength at Yield: 3,200 less than 3,500 psi as referenced in ASTM D 790. 8. Environmental Stress Crack Resistance (ESCR): in excess of 1,500 hours with zero failures when tested in accordance with ASTM D 1693-Condition C. 9. Hydrostatic Design Basis: 1,600 psi at 23° C when tested in accordance with ASTM D 2837. B. Identify each length of pipe clearly at intervals of 5 ft or less. Include manufacturer's name and trademark. Nominal size of pipe, appurtenant information regarding polymer 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. 3. Flanges and bolt patterns consistent with ANSI B16.5, AWWA C207, ASTM A536, and as recommended by manufacturer. E. Fitting dimensions shall conform to standard dimensions and tolerances, ASTM D3261. fV F. Markings, ea. fitting: 1. Manufacturer's name or trademark. 1 C- 2. Nominal size. �.B 3. Type of plastic pipe (i.e., PE 3408). ._ 4. Standard dimension ratio. 5. Extrusion date, lot number or batch number. = 2.02 POLYVINYL CHLORIDE PIPE (PVC) a c-a 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 I (12454-B) Polyvinyl Chloride as outlined in ASTM D1784. PLASTIC PIPING AND APPURTENANCES 02629 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. F. Engineering Fabric for perforated PVC Pipe: Geotextile sock meeting IDOT 4196.01 B 2.03 MECHANICAL JOINT A. Where indicated on Drawings. 1. Epoxy coated with stainless steel bolts 2. JCM, Romac, Smith-Blair, or equal. 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. Install HDPE pipe as flexible pipe, and all sections of these specifications with respect to trench installation of the flexible pressure pipe shall apply,except where Specifications contained or details on the Plans dictate otherwise. 1. Lay pipe to slope gradients noted on drawings;with maximum variation from true slope of 1/8 inch in 10 feet. 2. Handle joined segments of pipe so as to avoid damage to the pipe or joining system. When lifting sections of pipe, avoid changes or cable type chokers. Nylon slings are preferred. Use spreader bars when lifting long fused sections. B. New and existing pipe shall be joined by heat fusion or flange jointing where indicated on drawings. Electrofusion methods may be used on a limited basis where necessary, as approved by the Engineer. C. Heat Fusion of Pipe: 1. 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. 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-€ttsion within PLASTIC PIPING AND APPURTENANCES © 02629-3 cD HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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. D. 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. Require nitrile-butadiene (hycar) for petroleum applications) gaskets if needed to achieve seal. Gaskets are required for flange/valve connections. b. Place U.S. Standard round washers as may be required on some flanges in accordance with manufacturer's recommendations. Bolts shall be lubricated in accordance with manufacturer's recommendations. c. Tighten flange bolts in sequence and accordance with manufacturer's recommendations. Do not over-torque bolts. 5. Pull bolt down by degrees to uniform torque in accordance with manufacturer's recommendations. 6. Protect below grade bolts with Tapecoat mastic and tape. E. 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. 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 and3 manufacturer's instruction. CD J PLASTIC PIPING AND APPURTENANCES 02629 -4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 its 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 chamfers must be free of any sharp or jagged edges which could damage the gasket. 4. Insert 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 touches the socket bottom. 3.04 PIPE PERFORATIONS 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 FIELD QUALITY CONTROL A. Pressure test all solid pipe; refer to Section 01457. 1. Repair all observed leaks, regardless of test results. B. Pipe Jetting 1. Jet all new leachate piping. a. In presence of Engineer. b. Sequence work and perform jetting in a manner that pulls or pushes debris in the direction of gravity pipe flow. 2. Remove all sediment from piping and manholes. 3. New piping shall be jetted after liner construction is complete. a. Use new and existing leachate cleanouts to access piping. b. Extend jetting tool a minimum of 10 feet past pipe connection of new and old piping. • C. Televising 1. Televise the following piping after backfilling to proposed grades. a. All new leachate 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 re-televised, at the Contractor's expense. 4. The television camera shall be mounted on a skid so that it is centered in the pipe.The camera shall have a cross-hair to maintain a constant reference on the image. 5. The camera shall be equipped with sufficient lights to completely illuminate the 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. PLASTIC PIPING AND APPURTENANCES ;02629- HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa D. 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 may be used. 3. Maximum deflection; 5%. END OF SECTION r.> CZ, w' C`• c, u 1. O O PLASTIC PIPING AND APPURTENANCES 02629 -6 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa SECTION 02924 SEEDING AND SOIL SUPPLEMENTS PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Seeding, fertilizing, and mulching for restoration of areas disturbed by construction. 1.02 MEASUREMENT AND PAYMENT A. Refer to Section 01225—Measurement and Payment. 1.03 QUALITY ASSURANCE A. Referenced Standards: 1. American Standard for Nursery Stock (ASNS). 2. Standard Methods of the Association of Official Agricultural Chemists. 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. C. Other documents: 1. 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. $tore and protect off of the ground to prevent wetting and deterioration. SEEDING AND SOIL SUPPLEMENTS 02924- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa 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 2.01 MATERIALS A. Seed Mixture: IDOT 2601.04C Rural Seed Mix B. Mulch 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 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 1st and May 31St. Fall seeding dates shall be between August 10th and September 30th. Legurrjes shall only IN seeded during Spring planting season before April 15th. - 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. Hydraulic seeder on areas inaccessible to field machinery. 3. Seed Application Rate: 53 lbs/acre, in accordance with IDOT 2601.04C • SEEDING AND SOIL SUPPLEMENTS 02924 -2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa C. Mulching: 1. Mulch all seeded areas as soon as seed is applied. 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 mulch into soil by means of mulch crimper. 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. 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 ti Off , 19 w = SEEDING AND SOIL SUPPLEMENTS cD02924.:3 .6 erd0 Prepared by: Daniel Scott,Public Works,410 E.Washington St.,Iowa City,IA 52240 (319)356-5144 RESOLUTION NO. 13-23 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE LANDFILL FY09 CELL RECONSTRUCTION PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, 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; and WHEREAS, funds for this project are available in the Landfill FY09 Cell Reconstruction account# 3321-550900. 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 12th day of February, 2013. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 19th day of February, 2013, or at a special meeting called for that purpose. Passed and approved this 22nd day of January , 2013 MAYOfR )44 Approved by ATTEST: )jE �u� I% z Ar .7 CITY � RK City Attorney's Office / y ky pweng\mastersVas appp&s.doc 12112 Resolution No. 13-23 Page 2 It was moved by Dobyns and seconded by Payne the Resolution be adopted,and upon roll call there were: AYES: NAYS: ABSENT: g Champion x Dickens x Dobyns g Hayek g Mims x Payne g Throgmorton A ADVERTISEMENT FOR BIDS FY09 LANDFILL CELL RECONSTRUCTION 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 12th day of February, 2013. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals 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 19th day of February, 2013, or at a special meeting called for that purpose. The Project will involve the following: FY09 Landfill Cell Reconstruction at the Iowa City Landfill and Recycling Center. All work is to be done in strict compliance with the plans and specifications prepared by HR Green, Inc., 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 tabulation of bids is completed and reported to the 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 16, 2013. Liquidated Damages:$2,000/day. 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 the Office of HR Green. Inc., 8710 Earhart Lane S.W., P.O. Box 9009, Cedar Rapids, IA 52409- 9009, by bona fide bidders. A pre-bid conference will be held at 9:00 a.m. on February 5, 2013 at the landfill site. Attendance at the pre-bid conference is 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). 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 Marian Karr From: Denison, Pamela <pdenison@hrgreen.com> Sent: Wednesday, February 06, 2013 10:00 AM To: Master Builders of Iowa (cadams@mbionline.com); terri@dbqglass.com; Construction Update Plan Room (dschulte@mbionline.com); Construction Update Plan Room (jhartman@mbionline.com); Spiering, Kevin (kevin_spiering@mcgraw-hill.com); addenda@reedbusiness.com; cpatrick@mbionline.com; coryv@frattalonecompanies.com; jholland@delonginc.com; ccarter@carterandassociates.net; ckueter@gwestoffice.net; Tschiggfrie Excavating Co. (dubuqueoffice@tschiggfrie.net); Rathje Construction (twilliams@rathjeconstruction.com); ckinzie@mcaninchcorp.com; thurnseeding@aol.com; steven.clark@hdsupply.com; bait@petersoncontractors.com; becky@thelinerguys.com; jim.slaughter@ferguson.com; dfedor@epgco.com; tglandorf@maxwellconstructioninc.com; j.heasty@qwestoffice.net;jjw@jjwesthoff.com; mtuthill@riverproducts.com;jholland@jbhc.biz; Connolly Construction (Imsch@connollyconstructioninc.com); zsulzberger@sulzexcavating.com; cindyesi@esicontractingcorp.com; se.iowa@yahoo.com; styoung@netins.net; rkrabel@caawsystems.com; asmith@riverstonegrp.com; icexcavating@aol.com; Laurie Ackerson (laurieackerson@triconcg.com); gsilhol@forrersupply.com; craig@metro-pavers.com; ladd.worple@ryancentral.com; kellyr@jcramsdell.net; mailbox@smhentges.com;jerobertsri@gmail.com; csparks@hydro- klean.com; pm@gbenv.com; akos@cjmoyna.com; bstevens2009@hotmail.com; Steger Construction, Inc. (jtegeler@iowatelecom.net) Cc: Scharf, Jon; Daniel Scott; Marian Karr Subject: Iowa City Landfill FY09 Cell Reconstruction -Addendum#1 Attachments: ADDM#1-020613-IC_FY09_Reconstruction.pdf; Minutes_Prebid-020513-IC_FY09 _Recon.pdf; Planholders List_020613.pdf Please find attached Addendum#1 for the Iowa City Landfill project—Bid Date February 12, 2013 @ 10:30 AM. We have also attached the Pre-Bid Meeting Minutes and a current planholders list. If you have any questions let us know. Thank you, Pam Denison Administrative Assistant HR GREEN, INC. 8710 Earhart lane SW Cedar Rapids, IA 52404 Main: 800.728.7805 Direct: 319.841.4405 Fax: 319.841.4012 HRGreen 1C C-+ Learn more at HRGreen.com The contents of this transmission and any attachments are confidential and intended for the use of the individual or entity to which it is addressed. If the reader of this message is not the intended recipient,you are herby notified that any dissemination,distribution or copying of this communication is prohibited. 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa ADDENDUM#1 February 6, 2013 FY09 LANDFILL CELL RECONSTRUCTION IOWA CITY LANDFILL AND RECYCLING CENTER, IOWA CITY, IA BID DATE: Tuesday, February 12, 2013 - 10:30 a.m. Local Time PLACE TO FILE City of Iowa City, Iowa FOR PROJECT BIDS: Attn: City Clerk 410 East Washington Street Iowa City, Iowa 52240-1826 TO ALL PLANHOLDERS: The following changes, additions, and/or deletions are hereby made a part of the Contract Documents for the above referenced project, as fully and completely as if the same were fully set forth therein. All Bidders submitting a Bid on the above Contract shall carefully read this Addendum and give it consideration in the preparation of their Bid. BIDDING AND CONTRACT REQUIREMENTS 1. FORM OF PROPOSAL "—' ; Uj A. Replace Form of Proposal in its entirety (attached). t3 ` 177 SPECIFICATIONS =, � 1. SECTION 01225—MEASUREMENT AND PAYMENT `', A. Paragraph 1.08 E, add following subparagraph: "42. Pipe Jetting a. Includes furnishing labor, materials, and equipment required to jet leachate piping and removal of sediment and debris in accordance with Addendum #1 of the Contract Documents. b. Payment for this item will be at the Contract unit price per linear foot of pipe jetted." 2. SECTION 02629— PLASTIC PIPING AND APPURTENANCES A. Replace item 3.05 B. with the following: "B. Pipe Jetting 1. Jet new and existing HDPE leachate pipe. a. In presence of Engineer ADDENDUM #1 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa b. Piping to be jetted after construction of new liner and leachate collection system is complete. 2. Sequence work and perform jetting in a manner that pulls or pushes sediment and debris in the direction of gravity pipe flow. a. High pressure rotary nozzle jetting tool required. b. Use new and existing cleanouts and manholes to access piping. c. Remove sediment and debris from piping and manholes where access is available. Dispose of sediment and debris as directed by Engineer. 3. Furnish labor, materials, and equipment capable of jetting the following solid and perforated pipe: Pipe Diameter Pipe Length Access (Inches) (Feet) (Cleanout and/or Manhole) 6 960 Both ends- 1 CO, 1 MH 6 1,000 Both ends- 1 CO, 1 MH 6 1,000 One end - 1 CO 6 1,200 One end - 1 CO 6 1,200 One end- 1 CO 6 1,200 One end - 1 CO 6 1,100 One end - 1 CO 6 1,000 One end- 1 CO 6 900 One end- 1 CO 8 1,900 Both ends-2 MH 10 1,200 Both ends—2 CO 12 800 Both ends- 1 CO, 1 MH " :—c2 i "" DRAWINGS , c ,o.. 1. SHEET 2, LEGEND AND ESTIMATED PROJECT QUANTITIES l< 11 77' Fri s A. Item 22 of the Estimated Project Quantities, delete"506"and replace with "498 c-rt B. Item 25 of the Estimated Project Quantities, delete"1,496"and replace with "914". C. Item 26 of the Estimated Project Quantities, delete"45" and replace with "627". D. Add the following item to the schedule of Estimated Project Quantities: 42 Pipe Jetting LF 13,460 ADDENDUM#1 2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa I hereby certify that this engineering document was prepared by me or under my aHO� direct personal supervision and that I am a duly licensed Professional Engineer �, SCyQunder the laws of the State of Iowa. ®c'cp\oNAr 4,1<• ( Date:2/6/2013 PE 11786 m ,� J SCHARF, P.E. °' 3License No. 11786 My renewal date is December 31, 2013 �sp�Te of\0 ye`�' Pages or sheets covered by this seal: '�4e41 x6666`' Entire Addendum BIDDER SHALL ACKNOWLEDGE RECEIPT AND ACCEPTANCE OF THIS ADDENDUM AS PROVIDED ON BID FORM. 1\1RGCRNASIDATA\20100062.041DESIGN\BIDDINGIADDM#1-020613-IC_FY09_RECONSTRUCTION.DOC t_, 4-.) w E 1. - --I W `Y )"< 1 F al .7<n ? FTI a CI ADDENDUM#1 3 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa FORM OF PROPOSAL FY09 LANDFILL CELL RECONSTRUCTION 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. A SEPARATE UNBOUND COPY IS PROVIDED. Name of Bidder Address of Bidder TO: City of Iowa City, Iowa Attn: City Clerk 410 East Washington Street Iowa City, IA 52240-1826 The undersigned bidder submits herewith bid security in the amount of$ , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , , and , and to do all work at the prices set forth herein. 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: =i C.) Crl rte rn s yy C:3 c.n FORM OF PROPOSAL-ADDENDUM #1 00412- 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No.20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa Estimated Item# Description of Work Unit Quantity Unit Price Extension Mobilization and General Project 1 Administration LS 1 $ $ 2 Site Safety Plan Implementation LS 1 $ $ Fire Debris/Garbage/Unsuitable Soil 3 Excavation CY 8,800 $ $ 4 Excavation CY 20,300 $ $ 5 Borrow CY 12,900 $ $ 6 Drainage Sand CY 700 $ $ 7 Compacted Clay Liner CY 19,500 $ $ HDPE 60-mil Geomembrane 8 (smooth) SF 173,700 $ $ y HDPE 60-mil Geomembrane - - :- 9 (textured) SF 89,000 $ $ -. :- =.,1 10 Geonet/Geotextile Composite SF 247,000 $ $ (n• 11 Geotextile SY 3,900 $ $ Coarse Drainage Stone 12 (Source:On-Site Stockpile) CY 1,350 $ $ Coarse Drainage Stone 13 (Source: Furnished by Contractor) CY 4,350 $_ $ Tire Derived Aggregate 14 (Source:On-Site Stockpile) CY 5,760 $ $ Tire Derived Aggregate 15 (Source: Furnished by Contractor) CY 2,320 $ $ 16 HDPE Pipe, SDR-17,4" Dia., Perf. LF 20 $ $ 17 HDPE Pipe, SDR-17,4"Dia.,Solid LF 355 $ $ 18 HDPE Pipe,SDR-17,6"Dia., Perf. LF 841 $ $ 19 HDPE Pipe,SDR-17,6"Dia.,Solid LF 216 $ $ FORM OF PROPOSAL-ADDENDUM#1 00412-2 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa Estimated Item# Description of Work Unit Quantity Unit Price Extension 20 HDPE Pipe,SDR-17,8"Dia. Perf. LF 10 $ $ 21 HDPE Pipe,SDR-17,8"Dia.Solid LF 10 $ $ 22 HDPE Pipe,SDR-17, 10"Dia, Perf. LF 498 $ _ $_ 23 HDPE Pipe,SDR-17, 10"Dia, Solid LF 20 $ $ 24 PVC Pipe, SDR-35,4"Dia, Pert. LF 134 $ $ 25 PVC Pipe, SDR-35,6"Dia, Perf. LF 914 $ $ 26 PVC Pipe, SDR-35,6"Dia,Solid LF 627 $ $ LP-1/Secondary Sump Riser, 16" 27 Dia., HDPE Fabricated Structure LS 1 $ $ 28 HDPE Pipe Penetration Structure LS 1 $_ $ Leachate/Groundwater Head Level 29 Monitoring System LS 1 $ $ 30 Cleanout and Riser Access Covers EA 3 $ $ • .. . , 31 Rip Rap-Class E Revetment CY 20 $ $ } . ,i 32 Waste Relocation and Placement CY 77,700 $ $ • ` . • 33 Storm Water Permit and Compliance LS 1 $ $ : HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa Estimated Item# Description of Work Unit Quantity Unit Price Extension 39 Stabilization Mulching AC 1 $ $ 40 Seeding/Fertilizing/Mulching AC 21.3 41 Surveying LS 1 $ $ 42 Pipe Jetting LF 13,460 $ $ BASE BID PRICE(SUMMATION OF BID ITEMS) $ L_! LTJ ` a co 4 ,e Bid Alternates Bidder shall include with Bid designated Alternates. The amount for the Alternates will be added tib deducted from the base Bid if Owner selects the Alternate. For purposes of determining=the loge responsible bidder in consideration of all the bids submitted,the Owner reserves the right to accept or reject any or all alternates as it may consider in the best interests of the Owner. Requirements for Alfefhates are identified in Specification Section 01230. Alternate No. 1 —Leachate Drainage Sand Estimated Description of Work Unit Quantity Unit Price Extension Leachate Drainage Sand CY 8,080 $ $ [ADD] [DEDUCT] Alternate No. 1 Total $ (circle) Alternate No.2—Fine Crushed Quarry Stone Estimated Description of Work Unit Quantity Unit Price Extension Fine Crushed Quarry Stone CY 8,080 $ $_ Geotextile for Liner Protection(8 ozlsy) SY 28,000 $ $ [ADD] [DEDUCT] Alternate No.2 Total $ (circle) FORM OF PROPOSAL-ADDENDUM#1 00412-4 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa Alternate No. 3—Coarse Crushed Quarry Stone Estimated Description of Work Unit Quantity Unit Price Extension Coarse Crushed Quarry Stone CY 5,880 $ $ Geotextile for Liner Protection(16 oz/sy) SY 4,400 $ $ [ADD] [DEDUCT] Alternate No.3 Total $ (circle) 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: 0 w rri ja i NOTE:All subcontractors are subject to approval by City. ' C cri FORM OF PROPOSAL-ADDENDUM#1 00412-5 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City,the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: CD w ' e` rr :gym `: 3n °0 Cf7 FORM OF PROPOSAL-ADDENDUM#1 00412-6 • Updated 2/6/2013 9:35 AM Page 1 of 3 Iowa City Landfill and Recycling Center Addenda Dates: FY09 Landfill Cell Reconstruction #1-02/06/13 Bid Date: Tuesday, February 12, 2013 @ 10:30 am CDST City of Iowa City City Clerk City Clerk City Clerk,410 E.Washington Street ph 319-356-5041 marian-karr@iowa-city.org Iowa City,IA 52240 fx 319-356-5009 City of Iowa City Daniel Scott Owner 410 E.Washington Street,Civic Center ph 319-356-5144 daniel-scott@iowa-city.org Iowa City,IA 52240 fx 319-356-5007 HR Green,Inc. Jon Scharf Engineer 2550 University Ave W.,Ste 400N ph 651-644-4389 jscharf@hrgreen.com St.Paul,MN 55114-2015 fx 651-644-9446 Master Builders of Iowa Plan Room 221 Park Street ph 515-288-8904 cadams@mbionline.com Des Moines, IA 50303 fx 515-288-2617 Dubuque Builders Exchange Plan Room 801 Cedar Cross Road ph 563-583-8459 terri@dbqglass.com Dubuque,IA 52003 fx 563-582-6113 Construction Update Plan Room Plan Room 645 32nd Avenue SW,Suite ph 319-369-4848 dschulte@mbionline.com Cedar Rapids,IA 52404 fx 319-369-4809 Construction Update Plan Room Plan Room 612 Mulberry ph 319-232-3621 jhartman@mbionline.com Waterloo,IA 50703 fx 319-274-0986 McGraw Hill Construction Plan Room Plan Room 4300 Beltway Place,Ste 180 ph 513-763-3608 kevin-spiering@mcgraw-hill.corn Arlington,TX 76018 fx 888-376-4319 Reed Construction Data Plan Room 30 Technology Parkway South,Ste 500 ph 800-699-8640 rcdcentralnews@reedbusiness.com Norcross,GA 30091-2912 fx 800-508-5370 addenda@reedbusiness.com ILlowa Builders Exchange Plan Room 520 24th Street ph 309-788-9260 cpatrick@mbionline.com Rock Island,IL 61201 fx 309-794-3965 C") Frattalone Companies Cory Van Engen General 3205 Spruce Street ph 651-484-0448 coryv@frattalonecompanies.cotn St.Paul,MN 55117 fx 651-484-7839 • )"01 Delong Construction Justin Holland General 1320 N.8th Avenue,PO Box 488 ph 319-653-3334 jholland@delonginc.com- = Washington,IA 52353 fx 319-653-3351 ' Carter&Associates General - c_11 395 Westcor Drive ph 319-545-4140 ccarter@carterandassociates.net:.-N Coralville,IA 52241 fx 319-545-4145 Tom Kueter Construction, Inc. Chris Kueter General 10943 Cedar Ridge Court ph 563-588-3662 ckueter@gwestoffice.net Peosta,IA 52068 fx 563-588-4652 Tschiggfrie Excavating Co. Mike General 425 Julien Dubuque Drive ph 563-557-7450 dubuqueoffice@tschiggfrie.net Dubuque,IA 52003 fx 563-557-7585 Rathje Construction Tim Williams General 305 44th Street,PO Box 408 ph 319-377-3179 twilliams@rathjeconstruction.com Marion, IA 52302 fx 319-377-3827 • Updated 2/6/2013 9:35 AM Page 2 of 3 McAninch Corporation Craig Kinzie General 4001 Delaware Avenue ph 515-267-2500 ckinzie@mcaninchcorp.com Des Moines, IA 50313 fx 515-267-2550 Thurn Seeding Steve Thurn Subcontractor 16978 Asbury Road ph 563-584-0546 thurnseeding@aol.com Dubuque,IA 52002 fx 563-556-3335 HD Supply Water Works Steve Clark Supplier 5800 SE Gateway Drive ph 515-986-4000 steven.clark@hdsupply.com Grimes,IA 50111 fx 515-986-4400 Peterson Contractors, Inc. Bart Peterson General 104 Blackhawk Street, PO Box A ph 319-345-2713 bart@petersoncontractors.com Reinbeck, IA 50669 fx 319-345-2991 Canamer Services,Inc. Subcontractor S2964 Indian Creek Road,PO Box 38 ph 608-687-9800 becky@thelinerguys.com Fountain City,WI 54629 fx 608-687-9901 Ferguson Industrial Plastics Jim Slaughter Supplier 1995 Lasso Lane ph 863-614-9329 jim.slaughter@ferguson.com Lakeland,FL 33801 fx 863-666-3877 EPG Companies,Inc. Dan Fedor General 19900 County Road 81 ph 800-443-7426 dfedor@epgco.com Maple Grove,MN 55311 fx 763-493-4812 Maxwell Construction Tim Glandorf General 3011 Sierra Court SW ph 319-354-5858 tglandorf@maxwellconstructioninc.com Iowa City,IA 52240 fx 319-354-0759 Ricklefs Excavating General 12536 Buffalo Road ph 319-462-4435 j.heasty@gwestoffice.net Anamosa,IA 52205 fx 319-462-2599 JJ Westhoff Construction General 700 Calvert Street ph 402-421-1225 jjw@jjwesthoff.com Lincoln,NE 68502 fx 402-421-3638 River Products Supplier 1205 1st Avenue ph 319-338-1184 mtuthill@riverproducts.com Coralville, IA 52241 fx 319-338-8510 i7 w JB Holland Jeff Holland General -`;- rn Il 2092 Highway 9 West ph 563-382-2901 jholland@jbhc.biz r rA Decorah, IA 52101 fx 563-382-2902 t . --i() a r..." Connolly Connolly Construction General E1 18409 N.Cascade Road ph 563-876-3225 Imsch@connollyconstructioninc.cot i Peosta, IA 52068 fx 563-876-3115 , : ? Sulzberger Excavating,Inc. Zach Sulzberger General • 1500 South Houser Street ph 563-263-1697 zsulzberger@sulzexcavating.com`, Muscatine,IA 52761 fx 563-263-0522 ESI Contracting Corporation General 3001 E.83rd Street ph 816-523-5081 cindyesi@esicontractingcorp.com Kansas City,MO 64132 fx 816-523-0183 Prudent Technologies,Inc. Subcontractor 8080 Ward Parkway ph 816-363-3703 se.iowa@yahoo.com Kansas City,MO 64114 fx 816-363-3707 Steger Construction, Inc. General 3297 Vine Road ph 563-875-7876 jtegeler@iowatelecom.net Dyersville, IA 52040 fx 563-875-2404 Young Industries,Inc. Steve Young Subcontractor 306 Locust SW ph 319-454-6210 styoung@netins.net Blairstown,IA 52209 fx 319-454-6224 • Updated 2/6/2013 9:35 AM Page 3 of 3 Clean Air and Water Systems,LLC Roger Krabel Subcontractor 123 Elm Street ph 262-965-4366 rkrabel@caawsystems.com Dousman,WI 53118 fx 262-965-4369 River Stone Group,Inc. Adam Smith Subcontractor 1701 5th Avenue ph 309-757-8250 asmith@riverstonegrp.com Moline,IL 61265 fx 309-757-0510 Iowa City Excavating Subcontractor 717 E.2nd Avenue ph 319-351-6605 icexcavating@aol.com Coralville, IA 52241 fx 319-351-3976 Tricon Construction Group General 2245 Kerper Blvd,Suite#2 ph 563-588-9516 laurieackerson@triconcg.com Dubuque, IA 52001 fx 563-588-9519 Forrer Supply Co.,Inc. Gerald Silhol Supplier W914 N11811 McCormick Drive ph 262-255-3030 gsilhol@forrersupply.com Germantown,WI 53022 fx 262-255-2088 Metro Pavers,Inc. General 101 Southgate Avenue, PO Box 2508 ph 319-351-8800 craig@metro-pavers.com Iowa City, IA 52244-2508 fx 319-338-5527 Ryan Incorporation Central Ladd Worple Subcontractor 2700 E.Racine Street ph 608-754-2291 ladd.worple@ryancentral.com Janesville,WI 53545 fx 608-754-3290 J.C.Ramsdell Enviro Services,Inc. Kelly Ramsdell Supplier 408 S.Veterans Street ph 605-997-3706 kellyr@jcramsdell.net Flandreau,SD 57028 fx 605-997-2873 S.M.Hentges&Sons,Inc. General 650 Quaker Avenue ph 952-492-5700 mailbox@smhentges.com Jordan,MN 55352 fx 952-492-5705 Jim Roberts General 50 Agawam park Road ph 401-258-7116 jerobertsri@gmail.com Rumford,R.I.02916 fx Hydro-Klean, Inc. Chad Sparks Supplier 333 NW 49th Place ph 515-283-0500 csparks@hydro-klean.com Des Moines, IA 50313 fx 515-283-0505 Great Basin Environmental,Inc. James Subcontractor 30448 Lauback Street ph 541-564-0800 pm@gbenv.com Hermiston,OR 97838 fx 541-564-7875 C.J.Moyna&Sons,Inc. Adam Kos General 8710 Earhart Lane SW ph 319-841-9260 akos@cjmoyna.com Cedar Rapids,IA fx Stevens Erosion Control Brian Stevens Subcontractor 5245 Observatory Avenue ph 319-631-0160 bstevens2009@hotmail.com Riverside, IA 52327 fx 319-679-4991 17.7`t� PREBID MEETING MINUTES Subject: FY09 Cell Reconstruction Iowa City Landfill and Recycling Facility Meeting Tuesday, February 5, 2013 Date: 9:00 a.m. From: Jon Scharf, P.E. HRGreen Prebid meeting notes will be issued to all planholders. Contract Documents • Unit Price Contract; Base bid plus Alternates • Contract Times: - Bids due February 12, 2013 - City Council to act on Bids February 19, 2013 - Project Completion by August 16, 2013 • Liquidated Damages - $2,000/day • Insurance Requirements: Note excess and pollution liability limits covered in item S-3 of the Supplementary Conditions. Excess Liability $10,000,000 Pollution Liability $10,000,000 To be maintained for a period of five years after project. Health and Safety Requirements • Contractor's responsibilities addressed in Project Manual • Landfill: Potential for exposure to refuse, leachate, methane, H2S, etc. • Residual fire debris is present, including oily byproduct of heated tires. Oil has relatively high benzene concentration and high flash point. It is expected to be present in soils excavated in the sump area. Respiratory protection may be required. • Contractor required to prepare HASP prior to any work. • If contractor does not have expertise to prepare HASP for landfill work, they are expected to employ consultants with appropriate capabilities. Addenda • First addenda will be issued this week, will include; - Additional pipe jetting (>13,000 If)—will become unit price item rather than incidental to new piping. 6- - - Minor corrections in pipe quantities. - New revised form of proposal will be issued. • a Project Overview ;Cr~ • Total excavation is 29,100 cy. - - - Our best estimate is roughly 1/3 is debris and contaminated soils and 213 is ctQan, non-impacted soil. 1U-IRGCRNAS\DATA120100062.041DESIGNW EETINGIMIN_PREBI D-020513-IC_FY09_RECON.DOC 1 - This is broken out into the following bid items: 3. "Fire Debris/Garbage/Unsuitable Soil": est. 8,800 cy, and 4. "Excavation": est. 20,300 cy - These quantities are considered "plan" quantities and will not be measured. Over- excavation to remove contaminated materials beyond the limits of the defined excavation will be measured and paid for. Borrow material that is needed for the liner and general grading will be measured at the cut. • Replacement of damaged liner (roughly the south 2/3 (5.3 acres) of total damaged area) - Replace top two feet of clay over the cell - Replace full 4 ft liner section in the west trench area - Clay liner source: non impacted clay from cell reconstruction area and clay from designated borrow area. - Replace sand drainage layer in west trench area • Replacement of 1,600 ft leachate piping and 1,700 ft of groundwater underdrain piping • Leachate Drainage Layer - Base bid includes TDA for leachate collection layer and river gravel around pipes. - Project is structured to mitigate fire risk of TDA in future and during construction. TDA shall be covered with waste concurrently with its placement Rock trenches to separate TDA w ._� . r i - City will consider Alternates including: 7,`: rT 1. replace TDA with sand -`{-, . 2. replace TDA with fine crushed quarry stone yF` 3. replace river rock with coarse crushed quarry stone c - Note limitation of CaCO3 for the river gravel and for the sand alternate. cr - Testing will be required for CaCO3. Verify material included in bid meets these requirements. • Contractor must control leachate until new cell and collection system is approved. - Leachate cannot be allowed to back up into existing cells or be allowed to flow onto new cell prior to IDNR approval. - Disposal of leachate can be made to existing sanitary sewer line. This may require temporary pumping of leachate from the cell to a leachate manhole or cleanout located outside the cell • Coordination with landfill personnel - This is an active landfill. Coordination is necessary to minimize conflicts with traffic and landfill operations. - Work hour limitations are described in the Project Manual. Hours of operation at the landfill are Monday 7:30 AM through Saturday 4:30 PM (less legal holidays). Contractor may work outside of these hours as approved by the City. Contractor to coordinate work hours with City on-site representative. - Work that requires closure of landfill roads will need to be done after landfill operating hours. 11HRGCRNAS\DATA\20100062.041DESIGNWEETINGW N PREBID-020513-IC FY09 RECON.DOC 2 Other Discussion: 1. Contractor office may be located along north property line, west of the landfill main entrance. There is power but no water or sanitary service available. 2. Contractor is required to procure and pay for NPDES permit. Contractor may coordinate renewal of City's existing permit. Other requirements for monitoring are specified. 3. Any new TDA stockpiled on the site must meet fire code as specified. This includes height and width limitations of piles and fire lanes between piles. 4. Section 0263, item 2.02 requires Contractor to furnish labor during loading and unloading of the existing on-site TDA stockpiles to remove miscellaneous debris and solid waste. While we believe the TDA to contain only minor amounts of debris and waste, we believe it necessary to have at least one laborer at the loading site and one laborer at the unloading site to accomplish this task. 5. IDOT seed mixture is specified. Mulch is specified to be free of noxious weed seeds but is not specified to be IDOT certified. 6. If one or more of the Alternate bids are accepted by the City, the Alternate bid price will be added or deducted to the Base Bid Price to determine the lowest responsible bidder. The unit price and extension of any Alternate only reflects the change in cost to the Base Bid Price that would be realized if the Alternate were accepted. The actual unit price of an Alternate for purposes of payment during the project would be reflected in the Contractor's schedule of values. w` CC�") Q1 6'�. r" d r`� re • cfr IIHRGCRNASIDATA120100062.041DESIGNIMEETINGMIN PREBID-020513-IC FY05 RECON DOC 3 Publish 1/14 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE FY09 LANDFILL CELL RECONSTRUCTION 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 Landfill Cell Reconstruction Project in said city at 7:00 p.m. on the 22nd day of January 2013 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 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa ADDENDUM#2 February 8, 2013 FY09 LANDFILL CELL RECONSTRUCTION IOWA CITY LANDFILL AND RECYCLING CENTER, IOWA CITY, IA N c:=> BID DATE: Tuesday, February 12, 2013- 10:30 a.m. Local Time , m _, PLACE TO FILE City of Iowa City, Iowa �--: p r—. FOR PROJECT BIDS: Attn: City Clerk 410 East Washington Street KGs;. -,, ni Iowa City, Iowa 52240-1826 c;,) ca TO ALL PLANHOLDERS: CO The following changes, additions, and/or deletions are hereby made a part of the Contract Documents for the above referenced project, as fully and completely as if the same were fully set forth therein. All Bidders submitting a Bid on the above Contract shall carefully read this Addendum and give it consideration in the preparation of their Bid. BIDDING AND CONTRACT REQUIREMENTS 1. 00800 SUPPLEMENTARY CONDITIONS A. S-3, B. MINIMUM COVERAGE: Replace Comprehensive General Liability and Contractors Pollution Liability requirements with the following: "The General Contractor shall purchase project specific insurance for this project, covering Commercial General Liability (CGL) for $10,000,000/$10,000,000 each occurrence /aggregate AND Contractors Pollution Liability (CPL) $10,000,000/$10,000,000 each claim/aggregate with the following additional provisions: 1. Both CGL and CPL shall be written on an occurrence basis with the same carrier. 2. Both CGL and CPL shall name as insureds the Owner. Also, Contractor and all Sub- contractors who work on the project shall be automatic named insureds. 3. Deductible/SIR shall not be greater than $25,000 nor less than $10,000. SIR to be paid by Contractor or allocated by Contractor to Subcontractors, as determined by Contractor. 4. Policy Term shall include the construction of the project and with extended products/completed operations for a period of five years following the end of construction. 5. Cross liability exclusion shall be deleted in favor of the Owner. Contractor shall provide a certificate of insurance prior to the commencement of construction and a copy of the policy to the Owner within 30 days of commencement of construction." B. Delete item S-3, B.7 ADDENDUM #2 1 HR Green, Inc. FY09 Landfill Cell Reconstruction Project No. 20100062.04 Iowa City Landfill and Recycling Center Iowa City, Iowa I hereby certify that this engineering document was prepared by me or under my 0401 direct personal supervision and that I am a duly licensed Professional Engineer 94 ,g�� c'•�r . Sunder the laws of the State of Iowa. '11.5��5NoNAL k.' ttgli Date:2/8/2013 fh( PE-11786 n SCHARF,P.E. License No.11786 My renewal date is December 31, 2013 4444T a OF\®ped' Pages or sheets covered by this seal: 000eseac Entire Addendum BIDDER SHALL ACKNOWLEDGE RECEIPT AND ACCEPTANCE OF THIS ADDENDUM AS PROVIDED ON BID FORM. 1\HRGCRNAS\DATA1201o0062.041DESIGN\BIDDI NGW DDM#2-020813-IC_FY09_RECONSTRUCTION.DOC iv b C:", w c--, 1"�l ' f cY„Y, r- CO f' t"4 co ADDENDUM#2 2 Updated 2/8/2013 2:01 PM Page 1 of 3 Iowa City Landfill and Recycling Center Addenda Dates: FY09 Landfill Cell Reconstruction #1-02/06/13 Bid Date: Tuesday, February 12, 2013 @ 10:30 am CDST #2-02/08/13 City of Iowa City City Clerk City Clerk City Clerk,410 E.Washington Street ph 319-356-5041 marian-karr@iowa-city.org Iowa City, IA 52240 fx 319-356-5009 City of Iowa City Daniel Scott Owner 410 E.Washington Street,Civic Center ph 319-356-5144 daniel-scott@iowa-city.org Iowa City, IA 52240 fx 319-356-5007 r--a HR Green, Inc. Jon Scharf Engineer 2550 University Ave W.,Ste 400N ph 651-644-4389 jscharf@hrgreen.com St.Paul,MN 55114-2015 fx 651-644-9446 C) -Y1 r ca - j7 Master Builders of Iowa Plan Room �, t 221 Park Street ph 515-288-8904 cadams@mbionline.com Des Moines, IA 50303 fx 515-288-2617rn Dubuque Builders Exchange Plan Room 801 Cedar Cross Road ph 563-583-8459 terri@dbgglass.com ,'� Dubuque, IA 52003 fx 563-582-6113 co Construction Update Plan Room Plan Room 645 32nd Avenue SW,Suite ph 319-369-4848 dschulte@mbionline.com Cedar Rapids, IA 52404 fx 319-369-4809 Construction Update Plan Room Plan Room 612 Mulberry ph 319-232-3621 jhartman@mbionline.com Waterloo, IA 50703 fx 319-274-0986 McGraw Hill Construction Plan Room Plan Room 4300 Beltway Place,Ste 180 ph 513-763-3608 kevin-spiering@mcgraw-hill.com Arlington,TX 76018 fx 888-376-4319 Reed Construction Data Plan Room 30 Technology Parkway South,Ste 500 ph 800-699-8640 rcdcentralnews@reedbusiness.com Norcross,GA 30091-2912 fx 800-508-5370 addenda@reedbusiness.com ILlowa Builders Exchange Plan Room 520 24th Street ph 309-788-9260 cpatrick@mbionline.com Rock Island,IL 61201 fx 309-794-3965 Frattalone Companies Cory Van Engen General 3205 Spruce Street ph 651-484-0448 coryv@frattalonecompanies.com St.Paul,MN 55117 fx 651-484-7839 Delong Construction Justin Holland General 1320 N.8th Avenue,PO Box 488 ph 319-653-3334 jholland@delonginc.com Washington,IA 52353 fx 319-653-3351 Carter&Associates General 395 Westcor Drive ph 319-545-4140 ccarter@carterandassociates.net Coralville,IA 52241 fx 319-545-4145 Tom Kueter Construction,Inc. Chris Kueter General 10943 Cedar Ridge Court ph 563-588-3662 ckueter@gwestoffice.net Peosta,IA 52068 fx 563-588-4652 Tschiggfrie Excavating Co. Mike General 425 Julien Dubuque Drive ph 563-557-7450 dubuqueoffice@tschiggfrie.net Dubuque,IA 52003 fx 563-557-7585 Rathje Construction Tim Williams General 305 44th Street, PO Box 408 ph 319-377-3179 twilliams@rathjeconstruction.com Marion, IA 52302 fx 319-377-3827 • ' Updated 2/8/2013 2:01 PM Page 2 of 3 McAninch Corporation Craig Kinzie General 4001 Delaware Avenue ph 515-267-2500 ckinzie@mcaninchcorp.com Des Moines, IA 50313 fx 515-267-2550 Thurn Seeding Steve Thurn Subcontractor 16978 Asbury Road ph 563-584-0546 thurnseeding@aol.com Dubuque,IA 52002 fx 563-556-3335 HD Supply Water Works Steve Clark Supplier 5800 SE Gateway Drive ph 515-986-4000 steven.clark@hdsupply.com Grimes,IA 50111 fx 515-986-4400 Peterson Contractors,Inc. Bart Peterson General 104 Blackhawk Street, PO Box A ph 319-345-2713 bartp@petersoncontractors.com Reinbeck, IA 50669 fx 319-345-2991 Canamer Services,Inc. Subcontractor S2964 Indian Creek Road,PO Box 38 ph 608-687-9800 becky@thelinerguys.com Fountain City,WI 54629 fx 608-687-9901 Ferguson Industrial Plastics Jim Slaughter Supplier 1995 Lasso Lane ph 863-614-9329 jim.slaughter@ferguson.com Lakeland,FL 33801 fx 863-666-3877 EPG Companies, Inc. Dan Fedor General 19900 County Road 81 ph 800-443-7426 dfedor@epgco.com Maple Grove,MN 55311 fx 763-493-4812 Maxwell Construction Tim Glandorf General 3011 Sierra Court SW ph 319-354-5858 tglandorf@maxwellconstructioninc.com Iowa City, IA 52240 fx 319-354-0759 Ricklefs Excavating General 12536 Buffalo Road ph 319-462-4435 j.heasty@qwestoffice.net 1-.3., Anamosa,IA 52205 fx 319-462-2599 CD w JJ Westhoff Construction General j—, n-1 n� 700 Calvert Street ph 402-421-1225 jjw@jjwesthoff.com CO .-.,,,,. Lincoln,NE 68502 fx 402-421-3638 "—,-Z t _--1 CD CO River Products Supplier —,-- r@....I.,' 1205 1st Avenue ph 319-338-1184 mtuthill@riverproducts.cdm Coralville,IA 52241 fx 319-338-8510 J '"'"°'1 \ JB Holland Jeff Holland General - p 2092 Highway 9 West ph 563-382-2901 jholland@jbhc.biz c0 Decorah, IA 52101 fx 563-382-2902 Connolly Construction General 18409 N.Cascade Road ph 563-876-3225 Imsch@connollyconstructioninc.com Peosta,IA 52068 fx 563-876-3115 Sulzberger Excavating, Inc. Zach Sulzberger General 1500 South Houser Street ph 563-263-1697 zsulzberger@sulzexcavating.com Muscatine,IA 52761 fx 563-263-0522 ESI Contracting Corporation General 3001 E.83rd Street ph 816-523-5081 cindyesi@esicontractingcorp.com Kansas City,MO 64132 fx 816-523-0183 Prudent Technologies,Inc. General 8080 Ward Parkway ph 816-363-3703 cshekar@prudentweb.com Kansas City,MO 64114 fx 816-363-3707 Steger Construction, Inc. General 3297 Vine Road ph 563-875-7876 jtegeler@iowatelecom.net Dyersville,IA 52040 fx 563-875-2404 Young Industries,Inc. Steve Young Subcontractor 306 Locust SW ph 319-454-6210 styoung@netins.net Blairstown,IA 52209 fx 319-454-6224 Updated 2/8/2013 2:01 PM Page 3 of 3 Clean Air and Water Systems,LLC Roger Krabel Subcontractor 123 Elm Street ph 262-965-4366 rkrabel@caawsystems.com Dousman,WI 53118 fx 262-965-4369 River Stone Group,Inc. Adam Smith Supplier 1701 5th Avenue ph 309-757-8250 asmith@riverstonegrp.com Moline,IL 61265 fx 309-757-0510 Iowa City Excavating Subcontractor 717 E.2nd Avenue ph 319-351-6605 icexcavating@aol.com Coralville,IA 52241 fx 319-351-3976 Tricon Construction Group General 2245 Kerper Blvd,Suite#2 ph 563-588-9516 laurieackerson@triconcg.com Dubuque, IA 52001 fx 563-588-9519 Forrer Supply Co., Inc. Gerald Silhol Supplier W914 N11811 McCormick Drive ph 262-255-3030 gsilhol@forrersupply.com Germantown,WI 53022 fx 262-255-2088 Metro Pavers, Inc. General 101 Southgate Avenue,PO Box 2508 ph 319-351-8800 craig@metro-pavers.com Iowa City, IA 52244-2508 fx 319-338-5527 Ryan Incorporation Central Ladd Worple Subcontractor 2700 E.Racine Street ph 608-754-2291 ladd.worple@ryancentral.com Janesville,WI 53545 fx 608-754-3290 J.C.Ramsdell Enviro Services,Inc. Jason Ramsdell Supplier 408 S.Veterans Street ph 605-997-3706 jason.ramsdell@jcramsdell.net Flandreau,SD 57028 fx 605-997-2873 S.M.Hentges&Sons,Inc. General 650 Quaker Avenue ph 952-492-5700 mailbox@smhentges.com Jordan,MN 55352 fx 952-492-5705 Jim Roberts General 50 Agawam park Road ph 401-258-7116 jerobertsri@gmail.com Rumford,R.I.02916 fx Hydro-Klean,Inc. Chad Sparks Supplier 333 NW 49th Place ph 515-283-0500 csparks@hydro-klean.com Des Moines, IA 50313 fx 515-283-0505 Great Basin Environmental,Inc. James Subcontractor 30448 Lauback Street ph 541-564-0800 pm@gbenv.com Hermiston,OR 97838 fx 541-564-7875 C.J.Moyna&Sons,Inc. Adam Kos General 8710 Earhart Lane SW ph 319-841-9260 akos@cjmoyna.com Cedar Rapids,IA fx Stevens Erosion Control Brian Stevens Subcontractor 5245 Observatory Avenue ph 319-631-0160 bstevens2009@hotmail.com Riverside,IA 52327 fx 319-679-4991 Environmental Specialties International Carolyn Johnson Subcontractor 7943 Pecue Lane,Suite A ph 225-291-2700 cjohnson@esiliners.com Baton Rouge,LA 70809 fx 225-291-2788 � o r.Z1 «t ti :72 177 Cr) Marian Karr From: Denison, Pamela <pdenison@hrgreen.com> Sent: Friday, February 08, 2013 2:03 PM To: Master Builders of Iowa (cadams@mbionline.com); terri@dbgglass.com; Construction Update Plan Room (dschulte@mbionline.com); Construction Update Plan Room (jhartman@mbionline.com); Spiering, Kevin (kevin_spiering@mcgraw-hill.com); addenda@reedbusiness.com; cpatrick@mbionline.com; coryv@frattalonecompanies.com; jholland@delonginc.com; ccarter@carterandassociates.net; ckueter@gwestoffice.net; Tschiggfrie Excavating Co. (dubuqueoffice@tschiggfrie.net); Rathje Construction (twilliams@rathjeconstruction.com); ckinzie@mcaninchcorp.com; thurnseeding@aol.com; steven.clark@hdsupply.com; bartp@petersoncontractors.com; becky@thelinerguys.com; jim.slaughter@ferguson.com; dfedor@epgco.com; tglandorf@maxwellconstructioninc.com; j.heasty@gwestoffice.net;jjw@jjwesthoff.com; mtuthill@riverproducts.com;jholland@jbhc.biz; Connolly Construction (Imsch@connollyconstructioninc.com); zsulzberger@sulzexcavating.com; cindyesi@esicontractingcorp.com; Chandra Shekar (cshekar@prudentweb.com); Steger Construction, Inc. (jtegeler@iowatelecom.net); styoung@netins.net; rkrabel@caawsystems.com; asmith@riverstonegrp.com; icexcavating@aol.com; Laurie Ackerson (laurieackerson@triconcg.com); gsilhol@forrersupply.com; craig@metro-pavers.com; ladd.worple@ryancentral.com; jason.ramsdell@jcramsdell.net; mailbox@smhentges.com;jerobertsri@gmail.com; csparks@hydro-klean.com; pm@gbenv.com; akos@cjmoyna.com; bstevens2009 @hotmail.com; cjohnson@esiliners.com Cc: Scharf, Jon; Daniel Scott; Marian Karr Subject: Iowa City Landfill FY09 Cell Reconstruction -Addendum#2 Attachments: ADDM#2-020813-IC_FY09_Reconstruction.pdf; Planholders List_020813.pdf Please find attached Addendum#2 and a current planholders list for the Iowa City Landfill FY09 Cell Reconstruction Project. Bid Date February 12, 2013 @ 10:30 AM CDST. PLEASE REPLY BACK TO CONFIRM RECEIPT OF ADDENDUM #2. If you have any questions or need anything further let us know. Thank you, Pam Denison Administrative Assistant HR GREEN, INC. 8710 Earhart lane SW Cedar Rapids, IA 52404 Main: 800.728.7805 Direct: 319.841.4405 Fax: 319.841.4012 ti cp rri I co HRGreen 1QO-F • ro � CZ) cfj Learn more at HRGreen.com 1 . The contents of this transmission and any attachments are confidential and intended for the use of the individual or entity to which it is addressed. If the reader of this message is not the intended recipient.you are herby notified that any dissemination,distribution or copying of this communication is prohibited. ra 0 cic� —r1 E LI Co CD LD 2 OFFICIAL PUBLICATION The following limitations shall ADVERTISEMENT FOR BIDS applyCto this Project:DDate: II--d FY09 LANDFILL CELL Completion Oate: August 16, Printer's Fee$ (.D O.5I RECONSTRUCTION AT THE 2013. IOWA CITY LANDFILL AND The plans, Damages:$2.000/day. . The plans,specifications and pro- RECYCLING CENTER posed contract documents may be CERTIFICATE OF PUBLICATION Sealed proposals will be received examined at the office of the City by the City Clerk of the City of Iowa Clerk. Copies of said plans and City, Iowa, until 10:30 A.M.on the specifications and form of proposal STATE OF IOWA, 12th day of February.2013.Sealed blanks may be secured at the proposals will be opened immedi- Office of HR Green. Inc., 8710 ately thereafter by the City Engineer Earhart Lane S.W.,P.O. Box 9009, JOHNSON COUNTY,SS: or designee.Bids submitted by fax Cedar Rapids,IA 52409-9009,by machine shall not be deemed a bona fide bidders. "sealed bid" for purposes of this. A pre-bid conference will be held THE IOWA CITY PRESS-CITIZEN Project. Proposals received after at 9:00 a.m.on February 5.2013 at this deadline will be returned to the the landfill site. Attendance at the bidder unopened. Proposals will pre-bid conference is encouraged FED.ID#42-0330670 be acted upon by the City Council but not required. at a meeting to be held in the Prospective bidders are advised Emma J. Harvat Hall at 7:00 P.M that the City of Iowa City desires to I' D �r G"v) ,r.� on the 19th day of February.2013, employ minority contractors and R & i •7 or at a special meeting called for subcontractors on City projects.A that purpose. listing of minority contractors can The Project will involve the follow- be obtained from the Iowa being duly sworn,say that I am ing: Department of Economic FY09 Landfill Cell Reconstruction Development at (515) 242-4721 the legal clerk of the IOWA CITY at the Iowa City Landfill and and the Iowa Department of Recycling Center. Transportation Contracts Office at •PRESS-CITIZEN,a newspaper All work is to be done in strict (515)239-1422. compliance with the plans and Bidders shall list on the Form of published in said county,and specifications prepared by HR Proposal the names of persons, Green, Inc., 8710 Earhart Lane firms, companies or other parties that a notice,a printed copy of S.W.,P.O.Box 9009,Cedar Rapids, with whom the bidder intends to IA 52409-9009,which have hereto- subcontract.This list shall include which is hereto attached,was fore been approved by the City the type of work and approximate Council, and are on file for public subcontract amount(s). published in said paper_t____ examination in the Office of the The Contractor awarded the con- time(s), on the following date(s): CEacho Clproposal shall be completed tracterk. shall submit a list on the Form of Agreement of the proposed on a form furnished by the City and subcontractors, together with nn must be accompanied in a sealed quantities,unit prices and extend- ed dollar`e Z8 )413 envelope, separate from the one ed dollar amounts. containing the proposal, by a bid By virtue of statutory authority, / bond executed by a corporation preference must be given to prod- ,..411 .41111m. rod- / �_ authorized to contract as a surety ucts and provisions grown and in the State of Iowa,in the sum of coal produced within the State of 10% of the bid. The bid security Iowa,and to Iowa domestic labor, shall be made payable to the to the extent lawfully required Legal C = k TREASURER OF THE CITY OF under Iowa Statutes. The Iowa IOWA CITY, IOWA, and shall be reciprocal resident bidder prefer- forfeited to the City of Iowa City in ence law applies to this Project. the event the successful bidder Subscribed and sworn to The City reserves the right to fails to enter into a contract within reject any or all proposals,and also be ore me this a41-4-day of!f ten (10) calendar days of the City reserves the right to waive techni- A.D.20 3 Council's award of the contract calities and irregularities. and post bond satisfactory to the Published upon order of the City City ensuring the faithful perfor- Council of Iowa City,Iowa. �� mance of the contract and mainte- MARIAN K.KARR,CITY CLERK r nance of said Project, if required, pursuant to the provisions of this January 28,2013 notice and the other contract PC,5000015308 NotaryPublic documents. Bid bonds of the low- est two or more bidders may be LINDA KROTZ retained for a period of not to A �u� exceed fifteen (15) calendar days Commission Number 732619 following award of the contract,or M Commission Expires until rejection is made. Other bid y bonds will be returned after the - Janua 27,2014 canvass and tabulation of bids is completed and reported to the City . Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred per- cent(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. Printer's Fee$ a 0.1.4p CERTIFICATE OF PUBLICATION OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING STATE OF IOWA, ON PLANS,SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE JOHNSON COUNTY,SS: FY09 LANDFILL CELL RECONSTRUCTION PROJECT AT THE IOWA CITY LANDFILL THE IOWA CITY PRESS-CITIZEN AND RECYCLING CENTER TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO FED.ID#42-0330670 OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa Al,��� City, Iowa, will conduct a public I, UE hearing on plans, specifications, form of contract and estimated cost for the construction of the being duly sworn,say that I am FY09 Landfill Cell Reconstruction Project in said city at 7:00 D.M.on the legal clerk of the IOWA CITY the 22nd day of January.2013 said meeting to be held in the Emma J. •PRESS-CITIZEN,a newspaper Harvat Hall in the City Hall,410 E. Washington Street in said city,or if published in said county,and said meeting is cancelled, at the next meeting of the City Council t that a notice,a printed copy of thereafter as posted by the City Clerk. which is hereto attached,was Said plans,specifications,form of published in said paper contract and estimated cost are now on file in the office of the City time(s),on the following date(s): Clerk in the City Hall In Iowa City, Iowa,and may be inspected by any interested persons. Any interested persons may �'� � -�y J Y !3 appear at said meeting of the City Council for the purpose of making / I .../ - objections to and comments con- / _ `� cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the Legal C 4 City Council of the City of Iowa City,Iowa and as provided by law. MARIAN K.KARR,CITY CLERK Subscribed and-sworn toPC400001 6360 January 14,2013 re me this, /Slay of ' A.D.20/2 / / Notary Public -a LINDA KROTZ $ Commission Number 732619'. • My Commission Expires a' January 27,2014 J Prepared by: Daniel Scott, Project Engineer,410 E.Washington St., Iowa City, IA 52240(319)356-5144 RESOLUTION NO. 1 3-56 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE LANDFILL FY09 CELL RECONSTRUCTION PROJECT. WHEREAS, JB Holland Construction of Decorah, Iowa, has submitted the lowest responsible bid of$1,322,474.20 for construction of the above-named project; and WHEREAS, funds for this project are available in the Landfill FY09 Cell Reconstruction Project account# 3321-550900. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to JB Holland Construction, 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 19th day of February , 20 11 MAYOR InApproved by ATTEST: f`' ,42k' • a - - t3 CITY CLERK City Attorney's Office It was moved by M7 mR and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Champion x Dickens Dobyns X Hayek Mims x Payne x Throgmorton pweng\m asters\awrdcon.d oc 09-02-14 3d(2) Prepared by: Daniel Scott, Public Works,410 E.Washington St., Iowa City, IA 52240(319)356-5144 RESOLUTION NO. 14-260 RESOLUTION ACCEPTING THE WORK FOR THE LANDFILL FY09 CELL RECONSTRUCTION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the Landfill FY09 Cell Reconstruction Project, as included in a contract between the City of Iowa City and JB Holland Construction of Decorah, Iowa, dated February 19, 2013, 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 Reconstruction Project account#3321-550900; and WHEREAS, the final contract price is $1,462,408.99. 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 2nd day of September , 20 14 . M YOR Pro tem J, �, Approved fbyy � ATTEST: /? 1— 2 Pl • i"e,-1 - urriA&khz CITY CLI=RK City Attorney's Office !'/2s//c.f It was moved by Payne and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Mims x Payne g Throgmorton Pweng/masterslacptwork.doc 8/14