HomeMy WebLinkAboutIOWA RIVER POWERHOUSE DAM REPAIR PROJECT 2025IOWA RIVER POWERHOUSE DAM REPAIR PROJECT 2025
2025-Jun-30 Project manual, plans, specs
2025-Jul-08 Res No. 25-165: Setting public hearing
2025-Aug-05 Res No. 25-191: Approving project manual & estimate of cost
2025-Aug-07 Notice to bidders
2025-Sep-02 Res No. 25-212: Rejecting bids received 08/26/25 & setting a new date
for receipt of bids for the rebidding of the project
2025-Sep-04 Notice to bidders
2025-Oct-21 Res No. 25-247: Rejecting all bids received
IV
:.3 4 ,::. WJ Pf"i
f
� i6� 6a� -0
IT
CITY OF IOWA CITY
UNESCO CITY OF LITERATURE
PUBLIC WORKS DEPARTMENT
ENGINEERING DIVISION
PROJECT MANUAL
FOR THE
FORMAL
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
IOWA CITY, IOWA
July 8, 2025
00055 , } t.a r -
CERTIFICATIONS PAGE'
I hereby certify that this engineering document was
prepared by me or under my direct personal supervision
and that I am a duly licensed Professional Engineer
under the laws of the State of Iowa.
r„HNe+na„4r
Q�q> ESSIpt;�` ,,,Y 06/30/2025
OR S ��� Tor Ha en Date
z j HANSEN
Sot 21913 License Number: P21913
My license renewal date Is December 31, 20 26
Pages or sheets covered by this seal
Special Provisions
0�1 illy
,4''
HOFRICHTER24665
= A =
I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED
BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND THAT I AM A
DULY LICENSED PROFESSIONAL ENGINEER UNDER THE LAWS OF THE
STATE OF IOWA,
FOR ORIGIN DE//SII,GN CO.
U�
NOAH HOFRICHTER DATE
2466s 12l31/2025
LICENSE NUMBER RENEWAL DATE
PAGES OR SHEETS COVERED BY THIS CERTIFICATION-
Entire Bound Document, Except Special Provisions
Iowa River Powerhouse Dam Repair Project 0005 — Page 1 of 1
0010
TABLE OF CONTENTS
PROJECT MANUAL
0005 CERTIFICATIONS PAGE
0010 TABLE OF CONTENTS
0100 NOTICE TO BIDDERS
0110 NOTICE OF PUBLIC HEARING
0200 INSTRUCTIONS TO BIDDERS
0400 PROPOSAL
0405 BIDDER STATUS FORM
0410 BID BOND FORM
0500 CONTRACT
0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND
0520 CONTRACT COMPLIANCE
0530 WAGE THEFT POLICY
SUDAS STANDARD SPECIFICATIONS
GENERAL SUPPLEMENTAL SPECIFICATIONS
SUPPLEMENTAL SPECIFICATIONS
SPECIAL PROVISIONS
.��.:08
s i i
PROJECT REFERENCE DOCUMENTS (INCLUDED FOR INFORMATION ONLY AND
HAVE NOT BEEN PREPARED UNDER THE CERTIFICATION OF THIS PROJECT
MANUAL):
2021 DIVE INSPECTION REPORT
2024 DIVE INSPECTION REPORT
2003 DAM RENOVATION PLANS
Iowa River Powerhouse Dam Repair Project 0010 — Page 1 of 1
0100
NOTICE TO BIDDERS
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 p.m.
on August 28, 2025. Sealed proposals will be opened immediately thereafter. 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 6:00 P.M. on the 2nd day of September, 2025, or at special meeting called for that purpose.
The Project will involve the following: Repairs to the Iowa River Powerhouse Dam, including the
work required to access the site and for upgrades to the pedestrian trail. Repair of the dam
generally includes concrete surface repairs.
All work is to be done in strict compliance with the Project Manual prepared by Origin Design Co.,
of Dubuque, Iowa, which has 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 submitted in a
sealed envelope. In addition, a separate sealed envelope shall be submitted containing a
completed Bidder Status Form and a bid security 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
(in the form shown in Section 0510) ensuring the faithful performance of the contract and
maintenance of said Project, if required, pursuant to the provisions of this notice and the other
contract documents. The City shall retain the bid security furnished by the successful bidder until
the approved contract has been executed, the required Performance, Payment, and Maintenance
Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of
the contract, and the contract and security have been approved by the City. The City shall
promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as
the successful bidder is determined or within thirty days, whichever is sooner.
The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond
in an amount equal to one hundred percent (100%) of the contract price and in the form shown in
Section 0510, 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)
years from and after its completion and formal acceptance by the City Council.
Iowa River Powerhouse Dam Repair Project 0100 — Page 1 of 2
The following limitations shall apply to this Project:
Specified Start Date: 2025 Construction Window:
September 12, 2025-November 15, 2025
2026 Construction Window:
May 1, 2026-October 31, 2026
Final Completion Date: All work to be completed within 90 days after mobilization
of the site and within the dates shown above.
Liquidated Damages: $1,000.00 per day
The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank
forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located
at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240 (319) 3554-5950.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of Targeted Small Business contractors can be
obtained from the Iowa Department of Administrative Services at (515) 242-5120.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its 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 required
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.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE GRACE, CITY CLERK
Iowa River Powerhouse Dam Repair Project 0100 — Page 2 of 2
0110
NOTICE OF PUBLIC HEARING 75 �;1j: q: 0
NOTICE OF PUBLIC HEARING ON PROJECT MANUAL
AND ESTIMATED COST FOR THE IOWA RIVER
POWERHOUSE DAM REPAIR PROJECT IN THE CITY OF
IOWA CITY, IOWA
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 the
Project Manual, including the plans, specifications, contract,
and estimated cost for the construction of the Iowa River
Powerhouse Dam Repair Project in said city at 6:00 p.m. on
the 5th day of August, 2025, said meeting to be held in the
Emma J. Harvat Hall in the City Hall, 410 East 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.
This project includes repairs to the Iowa River
Powerhouse Dam, including the work required to access the
site and for upgrades to the pedestrian trail. Repair of the
dam generally includes concrete surface repairs, and is
located at the Iowa River Powerhouse Dam.
Said Project Manual 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 Project Manual 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.
Kellie K. Grace, City Clerk
Iowa River Powerhouse Dam Repair Project 0110 — Page 1 of 1
0200
INSTRUCTIONS TO BIDDERS
Iowa River Powerhouse Dam Repair Project
1. Pre -Bid Meeting: August 21, 2025, 11:00 A.M.
2. Bid Submittals:
a. Time, Date and Location:
August 28, 2025, 3:00 P.M.
City Clerk's Office
410 East Washington Street
Iowa City, Iowa 52240
b. Submittals include two separate sealed envelopes:
Envelope 1: Bid Security and Bidder Status Form
Envelope 2: Proposal
C. See Section 1020, as may be supplemented, for complete descriptions of proposal
requirements and conditions.
3. Bidder Status:
a. Use the Bidder Status Form included in Section 0405.
b. Submit in accordance with 0200.2.b above.
C. See Section 0405 for the Worksheet: Authorized to Transact Business and 875
Iowa Administrative Code Chapter 156 (73A), found at the following website:
https://www.legis.iowa.gov/docs/iac/chapter/08-15-2018.875.156.pdf, for
assistance in completing the form.
4. Bid Security:
a. Use the Bid Bond Form included in Section 0410.
b. Submit in accordance with 0200.2.b above.
C. Bid security is 10% of the total bid, including all added alternates (do not deduct
the amount of deducted alternates).
d. See Section 1020, as may be supplemented, for a complete description of the bid
security requirements.
5. Progress and Schedule:
a. Contract Times:
Specified Start Date: 2025 Construction Window:
September 12, 2025-November 15, 2025
2026 Construction Window:
May 1, 2026-October 31, 2026
Final Completion Date: All work to be completed within 90 days
after mobilization of the site and within the
dates shown above.
Liquidated Damages: $1,000.00 per day
b. Work Restrictions:
i. No work shall be done between 10:00 pm and 7:00 am without the approval
of the Engineer, with the exception of saw cutting freshly poured concrete.
ii. Notify the Engineer four days in advance of street closings so that a press
release can be issued. No street may be closed without the Engineer's
approval and said notification.
Iowa River Powerhouse Dam Repair Project 0200 — Page 1 of 2
C. Community Events:
i. The Contractor should look at community calendars to determine potential
conflicts with planned construction activities and schedule.
ii. The Contractor should make sure their activities are not impacting
community events.
iii. No work shall occur on University of Iowa Home Football game days.
6. Performance, Payment and Maintenance Bond:
a. The successful bidder will be required to furnish a bond in an amount equal to one
hundred percent (100%) of the contract price for a period of two (2) years after its
completion and formal acceptance by the City Council.
b. Use the Performance, Payment, and Maintenance Bond Form included in Section
0510.
C. See Section 1070, Part 3, as may be supplemented, for a complete description of
the bonding requirements.
7. Insurance Requirements:
a. The City of Iowa City is to be listed on the required insurance certificate, as an
additional insured on a primary and non-contributory basis. Review this
requirement with your insurance broker prior to bidding.
b. See Section 1070, Part 3, as may be supplemented, for a complete description of
the insurance requirements.
8. Taxes:
a. Sales Tax Exemption Certificates will be issued according to Section 1020, 1.08
of the Supplemental Specifications.
9. Contract Compliance:
a. For all contracts of $25,000 or more, the successful bidder shall abide by the
requirements of the City's Contract Compliance Program, as described in the
, rtion 0520_
10. Wage Theft Policy:
a. For all contracts of $25,000 or more, the successful bidder shall abide by the
requirements of the City's Wage Theft Policy, as described in Section 0530.
11. References:
a. The successful bidder and all of its subcontractors are required to submit at least
four (4) days prior to award three (3) 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 based on past
experience on projects with the City of Iowa City.
b. References shall be addressed to the City Engineer and include the name, address
and phone number of the contact person, for City verification.
12. Contract Documentation:
a. The Contractor must use a web -based software package for purposes of hosting
and managing project communication and documentation until Final Completion.
Web -based software packages include (but are not limited to) Doc Express
(preferred), Submittal Exchange or Procore.
b. Record documentation is required on all projects in accordance with Section 1090,
1.08.E of the Supplemental Specifications. Liquidated damages will be considered
if adequate record documentation is not submitted by the Final Completion Date.
Iowa River Powerhouse Dam Repair Project 0200 — Page 2 of 2
INSERT IN ENVELOPE 2
0400
PROPOSAL
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
CITY OF IOWA CITY
Please DO NOT USE the proposal included in the bound volume of the specifications. Separate
copies of this form are contained with this document.
The following documents must be submitted as printed. No alterations, additions, or deletions
are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes
will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the
Engineer in writing. The Engineer will issue any necessary interpretation by an addendum.
Name of Bidder:
Address of Bidder:
TO: City Clerk
City of Iowa City
City Hall
410 East Washington Street
Iowa City, Iowa 52240
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,
hereby proposes to provide the required labor, services, materials and equipment and to perform
the Project as described in the Project Manual, including Addenda and
, and to do all work at the prices set forth herein.
The undersigned bidder further proposes 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.
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
and agrees that, in the event of any discrepancies or differences between the various items
included in the Contract, Supplemental Specification Section 1040, 1.03 shall govern.
Iowa River Powerhouse Dam Repair Project 0400 — Page 1 of 4
INSERT IN ENVELOPE 2
ITEM
ITEM CODE
BID ITEM DESCRIPTION
QUANTITY
UNITS
NO.
1
2102-0425070
SPECIAL BACKFILL
225
TON
2
2123-7450020
SHOULDER FINISHING, EARTH
8
STA
3
2507-6800000
MATERIAL FOR FILTER BLANKET
10
TON'
4
2519-3300700
FENCE, TEMPORARY
2540
LF
5
2599-9999003
SPILLWAY VOID FILL
50
CY
6
2599-9999005
INSPECTION HOLES
13
EA
7
2599-9999010
PRE -CONSTRUCTION SURVEY
1
LS
8
2599-9999010
WATER CONTROL
1
LS
9
2599-9999010
LEFT ABUTMENT VOID REPAIR
1
LS
10
2599-9999010
MUSSEL SURVEY
1
LS
11
2599-9999014
SHALLOW CONCRETE REPAIR (DEPTHS: 0" TO
15
SF
3")
12
2599-9999014
SHALLOW TO MODERATE CONCRETE REPAIR
115
SF
WITH REBAR (DEPTHS: 3" TO 20")
13
2599-9999022
UNDERMINING REPAIRS (PIER 1 & LEFT
237
CF
ABUTMENT)
14
2602-0000212
FLOATING SILT CURTAIN (HANGING)
400
LF
15
2602-0000222
FLOATING SILT CURTAIN (CONTAINMENT)
400
LF
16
2602-0000230
CLEAN OUT OF FLOATING SILT CURTAIN
400
LF
(CONTAINMENT)
17
2602-0000240
MAINTENANCE OF FLOATING SILT CURTAIN
400
LF
18
2010-1-D-1
TOPSOIL, ON -SITE
140
CY
19
7030-A-2
REMOVAL OF SHARED USE PATH
500
SY
20
7030-C
SHARED USE PATH, HMA, 6 IN
500
SY
21
8030-A
TEMPORARY TRAFFIC CONTROL
1
LS
22
9010-A-1
CONVENTIONAL SEEDING, SEEDING,
0.2
AC
FERTILIZING, AND MULCHING, TYPE 4
23
9040-A-2
SWPPP MANAGEMENT
1
LS
24
9040-F-1
WATTLE, PERIMETER AND SLOPE SEDIMENT
2510
LF
CONTROL DEVICE, 9 IN DIA
25
9040-F-2
WATTLE, REMOVAL
2510
LF
26
9040-J
RIP RAP, CLASS B
30
TON
27
9040-0-1
TRACK OUT CONTROL
115
SY
28
9040-Y
EROSION CONTROL MOBILIZATION
3
EA
29
11,020-A
MOBILIZATION
1
LS
TOTAL
The Bidder may submit computer -generated unit price table in accordance with the Special Provisions.
TOTAL
Iowa River Powerhouse Dam Repair Project 0400 — Page 2 of 4
INSERT IN ENVELOPE 2
The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows:
NOTE: All subcontractors are subject to approval by City of Iowa City.
Iowa River Powerhouse Dam Repair Project 0400 — Page 3 of 4
INSERT IN ENVELOPE 2
The undersigned Bidder is a/an:
❑ Individual, Sole Proprietorship
❑ Partnership
"•.fir #' ": 't �
❑ Corporation
❑ Limited Liability Company
❑ Joint venture i
❑ Other
Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section
91 C.5 of the Iowa Code is:
Failure to provide said Registration Number shall result in the bid being read under advisement.
A contract will not be executed until the Contractor is registered to do business in the State of
Iowa.
Bidder's Name
Signature
Printed Name
Title
Street Address
City, State, Zip Code
Telephone Number
NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or
electronic signatures will not be accepted.
Iowa River Powerhouse Dam Repair Project 0400 — Page 4 of 4
INSERT IN ENVELOPE 1
0405
BIDDER STATUS FORM -
All bidders must submit the following completed form to the governmental body requesting bids per 8751owa Administrave Gode,'Coter 156.
To be completed by all bidders Part A
❑ Yes ❑ No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the Worksheet.- Authorization to Transact Business).
❑ Yes ❑ No My company has an office to transact business in Iowa.
❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this
project.
❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business
entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete
Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a non-resident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders Part B
Dates: to Address:
(mm/dd/yyyy) City, State, Zip Code:
Dates: to Address:
(mm/dd/yyyy) City, State, Zip Code:
Dates: to Address:
(mm/dd/yyyy) City, State, Zip Code:
You may attach additional sheet(s) if needed.
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the
appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to
provide accurate and truthful information may be a reason to reject my bid.
Finn Name:
Signature: Date:
Iowa River Powerhouse Dam Repair Project 0405 — Page 1 of 2
INSERT IN ENVELOPE 1
WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS
This worksheet may be used to help complete Part A of the Resident Bidder Status form_ If at least one of the
following describes your business, you are authorized to transact business in Iowa.
❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution.
❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent
biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary
of state nor had its authority revoked.
❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state
other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not
been filed.
❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership
has received notification from the Iowa Secretary of state that the application for certificate of authority has been
approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited
partnership.
❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and
has not filed a statement of termination.
❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state
other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not
been revoked or canceled.
Iowa River Powerhouse Dam Repair Project 0405 — Page 2 of 2
INSERT IN ENVELOPE 1
0410
BID BOND FORM
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT = w; 0
CITY OF IOWA CITY
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 amount of 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 Iowa River Powerhouse Dam Repair 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 security for the
Principal's faithful performance of said Project, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all
other 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 security shall be forfeited to the
Owner in the event that the Principal fails to execute the contract and provide the security, as
provided in the Project Manual or as required by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its security 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 security this
of , A.D., 20_
Witness
Witness
in
By:
Principal
Surety
(Attorney -in -fact)
Attach Power -of -Attorney, if applicable
day
(Seal)
(Title)
(Seal)
Iowa River Powerhouse Dam Repair Project 0410 — Page 1 of 1
0500
CONTRACT
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT J PI-1
CITY OF IOWA CITY
This Contract 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 Contract
dated the day of 2025, for the Iowa River Powerhouse Dam Repair Project
("Project"), and
Whereas, the City publicly solicited bids for construction of said Project; and
Whereas, Contractor submitted a bid on the Project described in said Project Manual; and
Whereas, the parties hereto now wish to enter into this Contract for the construction of
said Project.
Now, therefore, it is agreed:
1. The Contractor hereby agrees to perform the Project for the sums listed in its
Proposal including the total extended amount of $
which sums are incorporated herein by this reference.
2. This Contract consists of the Contract Documents, as defined in the Section 1010,
1.03, and the following additional component parts which are incorporated herein
by reference:
a. Contractor's Completed Bidder Status Form; attached hereto; and
b. Contractor's Completed Contract Compliance Program (Anti -
Discrimination Requirements) Assurance, if applicable, pursuant to Section
0200, attached hereto; and
C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to
Section 0200, attached hereto.
The above components are deemed complementary and what is called for by one shall
be as binding as if called for by all.
Iowa River Powerhouse Dam Repair Project 0500 — Page 1 of 2
3.
The names of those persons, firms, companies or other parties, acknowledged by
the City, 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 (or shown on an attachment):
DATED this day of
20
(The City of Iowa City will date this Contract after all signatures are obtained)
Citv Contractor
Signature of City Official Signature of Contractor Officer
Printed Name of City Official
ATTEST:
City Clerk (for Formal Projects only)
APPROVED BY:
City Attorney's Office
Printed Name of Contractor Officer
Title of Contractor Officer
ATTEST:
By:
(Company Official)
Iowa River Powerhouse Dam Repair Project 0500 — Page 2 of 2
0510
PERFORMANCE, PAYMENT, AND MAINTENANCE BOND Itj j 311 , c
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
CITY OF IOWA CITY
Know All by These Presents:
That we, as Principal
(hereinafter the "Contractor" or "Principal") and ,
as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred
to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the
conditions of this Bond in the penal sum of
dollars ($ ), lawful money of the United States, for the payment of which
sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns,
jointly or severally, firmly by these presents.
The conditions of the above obligations are such
contract with the Jurisdiction, bearing date the
, (hereinafter the "Contract") wherein
construct the following described improvements:
that whereas said Contractor entered into a
day
said Contractor
of
undertakes and agrees to
Repairs to the Iowa River Powerhouse Dam, including the work required to access the site and
for upgrades to the pedestrian trail. Repair of the dam generally includes concrete surface repairs.
To faithfully perform all the terms and requirements of said Contract within the time therein
specified, in a good and workmanlike manner, and in accordance with the Contract Documents.
It is expressly understood and agreed by the Contractor and Surety in this bond that the following
provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit:
Performance: The Contractor shall well and faithfully observe, perform, fulfill, and abide
by each and every covenant, condition, and part of said Contract, by reference made a
part hereof, for the above referenced improvements, and shall indemnify and save
harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by
reason of the Contractor's default of failure to perform as required. The Contractor shall
also be responsible for the default or failure to perform as required under the Contract and
Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing
materials or providing labor in the performance of the Contract.
2. Payment: The Contractor and the Surety on this Bond hereby agreed to pay all just claims
submitted by persons, firms, subcontractors, and corporations furnishing materials for or
performing labor in the performance of the Contract on account of which this Bond is given,
including but not limited to claims for all amounts due for labor, materials, lubricants, oil,
gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor
or any subcontractor, wherein the same are not satisfied out of the portion of the contract
price the Jurisdiction is required to retain until completion of the improvement, but the
Contractor and Surety shall not be liable to said persons, firms, or corporations unless the
claims of said claimants against said portion of the contract price shall have been
Iowa River Powerhouse Dam Repair Project 0510 — Page 1 of 4
A
established as provided by law. The Contractor and Surety hereby bind themselves to the
obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this
reference is made a part hereof as though fully set out herein.
3. Maintenance: The Contractor and the Surety on this Bond hereby agree, at their own
expense:
A. To remedy any and all defects that may develop in or result from work to be
performed under the Contract within the period of two years (2) from the date of
acceptance of the work under the Contract, by reason of defects in workmanship
or materials used in construction of said work;
B. To keep all work in continuous good repair; and
C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure
that any defects are remedied, and to repay the Jurisdiction all outlay and expense
incurred as a result of Contractor's and Surety's failure to remedy any defect as
required by this section.
4. General: Every Surety on this Bond shall be deemed and held bound, any contract to the
contrary notwithstanding, to the following provisions:
A. To consent without notice to any extension of time to the Contractor in which to
perform the Contract;
B. To consent without notice to any change in the Contract or Contract Documents,
which thereby increases the total contract price and the penal sum of this bond,
provided that all such changes do not, in the aggregate, involve an increase of
more than 20% of the total contract price, and that this bond shall then be released
as to such excess increase; and
C. To consent without notice that this Bond shall remain in full force and effect until
the Contract is completed, whether completed within the specified contract period,
within an extension thereof, or within a period of time after the contract period has
elapsed and the liquidated damage penalty is being charged against the
Contractor.
D. That no provision of this Bond or of any other contract shall be valid that limits to
less than two years (2) after the acceptance of the work under the Contract the
right to sue on this Bond.
E. That as used herein, the phrase "all outlay and expense" is not to be limited in any
way, but shall include the actual and reasonable costs and expenses incurred by
the Jurisdiction including interest, benefits, and overhead where applicable.
Accordingly, "all outlay and expense" would include but not be limited to all contract
or employee expense, all equipment usage or rental, materials, testing, outside
experts, attorneys fees (including overhead expenses of the Jurisdiction's staff
attorneys), and all costs and expenses of litigation as they are incurred by the
Jurisdiction. It is intended the Contractor and Surety will defend and indemnify the
Jurisdiction on all claims made against the Jurisdiction on account of Contractor's
failure to perform as required in the Contract and Contract Documents, that all
agreements and promises set forth in the Contract and Contract Documents, in
approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction
will be fully indemnified so that it will be put into the position it would have been in
had the Contract been performed in the first instance as required.
Iowa River Powerhouse Dam Repair Project 0510 — Page 2 of 4
In the event the Jurisdiction incurs any "outlay and expense" in defending itself against
any claim as to which the Contractor or Surety should have provided the defense, or in the
enforcement of the promises given by the Contractor in the Contract, Contract Documents,
or approved change orders, or in the enforcement of the promises given by the Contractor
and Surety in this Bond, the Contractor and Surety agree that they will make the
Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation
under this bond shall not exceed 125% of the penal sum of this bond.
In the event that any actions or proceedings are initiated regarding this Bond, the parties
agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is
required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary
obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree,
jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by
the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be
cumulative and not alternative and shall be in addition to all rights, powers, and remedies
given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any
amount guaranteed hereunder whether action is brought against the Contractor or whether
Contractor is joined in any such action(s) or not.
Now therefore, the condition of this obligation is such that if said Principal shall faithfully
perform all the promises of the Principal, as set forth and provided in the Contract and in
this Bond, then this obligation shall be null and void, otherwise it shall remain in full force
and effect.
When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first
as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it
shall be interpreted or construed as defined in applicable provisions of the Iowa Code;
third, if not defined in the Iowa Code, it shall be interpreted or construed according to its
generally accepted meaning in the construction industry; and fourth, if it has no generally
accepted meaning in the construction industry, it shall be interpreted or construed
according to its common or customary usage.
Failure to specify or particularize shall not exclude terms or provisions not mentioned and
shall not limit liability hereunder. The Contract is hereby made a part of this Bond.
Iowa River Powerhouse Dam Repair Project 0510 — Page 3 of 4
PRINCIPAL:
Printed Name of Contractor Officer
SM
NOTE:
1.
2.
3.
4.
By
Signature of Contractor Officer
Title of Contractor Officer
SURETY:
Surety Company Name
Signature of Attorney -in -Fact Officer
Printed Name of Attorney -in -Fact Officer
Company Name of Attorney -in -Fact
Company Address of Attorney -in -Fact
City, State, Zip Code of Attorney -in -Fact
Telephone Number of Attorney -in -Fact
All signatures on this performance, payment, and maintenance bond must be
original signatures in ink; copies, facsimile, or electronic signatures will not be
accepted.
This bond must be sealed with the Surety's raised, embossing seal.
The Certificate or Power of Attorney accompanying this bond must be valid on its
face and sealed with the Surety's raised, embossing seal.
The name and signature of the Surety's Attorney-in-Fact/Officer entered on this
bond must be exactly as listed on the Certificate or Power of Attorney
accompanying this bond.
Iowa River Powerhouse Dam Repair Project
0510 — Page 4 of 4
0520
CONTRACT COMPLIANCE
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 age, color, creed, disability, gender identity, marital status,
national origin, race, religion, sex, or sexual orientation.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in
designing and implementing equal employment opportunity so that all citizens will be afforded
equal accessibility and opportunity to gain and maintain employment.
Provisions:
All contractors, vendors, and consultants requesting to do business with the City must
submit an Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if
required by another governmental agency) must abide by the requirements of the City's
Contract Compliance Program. Emergency contracts may be exempt from this provision
at the discretion of the City. Regardless of the value of the contract, all contractors,
vendors, and consultants are subject to the City's Human Rights Ordinance, which is
codified at Article 2 of the City Code.
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 0520 — Pages 2 and 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.
4,
Iowa River Powerhouse Dam Repair Project 0520 — Page 1 of 6
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.)
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 age, color, creed, disability, gender identity, marital
status, national origin, race, religion, sex, or sexual orientation. 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.
2. 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
Street Address
City, State, Zip Code
f
M�
Iowa River Powerhouse Dam Repair Project 0520 — Page 2 of 6
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.
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 are true and correctly reflect our Equal Employment Opportunity policies.
Business Name Phone Number
Signature
Print Name
Title
Date
Iowa River Powerhouse Dam Repair Project 0520 — Page 3 of 6
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT
OPPORTUNITIES
COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document
the policy and post it in a conspicuous place so that it is known to all your employees.
Furthermore, disseminate the policy to all potential sources of employees and to your
subcontractors asking their cooperation. The policy statement should recognize and
accept your responsibility to provide equal employment opportunity in all your employment
practices. In regard to dissemination of this policy, this can be done, for example, through
the use of letters to all recruitment sources and subcontractors, personal contacts,
employee meetings, web page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the
responsibility of administering and promoting your company's Equal Employment
Opportunity program. This person should have a position in your organization which
emphasizes the importance of the program.
INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment
Opportunity program. All employees authorized to hire, supervise, promote, or discharge
employees or are involved in such actions 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 ensure 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
Iowa River Powerhouse Dam Repair Project 0520 — Page 4 of 6
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.
For your information is a copy of Section 2-3-1 of the City Code which prohibits certain
discriminatory practices in employment can be found at:
https://codelibrary.amlegal.com/codes/iowacitvia/latest/iowacity ia/0-0-0-631#JD 2-3-1.
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.
Iowa River Powerhouse Dam Repair Project 0520 — Page 5 of 6
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,
national origin, 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:
NOTE: This is a SAMPLE ONLY. You may wish to confer with your Equal Employment
Opportunity (EEO) officer or legal counsel to formulate a policy which specifically meets the needs
of your company.
C "3
Iowa River Powerhouse Dam Repair Project 0520 — Page 6 of 6
0530
WAGE THEFT POLICY
It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364
adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary
economic development assistance to, any person or entity (including an owner of more than 25%
of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial
or administrative proceeding of committing a repeated or willful violation of the Iowa Wage
Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or
any comparable state statute or local ordinance, which governs the payment of wages, for a period
of five (5) years from the date of the last conviction, entry of plea, administrative finding or
admission of guilt. (hereinafter "Wage Theft Policy")
Application. The Wage Theft Policy applies to the following:
a. Contracts in excess of $25,000 for goods, services or public improvements.
Contracts for discretionary economic development assistance. "Discretionary"
economic development assistance shall mean any economic development
assistance provided by the City of Iowa City that is not required by law.
II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods
and services, emergency construction or public improvement work, sole source contracts
excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts
with other governmental entities.
III. Affidavit. The contracting entity must complete the attached affidavit showing
compliance with the Wage Theft Policy and provide it to the Contracting Department
prior to the execution of the contract.
Contract provision: Any contract to which this policy is applicable will include the following contract
provision: If the City becomes aware that a person or entity (including an owner of more than
25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial
or administrative proceeding of committing a repeated or willful violation of the Iowa Wage
Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or
any comparable state statute or local ordinance, which governs the payment of wages, within the
five (5) year period prior to the award or at any time after the award, such violation shall constitute
a default under the contract.
IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage
Theft Policy it may submit a request in writing indicating that one or more of the following
actions have been taken:
a. There has been a bona fide change in ownership or control of the ineligible person
or entity;
b. Disciplinary action has been taken against the individual(s) responsible for the acts
giving rise to the violation(s);
Iowa River Powerhouse Dam Repair Project 0530 — Page 1 of 3
C. Remedial action has been taken to prevent a recurrence of the acts giving rise to
the disqualification or default; or
d. Other factors that the person or entity believes are relevant.
The City Manager or Designee shall review the documentation submitted, make any inquiries
deemed necessary, request additional documentation if warranted and determine whether a
reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee
determine that a reduction or waiver of the ineligibility period is warranted the City Manager or
Designee shall make such recommendation to the City Council. The City Council will make a final
decision as to whether to grant a reduction or waiver.
Iowa River Powerhouse Dam Repair Project 0530 — Page 2 of 3
WAGE THEFT AFFIDAVIT
1, , certify under penalty of perjury and pursuant to
the laws of the State of Iowa that the following is true and correct:
1. 1 am the [position] of
["contracting entity'] and have the authority to execute this affidavit on behalf of said
contracting entity and any person or entity with an ownership interest in said contracting
entity of more than 25%.
2. Neither ["contracting entity"] nor any person or entity
with an ownership interest of more than 25% of said contracting entity has been
adjudicated guilty or liable in any judicial or administrative proceeding of committing a
repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum
Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local
ordinance, which governs the payment of wages in the last 5 years.
Signature
C�
-f0
c-
Iowa River Powerhouse Dam Repair Project 0530 — Page 3 of 3
SUDAS STANDARD SPECIFICATIONS
The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public
improvement projects and construction within the public right-of-way. The SUDAS Standard
Specifications are incorporated herein by reference. Copies of the current version of the SUDAS
Standard Specifications Manual can be obtained from the SUDAS website at:
htti)s:Hiowasudas.org/manuals/specifications-manual/. These specifications are kept on file in the
City Engineer's Office and will be made available for viewing by City staff and the public.
Previous editions of the SUDAS Standard Specifications can be found here:
https://iowasudas.org/archived-specifications/.
Iowa River Powerhouse Dam Repair Project Page 1 of 1
GENERAL SUPPLEMENTAL SPECIFICATIONS
The City of Iowa City has adopted the General Supplemental Specifications for use on all public
improvement projects and construction within the public right-of-way. The General Supplemental
Specifications are incorporated by reference. Copies of the General Supplemental Specifications
can be obtained from the website at: https://iowasudas.org/supplemental-specifications/. These
specifications are kept on file in the City Engineer's Office and will be made available for viewing
by City staff and the public.
Iowa River Powerhouse Dam Repair Project Page 1 of 1
SUPPLEMENTAL SPECIFICATIONS
The City of Iowa City has adopted the Supplemental Specifications to the current Edition of the
SUDAS Standard Specifications Manual for use on all public improvement projects and
construction within the public right-of-way. The Supplemental Specifications are incorporated
herein by reference. Copies of the current version can be obtained at: https://www.iowa-
city.org/webIink/0/edoc/1845668/CIC%20SupPIemental%20Specs.pdf or are available in the City
Engineering Division Office.
CD
ca
Iowa River Powerhouse Dam Repair Project Page 1 of 1
SPECIAL PROVISIONS
The City of Iowa City allows bidders to submit a computer -generate attachment, hereinafter
referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying
the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on
preparing a computer -generated unit price attachment.
This project includes several additional modifications to the SUDAS Standard Specifications
beyond the Supplemental Specifications referenced earlier in this Project Manual.
Supplemental Specifications to the Special Provisions include:
IOWA DOT: Bid items referencing Iowa Department of Transportation shall meet the requirements
and covenants of the Iowa Department of Transportation "Standard Specifications for Highway
and Bridge Construction," Series 2023.
013300 — Submittal Procedures
013524 — Construction Safety
014000 — Quality Requirements
015100 — Temporary Utilities
017700 — Closeout Procedures
021000 — Site Preparation
022200 — Demolition
031000 — Concrete Forms and Accessories
032000 — Concrete Reinforcement
033000 — Cast -in -Place Concrete
312319 — Control of Water
CD
Ca
�,D
Iowa River Powerhouse Dam Repair Project Page 1 of 1
SECTION 01 33 00
SUBMITTAL PROCEDURES
PART 1: GENERAL
1.01 GENERAL SUBMITTAL PROCEDURES
A. Contractor shall:
1. Transmit a minimum of one copy of each submittal labeled with the Project name, name
of the submittal, and Section and page number of these Contract Documents in which the
submittal was requested. Indicate the type or purpose of the submittal as more fully
described elsewhere in this Section with regard to the Schedule of Submittals. Transmit
the correct number of copies as described below for each type of submittal. A transmittal
letter stating the same information shall accompany each submittal. Electronic submittals
are preferred, but hard copy submittals are acceptable.
2. Transmit all electronic submittals to the attention of Engineer via a web -based PM
software with Adobe PDF attachments as follows:
E-mail addressed to:
Joe Welna, jwelna@barr.com
Tor Hansen, thansen@barr.com
3. Apply Contractor's stamp, signed or initialed certifying that review and 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.
Unstamped or unsigned submittals and submittals that have not been thoroughly
checked by Contractor will be returned without action.
4. Schedule submittals to expedite Project and in accordance with the Schedule of
Submittals to be prepared by Contractor. Coordinate submission of related items.
5. Identify all variations or deviations from the Contract Documents and identify alternative
products or system limitations that may be detrimental to successful performance of the
completed Work.
6. Provide space for Engineer's review, stamp, and comments.
7. Revise and resubmit submittals as required in a timely manner. Identify all changes made
since previous submittal.
8. Promptly distribute copies of reviewed submittals to Subcontractors, Suppliers, and other
concerned parties. Instruct parties to promptly report any inability to comply with
provisions.
9. Contractor shall not proceed with any Work requiring review by Owner or Engineer until
satisfactory submittals have been reviewed and returned to Contractor.
10. Allow a minimum of 7 calendar days for Owner or Engineer review of submittals.
B. Submittals that are made that are not specifically required by the Contract Documents may be
returned without action.
C. All submittals shall come from Contractor; submittals directly from Subcontractors or vendors
will be returned without action. ..
CD
City of Iowa City Submittal Procedures
Iowa River Powerhouse Dam Repair Project 01 33 00-1
1.02 PROGRESS SCHEDULE
A. Submit an estimated progress schedule and revise the schedule from time to time, as may
reasonably requested by Engineer or Owner, to reflect the current status and progress of the
Work and the operations necessary to complete the Work as required.
B. The progress schedule shall clearly illustrate the sequence of the Work (by locations and other
factors as may be appropriate) to be followed by Contractor to efficiently progress with the
Work.
1.03 SCHEDULE OF VALUES
A. Submit a schedule of values with a detailed cost breakdown for all lump sum items of Work
included in the Contract. Subdivide the Work into component parts in sufficient detail to serve as
the basis for progress payments during construction. Unit price items shall be subject to
progress payments based on the units of Work completed as provided for in the General
Conditions and do not need to be included in the schedule of values.
B. The schedule of values, for lump sum items, shall be organized in a tabular format. At a
minimum, the schedule of values shall consist of the following columns:
1. ITEM NUMBER: Number items according to the item numbers provided
on the Bid Form.
2. ITEM DESCRIPTION: Written description of each item.
3. UNIT(S): The detailed breakdown of the lump sum item into
units of measure that apply to the various elements of
Work which, in total, comprise the lump sum item.
Several units may apply to each lump sum item.
4. QUANTITY: The quantity of each unit identified in 3. above.
5. UNIT COST: The cost of materials, equipment, labor, overhead and
profit for each unit identified in 3. above.
6. SUBTOTAL COST: The unit cost multiplied by the quantity of each unit.
7. LUMP SUM COST: The aggregate sum of all unit costs for each lump sum
item. This aggregate sum shall equal the bid price for
the lump sum item.
C. The schedule of values shall contain sufficient detail to serve as the basis for progress
payments for materials or equipment which will be shop fabricated and for lump sum items. The
schedule should include such items as design, fabrication, transportation to site, installation and
any other pertinent items Contractor wishes to break out for purposes of progress payments.
D. The schedule of values shall be subject to review and approval by Owner. If in opinion of Owner
or Engineer the schedule of values does not contain sufficient detail or appears to be
unbalanced, Owner may require Contractor to revise and resubmit the schedule of values
and/or provide documentation to justify Contractor's distribution. Contractor shall correct such
deficiencies and resubmit the schedule of values.
1.04 SCHEDULE OF SUBMITTALS
A. Submit a schedule of submittals prior to beginning any Work.
B. The schedule of submittals shall be in tabular form listing all submittals which are required by
the Contract Documents and the date on which Contractor will make each submittal. At a
minimum, the schedule of submittals shall consist of the following columns; ; I)
1. SUBMITTAL NUMBER: Number consecutively.
City of Iowa City Submittal Procedures
Iowa River Powerhouse Dam Repair Project 01 33 00-2
2. SECTION NO.:
Section number or description of location in Contract
Documents where submittal is requested.
3. PAGE NO.:
Page number of section in Contract Documents where
submittal is requested.
4. ITEM:
Description of item or items to which submittal pertains.
5. SUBMITTAL TYPE:
A letter code indicating what type of submittal was
requested. The type key shall be as follows:
a. Information or Documentation
b. Review
C. Approval
d. Shop Drawings
e. Alternate Product Supporting Data
f. Administrative such as schedules, etc.
6. DEFICIENCIES:
Manner in which submittal or proposed alternate
product does not meet the requirements of the
Contract Documents.
7. ANTICIPATED
SUBMITTAL DATE:
Date on which Contractor anticipates submittal to be
delivered to Engineer.
8. RESPONSE REQUIRED:
Indicate yes if Contractor anticipates response from
Engineer and no if no response is anticipated.
C. The schedule of submittals will be reviewed by Engineer and Engineer will respond listing any
deficiencies. Contractor shall not list submittals not called for in the Contract Documents. The
schedule shall include all items for which Contractor proposes to use substitute or "or equal"
products. Contractor shall correct deficiencies and resubmit schedule of submittals prior to
beginning any Work.
1.05 REVIEW OF SUBMITTALS
A. Engineer's review of submittals will cover only general conformity to the Specifications and
Contract Documents, external connections, and interfaces with equipment and materials
furnished under separate specifications. Engineer's review does not indicate a thorough review
of all dimensions, quantities, and details of the equipment, material, device, or item indicated or
the accuracy of the information or documentation submitted; nor shall review or approval by
Engineer be construed as relieving Contractor from any and all responsibility for errors or
deviations from the requirements of the Contract Documents.
B. All submittals, after final processing by Engineer shall become a part of the Contract Documents
and the Work indicated or described thereby shall be performed in conformity therewith unless
otherwise required by Owner.
1.06 SUBMITTAL FOR INFORMATION OR DOCUMENTATION
A. Submit one copy to Engineer and one copy to Owner.
B. Submittal shall be made at least 7 days before the subject of the submittal is to be incorporated
into the Work.
C. Submittal is for the purpose of formal verification that the subject of the submittal°conforfwts to
the requirements of the Specifications, for formal documentation of the Work, or both.
D. No action is required by Owner or Engineer. Engineer will generally notify Contractor if
deficiencies are identified; however, Contractor is solely responsible for ensuring that the
subject of the submittal conforms to the requirements of the Specifications.
City of Iowa City Submittal Procedures
Iowa River Powerhouse Dam Repair Project 01 33 00-3
1.07 SUBMITTAL FOR REVIEW
A. Submit one copy to Engineer and one copy to Owner.
B. Submittal shall be made at least 10 days before the subject of the submittal is to be
incorporated into the Work. Engineer will respond within 7 days from receipt of submittal.
C. Submittal is for the purpose of providing opportunity to Engineer for review and comment on the
subject of the submittal.
D. Engineer will respond to the submittal either with a list of comments or indicating no comments.
E. If Engineer's comments indicate a deficiency with respect to the requirement of the
Specifications, Contractor shall amend the submittal and resubmit. Engineer will again respond
to the resubmittal.
F. If Engineer's comments are in regards to an issue which based upon the Contract Documents is
at Contractor's discretion, Contractor shall furnish additional information, provide justification,
and otherwise cooperate in addressing and resolving Engineer's comments.
G. Contractor shall remain solely responsible for ensuring that the subject of the submittal
conforms to the requirements of the Specifications.
1.08 SUBMITTAL FOR APPROVAL
A. Submit one copy to Engineer and one copy to Owner.
B. Submittal shall be made at least 15 days before the subject of the submittal is to be
incorporated into the Work. Engineer will respond within 7 days from receipt of submittal.
C. Submittal shall be stamped with Contractor's approval. Contractor's stamp shall be a
representation that Contractor has assumed full responsibility for determining the submittal
requirements and verifying that the subject of the submittal conforms to the requirements of the
Specifications. Submittals not bearing Contractor's stamp will be returned without review or
action.
D. Engineer will review, make notations as appropriate, stamp, and return submittals to Contractor.
E. No Work shall be performed in connection with the fabrication or manufacture of equipment and
materials until the data has been reviewed by Engineer, except at Contractor's own risk and
responsibility. Work may proceed when submittals have been returned marked
RECOMMENDED REVISIONS NOTED, provided the Work is performed in accordance with
Engineer's notations, or NO EXCEPTIONS TAKEN.
F. If changes are made at the project site to correct manufacturing errors, revised drawings
incorporating the changes shall be prepared and submitted to Engineer.
G. Drawings shall be in sufficient detail to indicate the kind, size, and arrangement of component
materials and devices; the external connections, anchorages, and supports required; the
dimensions needed for installation and correlation with the foundations; and other information
specifically requested herein.
H. Each drawing submitted shall be black line on white background or blue line on white
background. Print size shall not exceed 24 inches by 36 inches.
I. Each drawing submitted shall be clearly marked with the name of the project, the specification
title, the specification number, Engineer's assigned number when so advised, and Contractor's
name. If catalog pages are submitted, the applicable items shall be indicated.
1.09 SUBMITTAL OF SHOP DRAWINGS
a'13
A. When required in individual sections of these specifications, submit Shop Drawings in :,..;
accordance with the schedule of submittals. (.0
r
City of Iowa City Submittal Procedures
Iowa River Powerhouse Dam Repair Project 01 33 00-4
B. Contractor shall comply with all requirements of the General Conditions and the Submittal
Procedures described elsewhere in this Section.
C. The data shown on the Shop Drawings shall be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show Owner and
Engineer that the materials and equipment Contractor proposes to provide meet the
requirements of the Contract Documents and to enable Owner and Engineer to review the
information for the limited purposes indicated below.
D. Before submitting each Shop Drawing, Contractor shall have determined, verified, and certified
the following:
1. All field measurements, quantities, dimensions, specified performance criteria, installation
requirements, materials, catalog numbers, and similar information;
2. All issues regarding fitness for intended use, fabrication, shipping, handling, storage,
assembly, and installation pertaining to the Work; and
3. All information relative to Contractor's sole responsibilities in respect of means, methods,
techniques, sequences, and procedures of construction and safety precautions and
programs incident thereto.
Contractor shall also have reviewed and coordinated each Shop Drawing with other Shop
Drawings and with the requirements of the Work and the Contract Documents. Any
disclaimers on Contractor's stamp or otherwise stated by Contractor on Shop Drawings
shall not limit Contractor's responsibilities set forth above.
E. Owner's or 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. Owner's or Engineer's review will
not extend to those areas that Contractor is responsible for above. Owner's or Engineer's
review and approval will not extend to means, methods, techniques, sequences, or procedures
of construction 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.
Owner's and Engineer's review and approval of Shop Drawings shall not relieve Contractor from
responsibility for any variation from the requirements of the Contract Documents.
F. Owner or Engineer will review and return one marked copy to Contractor within 7 calendar days
following receipt. Contractor shall not proceed with related Work until approved submittal is
returned.
G. If Owner's or Engineer's comments require resubmittal, Contractor shall make the revisions
indicated and resubmit as for an original submittal. Owner or Engineer will review as for an
original submittal.
H. If Owner's or Engineer's comments do not require resubmittal, Contractor shall make the
revisions indicated and transmit to Owner or Engineer. This revision shall bear Contractor's
certification in accordance with the requirements of the General Conditions.
I. Following submittal of final corrected submittal, Contractor shall provide to Subcontractors
and/or Suppliers.
J. If actual installation does not conform to the approved Shop Drawings, notify Owner.dr
Engineer. Note revisions on record documents.
1.10 ALTERNATE PRODUCTS
A. If Contractor proposes to use alternate or substitute products, Contractor shall submit literature,
drawings, and any other data necessary to substantiate that proposed substitute is equivalent or
equal to the item named, and otherwise meets the General Conditions. c,
B. Do not proceed with product installation or use until approval by Engineer is received7-7,
City of Iowa City Submittal Procedures
Iowa River Powerhouse Dam Repair Project 01 33 00-5
1.11 RECORD DOCUMENTS
A. Submit one original copy of all record documents (or clearly legible copies) to Owner and one
duplicate to Engineer prior to substantial Completion.
B. Record documents consist of all Drawings, Specifications, Addenda, Change Orders, and Shop
Drawings legibly annotated to reflect all changes made during construction.
1.12 PRODUCT WARRANTY SUBMITTAL REQUIREMENTS
A. Submit prior to substantial completion.
B. All warranty or guarantee certificates shall be signed by Contractor and all other parties as
requested in specific sections.
C. All product warranty submittals shall conform to the applicable requirements of this section and
the other administrative and procedural requirements specified in the individual specification
sections.
1.13 BASIS FOR COMPENSATION
A. All costs to comply with the requirements of this Section of the Specifications shall be
considered to be included in the Contract Price and no additional compensation will be
provided.
PART 2: PRODUCTS [NOT USED]
PART 3: EXECUTION [NOT USED]
END OF SECTION 01 33 00
City of Iowa City Submittal Procedures
Iowa River Powerhouse Dam Repair Project 01 33 00-6
SECTION 01 35 24
CONSTRUCTION SAFETY
PART 1: GENERAL
1.01 GENERAL
A. Contractor shall be solely and completely responsible for jobsite conditions and safety
procedures and programs, including safety and health of all persons and property, on those
portions of the site affected by or used by Contractor, Contractor's employees, subcontractors,
agents, and others during performance of the Work. This requirement will apply continuously
and not be limited to normal working hours.
B. Observation of the Work and Contractor's performance by Owner and Engineer is not intended
to include review of the adequacy of Contractor's safety and health procedures and programs
on or near the construction site. Contractor is solely responsible for the protection of property
and the safety and health of its employees, subcontractors, suppliers, agents, and others on or
near the site.
1.02 SITE SAFETY
A. The following shall apply:
1. Contractor shall be responsible for furnishing Contractor's employees, as well as any
subcontractor's and supplier's employees, with all safety equipment and other protection
devices needed to comply with Laws and Regulations and accepted safety practices.
Contractor shall also be responsible for furnishing all visitors to the site with all safety
equipment including but not limited to hard hats, safety vests, and eye protection.
2. Hold weekly safety meetings with all employees that will be working on the jobsite. These
meetings can be at the start of a shift and should cover various relevant safety issues
that pertain to the Work being done. Contractor shall maintain a list of employee
attendance and provide this list to Owner if requested.
3. Make all persons on the site familiar with the safety precautions appropriate to the
construction zones and refuse entry by any person not authorized by Owner.
4. Contractor shall be responsible for any safety violation and/or fine that may occur
because of any neglect by Contractor, Contractor's employees, Contractor's
subcontractors, or any third party under Contractor's supervision or direction.
5. Provide safe access to all portions of the Work for use by Owner, Engineer and
regulatory entities having jurisdiction in the performance of their observation duties. Said
access shall conform to applicable Laws and Regulations and to all requirements of any
regulatory agency or entities who claim jurisdiction over the safety of the Project area. If
Owner is unable to observe Contractor's Work, due to conditions, which in the opinion of
Owner are, unsafe, Owner's payment for such Work may be withheld until Work has
been determined to be in compliance with the Contract Documents.
1.03 CONTROLLED SUBSTANCE
A. Alcoholic beverages, drugs, or personnel under the influence of such substances are: not
allowed on the Site. Any Contractor's employee in violation of this policy will be permanently
barred from the property.
City of Iowa City Construction Safety
Iowa River Powerhouse Dam Repair Project 01 35 24-1
1.04 REPORT OF ACCIDENT OR INJURY
A. Immediately report to Owner any accident or injury to personnel or property damage that may
occur. Any damage to existing structures by Contractor shall be repaired promptly by Contractor
at no cost to Owner.
1.05 BASIS FOR COMPENSATION
A. All costs to comply with the requirements of this section of the specifications shall be considered
to be included in the Contract Price and no additional compensation will be provided.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION 01 35 24
ca
N ' ~ C:�
City of Iowa City Construction Safety
Iowa River Powerhouse Dam Repair Project 01 35 24-2
SECTION 01 40 00
QUALITY REQUIREMENTS
PART 1: GENERAL
1.01 DESCRIPTION
A. Perform work included in this section in accordance with the following paragraphs, the General
Requirements set forth in Division 1 of these Specifications, and the provisions of the other
Contract Documents.
1.02 SUMMARY
A. This section includes administrative and procedural requirements for quality -control services.
B. Quality -control services include inspections, tests, and related actions, including reports
performed by Contractor, by Owner, by Engineer, by independent agencies, and by governing
authorities. Contractor's Quality control services include, but are not limited to, construction
staking, survey verification, material testing, strength testing, and other activities outlined in the
Specifications and Drawings.
C. Requirements of this section relate to customized fabrication and installation procedures, not
production of standard products.
1. Specific quality -control requirements for individual construction activities are specified in
the sections that specify those activities. Requirements in those sections may also cover
production of standard products.
2. Specified inspections, tests, and related actions do not limit Contractor's quality -control
procedures that facilitate compliance with Contract Document requirements.
3. Requirements for Contractor to provide quality -control services required by Engineer,
Owner, or authorities having jurisdiction are not limited by provisions of this section.
1.03 RELATED SECTIONS
A. Section 02 22 00 Demolition
B. Section 03 10 00 Concrete Forms and Accessories
C. Section 03 20 00 Concrete Reinforcement
D. Section 03 30 00 Cast -in -Place Concrete
E. Section 31 23 19 Control of Water
1.04 RESPONSIBILITIES
A. Contractor Responsibilities
1. Contractor shall be responsible for all testing not explicitly assigned to Owner.
2. All inspections, tests, retests, and other quality -control services specified elsewhere in
the Contract Documents and required by authorities having jurisdiction shall be at the
expense of Contractor.
3. Unless otherwise indicated as the responsibility of another identified entity, Contractor
shall schedule all inspections, tests, and other quality -control services specified
elsewhere in the Contract Documents and required by authorities having jurisdiction.
4. Where individual sections specifically indicate that certain inspections, tests, and'.other
quality -control services are Owner's responsibility, Contractor shall aide in coordinating to
City of Iowa City Quality Requirements
Iowa River Powerhouse Dam Repair Project 01 40 00-1
schedule these services if necessary. Owner shall employ and pay a qualified
independent testing agency to perform these quality -control services. Costs for these
services are not included in the Contract Sum.
5. Contractor shall coordinate with Engineer and Owner's Representative to obtain
clarification of Contract Documents, Specifications, and testing criteria when necessary.
6. Contractor shall coordinate with Engineer and Owner's Representative to furnish
Engineer and Owner's Representative with access to witness and observe all sampling,
testing activities and samples.
7. Contractor shall furnish all submittals as specified. All submittals by Contractor shall be at
Contractor's expense.
B. Retesting: Contractor is responsible for retesting where results of inspections, tests, or other
quality -control services prove unsatisfactory and indicate noncompliance with Contract
Document requirements, regardless of whether the original test was Contractor's responsibility.
1. The cost of retesting Work, revised or replaced by Contractor, is Contractor's
responsibility where required tests performed on original Work indicated noncompliance
with Contract Document requirements.
2. All activities to correct Work and retesting shall be at the expense of Contractor until all
Work meets specified criteria and acceptable test results are obtained on the Work.
C. Contractor shall cooperate with Engineer, Owner, Owner's Representative, and agencies
performing required inspections, tests, and similar services, and provide reasonable auxiliary
services as requested. Contractor shall notify the entity sufficiently in advance of operations to
permit personnel to perform testing or to witness and observe testing. Auxiliary services
required include, but are not limited to, the following:
1. Provide access to the Work.
2. Furnish incidental labor and facilities necessary to facilitate safe inspections and tests.
3. Take adequate quantities of representative samples of materials that require testing or
assist the agency in taking samples.
4. Deliver samples to testing laboratories.
5. Provide information requested by the entity performing, witnessing, or observing testing.
6. Provide security and protection of samples and test equipment at the Project site.
D. Owner Responsibilities
At Owner's or Engineer's discretion, inspection and testing services will be performed by
Owner, Engineer, Owner's Representative or Testing Agency to verify compliance with
Contract Document requirements. These services are at the expense of Owner. These
services do not relieve Contractor of responsibility for compliance with Contract
Document requirements.
Engineer and Owner reserve the right to witness and observe all testing.
1.05 EQUIPMENT
A. Duties of the Testing Agency. The independent agency engaged to perform inspections,
sampling, and testing of materials and construction specified in individual sections shall,;
cooperate with Owner, Engineer, and Contractor in performance of the agency's duties. The
testing agency shall provide qualified personnel to perform required inspections and tests.
1. The agency shall notify Owner and Engineer, and Contractor promptly of irregularities or
deficiencies observed in the Work during performance of its services.
City of Iowa City Quality Requirements
Iowa River Powerhouse Dam Repair Project 01 40 00-2
2. The agency is not authorized to release, revoke, alter, or enlarge requirements of the
Contract Documents or approve or accept any portion of the Work.
3. The agency shall not perform any duties of Contractor.
B. Coordination. Coordinate the sequence of activities to accommodate required services with a
minimum of delay. Coordinate activities to avoid the necessity of removing and replacing
construction to accommodate inspections and tests.
1. Contractor is responsible for scheduling times for inspections, assisting with tests and
samples, and similar activities.
1.06 SUBMITTALS
A. Furnish draft copies of field testing results to Engineer daily, or on a frequent and regular basis
as directed. All field testing results submitted to Engineer shall be submitted in electronic PDF
format. Inform Engineer daily of test results for direction on corrective action required.
B. Contractor shall submit name and qualifications of independent testing firm(s).
C. Contractor (or Contractor's independent testing agency) shall submit a certified written report of
each inspection, test, or similar service to Engineer.
1. Submit all reports to Engineer in PDF electronic format. Submittals shall be sent as set
forth in Section 01 33 00 Submittal Procedures.
2. Report Data: Written reports of each inspection, test, or similar service include, but are
not limited to, the following:
a. Date of issue.
b. Project title and number.
C. Name, address, and telephone number of testing agency.
d. Dates and locations of samples and tests or inspections.
e. Names of individuals making the inspection or test.
f. Designation of the Work and test method.
g. Identification of product and specification section.
h. Complete inspection or test data.
i. Test results and an interpretation of test results.
j. Ambient conditions at the time of sample taking and testing.
k. Comments or professional opinion on whether inspected or tested Work complies
with Contract Document requirements.
I. Name and signature of inspector.
M. Recommendations on retesting.
3. Record Test Report: upon Substantial Completion, Contractor shall submit a certified
Record Test Report of all tests performed for record documentation.
a. The Record Test Report shall contain all test reports generated during the Work.
All test reports shall be organized by project location and subsequently by date.
b. The Record Test Report shall include an index of all documentation enclosed in
the report.
C. The Record Test Report shall be submitted to Engineer in PDF electronic format.
City of Iowa City Quality Requirements
Iowa River Powerhouse Dam Repair Project 01 40 00-3
1.07 QUALITY ASSURANCE
A. Qualifications for Service Agencies. Engage inspection and testing service agencies, including
independent testing laboratories, that are prequalified as complying with the American Council
of Independent Laboratories' "Recommended Requirements for Independent Laboratory
Qualification" and that specialize in the types of inspections and tests to be performed.
1. Each independent inspection and testing agency engaged on the Project shall be
authorized by authorities having jurisdiction to operate in the state where the Project is
located.
2. Test personnel shall be qualified and hold certifications to perform quality control testing
work.
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION
3.01 REPAIR AND PROTECTION
A. General. Upon completion of inspection, testing, sample taking and similar services, repair any
damaged construction as necessary.
B. Protect construction exposed by or for quality -control service activities and protect repaired
construction.
C. Repair and protection is Contractor's responsibility, regardless of the assignment of
responsibility for inspection, testing, or similar services.
END OF SECTION 01 40 00
t
4r
City of Iowa City Quality Requirements
Iowa River Powerhouse Dam Repair Project 01 40 00-4
SECTION 01 51 00
TEMPORARY UTILITIES
PART 1: GENERAL
1.01 GENERAL
A. Perform all work in accordance with the following paragraphs, the General Requirements set
forth in Division 1 of these Specifications, and the provisions of the Contract Documents.
B. Work covered under this Section includes providing all materials, equipment, and labor to
furnish, install, and remove temporary utilities.
1.02 TEMPORARY UTILITIES
A. Potable Water
Potable water is not available at the Site. Make all arrangements necessary to provide
potable water for consumption and construction purposes.
B. Sanitary Facilities
Provide sanitary facilities in locations approved by City for use by Contractor's
employees, Subcontractors, suppliers, Engineer, Owner and all other persons working on
the site. Provide sanitary facilities with lockable doors, that are routinely emptied and
sanitized, and that are maintained in a clean and useable condition until substantial
completion of the.work.
a. Provide sanitary facilities with lockable doors when in use.
b. Maintain in a clean and useable condition.
C. Maintain until completion of the Work, unless Engineer or Owner approves earlier
removal.
C. Electricity
No power is available on site. Arrange for, furnish, and pay for all electric power as
necessary for completion of the work.
D. Telephone & Internet
1. Arrange for, furnish, and pay for telephone and internet service for Contractor's use
throughout project, if telephone and internet service are deemed necessary by
Contractor.
1.03 SUBMITTALS
rY
A. No submittals are necessary for this section.
1.04 BASIS FOR COMPENSATION' '.
A. All costs to comply with the requirements of this section of the specificationsal oil by cons%d0
to be included in the Contract Price and no additional compensation will be prayded-
City of Iowa City Temporary Utilities
Iowa River Powerhouse Dam Repair Project 01 51 00-1
PART 2: PRODUCTS (NOT USED)
PART 3: EXECUTION (NOT USED)
END OF SECTION 01 51 00
City of Iowa City
Iowa River Powerhouse Dam Repair Project 01 51 00-2
CD
Temporary Utilities
SECTION 01 77 00
CLOSEOUT PROCEDURES
PART 1: GENERAL
1.01 RECORD DOCUMENTS
A. Maintain at the Site (or in Contractor's possession) one set of record documents including all
Drawings, Specifications, and Change Orders in good condition and clearly annotated to show
changes made during construction. Store record documents separate from documents used for
construction, clearly mark, and make accessible to Engineer and Owner at all times.
B. Record information on record documents concurrent with construction progress. Engineer or
Owner may require Contractor to improve its performance with regard to recording information
during the construction process.
C. Record for each product Section of the Specifications a description of the actual products
installed including the following:
1. Manufacturer's name and product model number.
2. Product substitutions or alternates used.
3. Changes made by Change Order.
4. Quality control procedures and test results.
D. Record Drawings shall have recorded, at a minimum, the following items clearly indicated to
record actual construction:
1. Approved version of all Shop Drawings.
2. Changes made by Change Order and all minor field changes of dimension and detail.
3. Details not shown on original Drawings.
4. Existing features and utilities demolished or removed not shown on original Drawings.
E. Contractor shall submit record surveys and documents and all operations and maintenance
manuals and other submittals required by other Sections of these Specifications.
Record Survey: Contractor shall submit record survey of final as -built conditions of the site. The
record survey shall include all site features and material extents in the Drawings and
Specifications. Survey shall be ongoing throughout construction to capture items before they
are buried or under water. Submit survey data to Engineer in a point file in .CSV format. The
point file shall include northing, easting, elevation, and point description of each point. Collect
record survey data in the datum and coordinate system stated on the Drawings. Collect record
survey data using survey grade GPS.
1.02 CLEANUP
A. Keep the premises free from accumulations of waste materials, rubbish and other debris
resulting from the Work. At the completion of the Work, remove all waste materials,, rubbish, and
debris from the premises as well as all tools, construction equipment and machinerytemporary
facilities, and surplus materials. Leave the Site clean and ready for use by Owner.
B. Clean all new surfaces, systems, and fixtures, including removal of labels,tags, grease, oil, dirt,
dust, stains, etc.
City of Iowa City Closeout Procedures
Iowa River Powerhouse Dam Repair Project 01 77 00-1
1.03 GUARANTIES AND WARRANTIES
A. Guarantee all work and material against all defects or as otherwise required for specific items in
these Specifications. Repair or replace defective Work and materials to conform to the
provisions of the Contract and without expense to Owner, within ten (10) days after notification
in writing by Owner or Engineer of such defective Work or material. If Contractor does not make
said repairs or replacements or have made arrangements for the correction thereof within the
period specified above, Owner may do so and will charge the cost to Contractor. Perform repair
work to cause Owner a minimum of inconvenience and interruption.
B. The warranty period for all project components, regardless of when constructed, shall
commence on the date of project acceptance by City Council.
1.04 FINAL SUBMITTALS
A. Complete all submittals required by these Contract Documents prior to the payment of
Contractor's Final Application for Payment. Final payment will not be due and payable until 10
days after all submittals have been made acceptable to Engineer or as provided in the General
Conditions, whichever is later.
B. Post -Construction Survey
C. Record documents consist of all Drawings, Specifications, Surveys, Addenda, Field Orders,
Work Change Directives, Change Orders, Material Testing Results and Shop Drawings clearly
annotated to reflect all changes made during construction.
1.05
BASIS FOR COMPENSATION
A.
All costs to comply with the requirements of this Section of the Specifications
are included in the
Contract Price and no additional compensation will be provided.
PART 2:
PRODUCTS (NOT USED)
PART 3:
EXECUTION (NOT USED)
END OF SECTION 01 77 00
r..y.
City of Iowa City Closeout Procedures
Iowa River Powerhouse Dam Repair Project 01 77 00-2
SECTION 02 10 00
SITE PREPARATION
PART 1: GENERAL
1.01 DESCRIPTION
A. The work covered by this Section consists of furnishing all equipment and materials and
performing all labor necessary for site preparation to perform the Work as shown on Drawings
and specified herein, including, but not limited to:
1. Prepare site for compliance with all permits and plans.
2. Utility clearance and relocation.
3. Securing Project Site.
B. Contractor shall schedule its operations to minimize the potential for erosion by minimizing the
total disturbed area onsite at any given time and completing operations and restoring the site in
the shortest time possible. More information is located in the Construction SWPPP.
1.02 SEQUENCING AND SCHEDULING
A. Install erosion and sediment control measures specified in the Construction SWPPP, and as
directed by Owner prior to commencing activities related to clearing and grubbing or excavation.
B. Contractor shall obtain Notice to Proceed from Owner before beginning any clearing and
grubbing operations.
C. Maintain and replace, for the duration of the construction as necessary, the erosion and
sediment controls, traffic control, and dust control measures installed as herein provided or as
directed by Owner.
1.03 BASIS FOR COMPENSATION
A. Compensation for all Work covered under this Section of these Specifications shall be as set
forth in Section 01 22 00 Measurement and Payment.
PART 2: PRODUCTS [NOT USED]
PART 3: EXECUTION
3.01 GENERAL
A. Contractor shall take measures to prepare the Site access and Site conditions necessary to
perform the Work, all in accordance with the Drawings and these Specifications.
B. Contractor shall take measures as necessary to secure the Site from public access to protect
Contractor's materials and equipment, and Work areas. This includes the use of existing gates
or other security measures that limit public access to the Site, as well as additional measures
that may be necessary during construction activities.
C. Access to the Site shall be limited to the Site access locations shown on the Drawing's :and or as
indicated in these Specifications.
D. Contractor shall park within staging areas designated in the Drawings. �'...,:. C
City of Iowa City Site Preparation
Iowa River Powerhouse Dam Repair Project 02 10 00-1
3.02 SITE ACCESS
A. Upon Completion of the Work, re -grade, re -surface, or otherwise improve or modify access
routes to pre -construction conditions or better.
END OF SECTION 02 10 00
City of Iowa City Site Preparation
Iowa River Powerhouse Dam Repair Project 02 10 00-2
SECTION 02 22 00
DEMOLITION
PART 1: GENERAL
1.01 DESCRIPTION
A. Work included in this section shall be performed in accordance with the following paragraphs,
the General Requirements set forth in Division 1 of these Specifications, and the provisions of
the other Contract Documents.
B. Work covered by this Section shall include furnishing all labor, equipment, materials, and
performing all demolition operations required as shown on the Drawings and specified herein.
1.02
RELATED SECTIONS
A.
02 10 00 Site Preparation
B.
31 23 19 Control of Water
1.03 DEFINITIONS
A. "Remove" is to completely eliminate a specified pipe, fitting, housing, or structure without regard
for the conditions of the item after being removed.
B. "Abandon" is to leave items in place without disturbing the surrounding area.
C. "Salvage" is to remove an item in a condition that they may be reused for a similar purpose.
D. "Protect" is to perform measures by means of flagging, marking or other means so as to avoid
damage to existing or installed items.
1.04 SEQUENCING AND SCHEDULING
A. Contractor shall notify Owner before proceeding with demolition work to provide Owner the
opportunity to inspect the Work area prior to, during, and upon Completion of Work.
B. Contractor shall install erosion control measures prior to beginning any demolition work.
C. Contractor shall stage demolition work so as not to damage other portions of the Work not
scheduled for removal.
D. Contractor shall notify Owner of any un-documented features that are discovered in the Work
area prior to removal or demolition.
E. Contractor shall stage demolition Work so as not to damage any newly constructed items.
F. Damage to existing structures or newly constructed items shall be repaired at Contractor's
expense to the satisfaction of Owner.
G. Contractor shall coordinate installation of cofferdam with demolition activities.
H. Contractor shall follow all requirements during demolition related to control of water as stated in
Section 31 23 19 of these Specifications.
1.05 QUALITY ASSURANCE
A. Contractor shall assume full responsibility for any and all damages resulting from his Work.
B. Repair or remove items that are damaged. Repair or replacement of damaged itemswill be
performed to condition at least equal to that which existed prior to start of Work at no additional
cost to Owner.
TR
City of Iowa City Demolition
Iowa River Powerhouse Dam Repair Project 02 22 00-1
C. Provide protection of persons and property throughout progress of Work. Proceed in such a
manner as to minimize spread of dust and flying particles and to provide safe working
conditions for personnel.
D. Obtain permission from Owner before abandoning or removing any existing structures, conduit,
materials, equipment and appurtenances that are not specified for demolition in the Drawings.
1.06 SUBMITTALS
A. Contractor shall submit a detailed plan for completing demolition work.
B. Contractor shall submit a detailed plan for water control during demolition work.
C. Contractor shall submit names and addresses of selected disposal or recycling facilities.
PART 2: PRODUCTS [NOT USED]
PART 3: EXECUTION
3.01 GENERAL
A. Contractor shall demolish structures in a safe, orderly manner, which includes the use of
temporary rails, barricades and nets in accordance with applicable Federal, State, and Local
regulations; and shall protect all adjacent structures, utilities, and services during demolition.
B. Contractor shall use demolition methods to reduce or eliminate vibrations that may cause
damage to the existing spillway, powerhouse or adjacent private building structures.
C. Precautions shall be taken to prevent damage to existing Work which is to remain in place, be
reused or remain the property of Owner and to any new Work constructed or installed under this
Contract. Any damage to such Work shall be repaired or replaced as approved by Owner at no
additional cost to Owner. Contractor shall ensure that structural elements are not overloaded as
a result of the demolition work. Shoring, bracing, and temporary supports shall be designed,
installed and maintained, as required to maintain structural integrity.
D. Dust resulting from demolition shall be controlled to avoid creation of a nuisance in the
surrounding area. The use of water will not be permitted when it would result in or create
hazardous or objectionable conditions such as erosion, transport of sediments into river,
pollution, flooding or ice.
E. Some materials may contain hazardous materials requiring special handling and disposal.
Contractor shall test materials, and coordinate disposal location and acceptance in accordance
with all Federal, State, and Local rules for handling and disposal of demolition materials,
including proper safety precautions, personnel protection, and lawful transportation and
disposal.
F. The use of explosives will not be permitted.
G. The burning of refuse and debris on the Project Site will not be permitted.
H. Demolition debris shall be stored in the areas designated in the Drawings unless otherwise
approved by Owner.
I. Selective demolition shall be carefully measured, marked, hammered, and demolished with
small tools to prevent over -demolishing and reinforcement damage.
J. Demolished materials shall be periodically disposed of offsite unless approved otherwise by
Owner. Care shall be taken to prevent refuse and debris from falling into any, wetland, or
open water areas. Any debris or refuse that falls into these areas shall be removed promptly.
City of Iowa City Demolition
Iowa River Powerhouse Dam Repair Project 02 22 00-2
K. Demolition of materials specifically identified for salvage shall be carefully removed, handled,
transported and stored to prevent damage. Material storage and delivery shall be coordinated
with Owner and shall be Contractor's responsibility until Owner takes possession.
3.02 DISPOSAL
A. Contractor shall promote sound waste management practices such as waste recycling to limit
the amount of material sent to approved landfills.
B. All removed material shall be properly recycled, salvaged, or disposed of in an approved landfill.
Disposition of all removed materials shall be approved by Owner and in accordance with all
Local, State, and Federal laws.
C. Any hazardous materials shall be handled, transported, and disposed of at a landfill approved
by Owner and according to federal, state and local laws.
D. Demolished and removed materials shall be the property of Contractor. Owner stakes no claims
to materials.
E. Recycled materials shall be the property of Contractor. Owner stakes no claim to the materials.
F. Salvaged materials shall be delivered to Owner at a location specified by Owner.
3.03 TRANSPORTATION OF DEMOLITION DEBRIS
A. Contractor shall arrange for and provide transportation of demolition debris to off -site disposal
or recycling facilities.
B. Contractor shall provide all equipment, materials and labor to load all vehicles planned for
transportation of demolition debris.
3.04 FIELD QUALITY CONTROL
A. Contractor shall utilize equipment, materials, and procedures which are anticipated
to meet the
quality requirements specified.
B. Contractor shall protect and preserve those items to be salvaged.
END OF SECTION 02 22 00
h
uM
� y
/_
W
City of Iowa City Demolition
Iowa River Powerhouse Dam Repair Project 02 22 00-3
SECTION 03 10 00
CONCRETE FORMS AND ACCESSORIES
PART 1: GENERAL
1.01
SECTION INCLUDES
A.
Form work.
B.
Shoring.
C.
Form accessories.
D.
Form coatings.
1.02 RELATED SECTIONS
A. Section 03 20 00 Concrete Reinforcement.
B. Section 03 30 00 Cast -in -place Concrete.
1.03 REFERENCES
A. Current editions of the following standards and publications.
1. ACI 117, Specifications for Tolerances for Concrete Construction and Materials and
Commentary
2. ACI 347, Guide to Formwork for Concrete
3. ACI SP-4, Formwork for Concrete
1.04 SUBMITTALS
A. No submittals are required for materials and supplies covered under this section which comply
with the applicable specifications.
1.05 QUALITY ASSURANCE
A. Design and engineering of formwork:
1. Responsibility of Contractor.
2. Designed for loadings, lateral pressures and allowable stresses in accordance with ACI
347 and ACI SP-4.
3. Designed, erected, supported, and maintained to safely support all vertical and lateral
loads that might be applied, including construction loads and loads resulting from the
placement and vibration of concrete.
4. Formwork supported on ground: Provide satisfactory foundations to carry the loads
imposed during and after construction without appreciable settlement.
1.06 DELIVERY, STORAGE, AND HANDLING
A. Protected from deterioration, weather, and shrinkage prior to concreting by proper storage,
oiling, wetting, or other appropriate methods.
B. Keep free of rust, rot, or other detrimental forms of deterioration.
1.07 SEQUENCING
A. Forms designed so they may be removed in proper sequence and without damage to the
concrete.
City of Iowa City Concrete Forms and Accessories
Iowa River Powerhouse Dam Repair Project 03 10 00-1
B. Sequence form erection and removal to match any concrete pours, curing, and any other
adjacent or related work which may affect the placement, removal, or availability of any
concrete formwork.
PART 2: PRODUCTS
2.01 MATERIALS
A. Forms: Wood, metal, or other approved material providing a smooth continuous surface in
contact with concrete.
B. Chamfer Strips:
1. Uniform in cross-section dimensions without rounded corners.
2. Smooth on all sides.
3. %-inch sides, unless noted otherwise on Drawings.
C. Form Accessories:
1. Commercially manufactured ties and hangers embedded in the concrete.
2. Type which leaves no metal closer than 1 inch from the surface of the finished concrete.
D. Form Coatings:
1. Non -staining chemical release agent which prevents bonding to concrete.
2. Compatible with the type of form materials used.
3. Acceptable agents include: North Central Form Release, Eucoslip Form Release, Nox-
Crete form coating and Crembeton 103.
2.02 FABRICATION
A. Type: pre -manufactured or constructed on -site.
PART 3: EXECUTION
3.01 PREPARATION
A. Thoroughly clean of all dirt, mortar, sawdust, and other foreign matter prior to use. Bottoms of
forms inaccessible from within to be provided with access panels to permit removal of
extraneous materials before placing concrete.
B. Forms for exposed concrete:
1. Treated with non -staining release agent per manufacturer's recommendation.
2. Avoid placement of release agent on reinforcing steel, embedded anchorages, anchor
bolts, bearing plates, or other items which require bonding to concrete.
C. Openings in formwork:
1. Provide to accommodate any conduits, fixtures, or other appurtenances extending
through the formwork.
2. Accurately locate, securely support, level, plumb, and straight items directly embedded
into concrete.
3. Provide inspection hole as requested by Engineer to verify consolidation of concrete.
G)
City of Iowa City Concrete Forms and Accessories
Iowa River Powerhouse Dam Repair Project 03 10 00-2
3.02 INSTALLATION
A. Conform to the shape, lines, and dimensions of the components shown on the Drawings, true to
line, plumb and level as required in ACI 117.
B. Construct forms for exposed concrete to minimize deflection in order to eliminate bulges, off-
sets, or other unsightly features in the finished surfaces.
C. Provide camber to compensate for anticipated deflections in the formwork due to the weight and
pressure of the plastic concrete and construction loads.
D. Provide forms tight to prevent leakage of grout or cement paste.
E. Anchors to be installed as shown on the Drawings and manufacturer's recommendations. Post -
installed anchors shall be drilled to the depth shown on the Drawings, at a minimum, and the
hole cleaned as recommended from manufacturer.
3.03 FORMWORK REMOVAL
A. Minimum time before removal after placing concrete, unless permitted otherwise:
1. Footings and slab edges: 24 hours
2. Walls and piers: 48 hours (24 hours for metal -lined form)
3. Time specified above represents cumulative time during which temperature of concrete is
maintained above 50 degrees F.
B. In any event, do not remove forms or shoring until concrete has acquired sufficient strength to
safely support its own weight and construction loads.
C. Avoid hammering or prying against concrete surfaces to prevent damage to concrete.
D. Do not place live loads on concrete structures prior to completion of the specified 28-day curing
time without approval.
END OF SECTION 03 10 00
__J
J
co
City of Iowa City Concrete Forms and Accessories
Iowa River Powerhouse Dam Repair Project 03 10 00-3
SECTION 03 20 00
CONCRETE REINFORCEMENT
PART 1: GENERAL
1.01
SECTION INCLUDES
A.
Reinforcing steel.
B.
Welded wire fabric.
C.
Tie wire.
D.
Reinforcing support.
1.02 RELATED SECTIONS
A. Section 03 10 00 Concrete Formwork.
B. Section 03 30 00 Cast -in -Place Concrete.
1.03 REFERENCES
A. Current editions of the following standards and publications.
1. ACI 117, Specifications for Tolerances for Concrete Construction and Materials and
Commentary
2. ACI 315, Manual of Standard Practice for Detailing Reinforced Concrete Structures
3. ACI 318, Building Code Requirements for Structural Concrete and Commentary
4. ASTM Al85/A185M, Standard Specification for Steel Welded Steel Wire Reinforcement,
Plain, for Concrete Reinforcement
5. ASTM A615/A616M, Standard Specification for Deformed and Plain Carbon Steel Bars
for Concrete Reinforcement
6. ASTM A706/A706M, Standard Specification for Low Alloy Steel Deformed and Plain Bars
for Concrete Reinforcement
7. ASTM A970/970M, Standard Specification for Headed Steel Bars for Concrete
Reinforcement
8. ASTM A996/A996M, Standard Specification for Rail -Steel and Axle -Steel Deformed Bars
for Concrete Reinforcement
9. CRSI, Manual of Standard Practice
1.04 SUBMITTALS
A. Shop Drawings
1. Submit prior to start of work.
2. Show fabrication dimensions, bar sizes, location for placing reinforcing, and lap locations.
B. Manufacturer's mill certificates:
1. Properties of the steel (i.e., mill tests) indicating chemical and physical properties.
1.05 QUALITY ASSURANCE
A. Identify bar bundles with waterproof mark numbers on tags.
City of Iowa City Concrete Reinforcement
Iowa River Powerhouse Dam Repair Project 03 20 00-1
1.06 DELIVERY, STORAGE, AND HANDLING
A. Store above the surface of the ground on platforms, skids or other supports.
B. Protect from injury and surface deterioration caused by exposure to conditions producing rust.
1.07 SEQUENCING AND SCHEDULING
A. Schedule placement and securing of reinforcing steel and formwork so that reinforcing work
may be reviewed by Engineer before it becomes inaccessible.
PART 2: PRODUCTS
2.01 MATERIALS
A. Reinforcing bars: ASTM A615, A706, or A996 (Type R), A970, Grade 60.
B. Welded wire fabric: ASTM A185.
C. Bar supports: CRSI Manual of Standard Practice
1. Cold -drawn steel wire.
2. Type C plastic protected or type E stainless steel protected.
3. Precast concrete block.
D. Tie wire: black annealed wire, 16 gauge or heavier.
2.02 FABRICATION
A. Bent cold to the dimensions required before placing.
B. Diameter of hooks and bends: ACI 315.
PART 3: EXECUTION
3.01 PREPARATION
A. Prior to placement of new concrete, clean reinforcement of loose rust and mill scale, earth, ice,
cement, mortar, and other materials which reduce or prevent complete bond with concrete.
3.02 INSTALLATION
A. Do not install bars with kinks or bends not shown on Drawings.
B. Provide adequate chairs, ties, etc. to prevent bars or welded wire fabric from sagging or
deflecting and to hold the reinforcement rigidly against displacement of the concrete.
C. Precast concrete blocks may be used for concrete placed against ground.
D. Tie reinforcing with wire at all cross points.
E. Placement tolerance: ACI 117.
F. Minimum concrete cover (unless otherwise specified): ry
k';wJ
1. Concrete cast against and permanently exposed to earth: 3 inches
2. Concrete exposed to weather: 3 inches. ~
G. Tack welding of reinforcement is not permitted.
H. Tension lap splices: ACI 318, Class B.
City of Iowa City Concrete Reinforcement
Iowa River Powerhouse Dam Repair Project 03 20 00-2
3.03 INSPECTION AND ACCEPTANCE
A. Do not place concrete until reinforcing steel has been directly observed and accepted by
Engineer.
B. Notify Engineer 48 hours minimum prior to scheduled pour.
END OF SECTION 03 20 00
City of Iowa City
Iowa River Powerhouse Dam Repair Project 03 20 00-3
r�
t.`..
C:w ..
..
)
Concrete Reinforcement
SECTION 03 30 00
CAST -IN -PLACE CONCRETE
PART 1: GENERAL
1.01 DESCRIPTION
A. All Work included in this Section shall be performed in accordance with the following
paragraphs, the General Conditions set forth in these Specifications, and the provisions of the
other Contract Documents.
B. Furnish all labor, supervision, tools, machinery, equipment, transportation, materials and
consumables to:
1. Repair concrete delamination, concrete spalls, and repair/replace reinforcement.
2. Fill voids within the dam embankment and undermining of spillway.
1.02 SECTION INCLUDES
A. Concrete.
B. Concrete curing.
1.03 RELATED SECTIONS
A. Section 031000—Concrete Formwork.
B. Section 032000—Concrete Reinforcement.
1.04 REFERENCES
A. Current editions of the following standards and publications.
1. AISC 303, Code of Standard Practice for Steel Buildings and Bridges.
2. ASTM A36/A36M, Standard Specification for Carbon Structural Steel
3. ASTM A53/A53M, Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -
Coated Welded and Seamless
4. ASTM A108, Standard Specification for Steel Bar, Carbon, and Alloy, Cold Finished
5. ASTM A563, Standard Specification for Carbon and Alloy Steel Nuts
6. ASTM C31/C31M, Standard Practice for Making and Curing Concrete Test Specimens in
the Field
7. ASTM C33/C33M, Standard Specifications for Concrete Aggregates
8. ASTM C39/C39M, Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens
9. ASTM C94/C94M, Standard Specification for Ready Mixed Concrete
10. ASTM C143/C143M, Standard Test Method for Slump of Hydraulic -Cement Concrete
11. ASTM C150/C150M, Standard Specification for Portland Cement
12. ASTM C171, Standard Specification for Sheet Materials for Curing Concrete
13. ASTM C231 /C231 M, Standard Test Method for Air Content of Freshly Mixed Concrete by
the Pressure Method
14. ASTM C260/C260M, Standard Specification for Air Entraining Admixtures for Concrete
City of Iowa City Cast -in -Place Concrete
Iowa River Powerhouse Dam Repair Project 03 30 00-1
15. ASTM C309, Standard Specification for Liquid Membrane -Forming Compounds for
Curing Concrete
16. ASTM C494/C494M, Standard Specification for Chemical Admixtures for Concrete
17. ASTM C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural
Pozzolan for Use in Concrete
18. ASTM C938, Standard Practice for Proportioning Grout Mixtures for Preplaced-
Aggregate Concrete
19. ASTM C989, Standard Specification for Slag Cement for Use in Concrete and Mortars.
20. ASTM C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures.
21. ASTM C1602, Standard Specification for Mixing Water Used in the Production of
Hydraulic Cement Concrete.
22. ASTM F1554, Standard Specification for Anchor Bolts, Steel, 36, 55, and 105 KSI Yield
Strength
23. ACI 117, Specifications for Tolerances for Concrete Construction and Materials and
Commentary
24. ACI 301, Specifications for Structural Concrete
25. ACI 305R, Guide to Hot Weather Concreting
26. ACI 306R, Guide to Cold Weather Concreting
27. ACI 308R, Guide for Curing Concrete
28. ACI 309R, Guide for Consolidation of Concrete
29. ACI 318, Building Code Requirements for Structural Concrete and Commentary
30. ACI 347R, Guide to Formwork for Concrete
31. CSRI Manual of Standard Practice
32. MN/DOT Standard Specifications for Construction
1.05 SUBMITTALS
A. Manufacturer's descriptive literature and product specifications for each product.
B. Shop Drawings:
1. Steel reinforcing (see Section 03 20 00)
C. Batch Plant Qualifications
1. Plant's name
2. Address r+
3. Phone number
4. Distance and travel time to site
D. Concrete Mix Design
-b
1. Submit for each mix at least 15 days prior to start of work
a. Basis for mix design (by concrete production facility or laboratory trial'mixes)'
b. Identification of aggregate source and compliance test to ASTM requirements-
C. ASTM C1260 Accelerated Mortar Bar Test on the aggregate(s)
d. Compressive strength at 28 days
e. Water to cement ratio
City of Iowa City Cast -in -Place Concrete
Iowa River Powerhouse Dam Repair Project 03 30 00-2
f. Scale weights of each aggregate
g. Absorbed water in each aggregate
h. Brand, type, and amount of cementitious material in mix
i. Proportions of each material required per cubic yard
j. Admixtures
k. ASTM C1260 Accelerated Mortar Bar Test to evaluate ASR potential of the
aggregate(s).
2. Do not change mix designs and supplier unless new batch plant qualifications and mix
designs are submitted.
1.06 QUALITY ASSURANCE
A. Contractor Qualifications: 5 years minimum experience on comparable concrete projects.
B. Workmen Qualifications:
1. Competent and experienced foreman in placing the types of concrete specified.
2. Trained and experienced concrete finishers.
C. Contractor:
1. For each batch of concrete delivered to the jobsite provide one signed copy of the
delivery ticket in accordance with ASTM C94 to Owner's Representative as proof of
acceptance or rejection of concrete.
D. Independent Testing Agency:
1. Trial mix
a. Obtain samples
b. Perform laboratory testing
C. Provide reports on materials, concrete design mixed, and testing performed
2. Field testing: see Part 3
PART 2: PRODUCTS
2.01
CEMENTIOUS MATERIAL
A.
Portland Cement: ASTM C150, Type II.
1. Free from water-soluble salts or alkalies, which will cause efflorescence on exposed
surfaces.
B.
Pozzolanic Mineral Admixture
1. Fly Ash: ASTM C618, Class C or F
2. Silica fume: ASTM C1240.
-�
3. Slag cement: ASTM C989, Grade 100 or 120.
4. Minimum amount (if used): 15%, by weight, of total cementious material.
C.
Grout w
`
1. Simpson FX-225 -
fNw
2. Or approved equal
3. ASTM C938 for mixture testing
D.
Use only one brand and type of cementitious materials.
City of Iowa City Cast -in -Place Concrete
Iowa River Powerhouse Dam Repair Project 03 30 00-3
2.02 AGGREGATES
A. Fine Aggregates: ASTM C33 for grading.
B. Coarse Aggregates: ASTM C33 for grading.
1. Maximum aggregate size
a. 3/4-inch: concrete sections 12 inches and less in thickness.
C. Aggregates shall meet ASTM C1260 Accelerated Mortar Bar Test.
2.03 WATER
A. ASTM C1602. Clean, potable, and free from injurious amounts of oils, acids, alkalies, salts,
organic materials, or other substances that may be deleterious to concrete or steel.
2.04 ADMIXTURES
A. No admixtures, except air -entraining agent, anti -washout agent, and water reducing admixture
without approval of Engineer. Do not use calcium chloride.
B. Air -entraining agent: ASTM C260
1. Acceptable products:
a. AEA-2 by Euclid Chemical Co.
b. Darex II by W.R. Grace
C. MasterAir Series by BASF Corporation.
d. Approved equal.
C. Water -reducing admixture: ASTM C494, Type A
1. Acceptable products:
a. Eucon WR 91 by Euclid Chemical Co.
b. WRDA-82 by W.R. Grace
C. MasterPozzolith Series or MasterPolyheed Series by BASF Corporation.
d. Approved equal.
D. Anti -washout agent: ASTM C494 Type S (if used).
2.05 MIXES
A. Base proportioning of materials on previous field experience of concrete production facility or by
laboratory trial mixes in accordance with ACI 301 or ACI 318.
B. Minimum 28-day specified compressive strength and required average compression: ASTM
C39.
Specified
Required Average
Concrete Type/Description
Compressive
Compressive
Strength f,,
Strength fir
Concrete exposed to freezing and thawing
4500 psi
5700 psi
cycles with frequent exposure to water (F2)
City of Iowa City Cast -in -Place Concrete
Iowa River Powerhouse Dam Repair Project 03 30 00-4
Concrete exposure classes:
Freezing and
Sulfate
Permeability
Corrosion
Thawing
(S)
(P)
Protection
(F)
(C)
Class F2
Class SO
Class P1
Class C1
C. Required average compressive strength: produce concrete of average compressive strengths
unless documented test results substantiate a lower permissible average strength based on the
standard deviation established in ACI 301 or ACI 318.
D. Cementitious Material Content
1. Quantity required to meet the specified requirements for strength, water -cement ratio,
durability, and finishing ability.
E. Water -Cement Ratio:
1. 0.45 maximum for concrete exposed to freezing and thawing in a moist condition or to
deicing chemicals and for watertight concrete
F. Air -Entrainment
1. For concrete exposed to freezing and thawing:
Nominal Max. Size Coarse Aggregate
Total Air Content
3/4 inch
6% + 1
G. Slump:
1. At the point of discharge from the transport vehicle, provide concrete slumps within the
following limits:
2
Type of Construction
Slump in Inches
Maximum
Minimum
Reinforced foundation walls and footings
4
2
Fibers: ASTM C116. Strux 90/40 as manufactured by Grace Construction. Dossage: 4-51b per
cubic yard.
2.06 READY -MIX CONCRETE
A. Provide concrete from an established, certified ready -mix plant.
B. Certified ready -mix plant equipment and facilities per Iowa/DOT Materials (IM 211).
2.07 CURING MATERIALS
A. Waterproof paper (non -staining): ASTM C171, regular or white.
B. Burlap: commercial quality and non -staining.
C. Polyethylene Sheeting: ASTM C171 (4 mil minimum thickness).
City of Iowa City
Iowa River Powerhouse Dam Repair Project 03 30 00-5
c-!y
—icw
Cast -in -Place Concrete
D. Membrane Curing Compound: ASTM C309.
1. Acceptable products:
a. CS-309 Curing & Sealing Compound (VOC) as manufactured by W. R. Meadows,
Inc.
b. Approved equal.
2.08 REPAIR MORTAR:
A. SikaRepair 224 as manufactured by Sika or approved equal.
1. Application depth: 3/8" to 2" (per lift).
B. EucoRepair V100 as manufactured by Euclid Chemical or approved equal.
1. Application depth: 1/8" to 4" (per lift).
C. Sikacrete-211 SCC Plus as manufactured by Sika or approved equal.
1. Application depth: 1" to 8" (per lift).
2.09 SPILLWAY VOID FILL MATERIAL
A. Material placed in voids within the dam embankment if voids are observed. Spillway void fill
material shall contain Portland cement, flyash, water and admixtures (as approved). Backfill
grout shall meet the below design requirements.
1. Slump (ASTM C143): 7-10 inches
2. Unconfined compressive strength (ASTM C39): 500 psi minimum
2.10 EPDXY ADHESIVE AND ANCHORS
A. Anchor dowels or anchor bolts and epoxy adhesive for attaching anchor dowels or anchor bolts
into existing concrete
B. Anchor rods shall meet stainless steel, ASTM A193, Grade B8, Class 1
C. Adhesive shall be Hilti Hit -RE 500 v3, for all underwater installation, Hilti Hit HY 200-R, all other
conditions, or Engineer -approved equal.
PART 3: EXECUTION
3.01 APPLICATION
A. Install all material in accordance with manufacturer's instructions.
3.02 PREPARATION
A. Remove flowing water before concrete is deposited. Divert any flow of water without flowing
over freshly deposited concrete.
B. Do not place concrete on frozen ground.
C. Apply form coating on formwork (see Section 03 10 00). Apply prior to placing reinforcing steel,
anchoring devices, and embedded items.
D. Prior to concrete placement, install, prepare, and inspect concrete reinforcement per Section 03
2000.
E. Subgrade to be well drained, free of frost, and moisture at the time of concrete placement. If
necessary, dampen with water in advance of concrete placement, but no free water standing on
either the subgrade or any muddy or soft spots when the concrete is placed. _
City of Iowa City Cast -in -Place Concrete
Iowa River Powerhouse Dam Repair Project 03 30 00-6
F. Screeds: Properly support to maintain required thickness of slabs. Place bulkheads to
construction joint limits.
G. Install items to be embedded in concrete. Fasten embedded items securely into position before
placing concrete.
3.03 TRANSPORTING CONCRETE: ASTM C94
A. Discharge and place in its final position concrete delivered to the site in watertight revolving -
drum trucks within 60 minutes for concrete that does not include retarder and 90 minutes for
concrete that includes retarder, or before the drum has revolved 300 revolutions, whichever
comes first, after the introduction of the mixing water to the cement and aggregates or the
introduction of the cement to the aggregates. The use of additional water reducer beyond the
specified amount by the manufacturer shall not be used to retard the concrete.
3.04 PLACING CONCRETE
A. Remove hardened concrete debris and foreign materials from the inner surfaces of conveying
equipment.
B. Weather Protection
1. Cold Weather
a. Applies to concrete placed when the ambient temperature is below 40 degrees F.
b. Conform to recommendations and requirements of ACI 306R.
C. Concrete damaged by freezing to be removed and replaced at Contractor's
expense.
d. Prevent substrate from freezing, covering and heating if needed to prevent
substrate from freezing.
e. Minimum temperature of concrete to be placed is 55 degrees F.
f. Protect concrete from cold for at least 5 days after placement. Minimum
temperature of concrete during protection period is 55 degrees F. Temperature
monitoring (ie thermal couples) shall be provided and temperatures reported to
Owner.
g. Calcium chloride shall not be used.
h. To maintain the temperature specified, the work shall be entirely enclosed, and all
fueled and suitable heating equipment and necessary labor and supervision shall
be furnished. Non -vented heaters shall not be used within enclosures where
concrete slabs are being cured as to prevent the unfavorable reactions between
carbon dioxide and fresh concrete.
i. Any concrete not meeting the requirements above shall be removed and
reconstructed at Contractor's expense.
2. Hot Weather
a. Applies to concrete placed when the ambient temperature exceeds 90 degrees F.
b. Conform to recommendations and requirements of ACI 305R.
C. Place concrete continuously in each section until complete. Concrete surfaces not permitted to
stand more than 30 minutes before new concrete is placed against them.
D. Concrete which has started to set or which is retempered with water shall not be used and shall
be removed from the Site. No compensation will be provided for concrete which has started to
set, is retempered with water, or is removed from the Site for any other reason.
E. Avoid segregation during placement. Place in uniform lifts not to exceed 18 inches.
F. Do not drop concrete more than 5 feet. When greater drops are required, employ clro_p chutes or
other approved means. `D
c'.'
City of Iowa City Cast -in -Place Concrete
Iowa River Powerhouse Dam Repair Project 03 30 00-7
G. Consolidation:
1. Consolidate concrete by vibration so that concrete is worked around the reinforcement,
around embedded items, and into corners of forms.
2. Use internal vibrators of the largest size and the most powerful that can be properly used
in the Work, per ACI 301 and ACI 309R.
3. Vibrators to be operated by competent workmen.
4. Do not use vibrators to transport concrete within forms.
3.05 FINISHING
A. Unformed Surface
1. Top of Walls and Other Unformed Surfaces: Strike smooth and float to a texture
consistent with finish of adjacent formed surface.
B. Formed Surface
1. Patch tie holes. Repair surface defects according to ACI 301.
2. Rough form finish of concrete not exposed: Chip off or rub off fins exceeding '/2 inch in
height.
3. Smooth form finish of exposed concrete: Remove fins exceeding 1/8 inch in height.
C. Repair of Surface Defects: ACI 301
1. Surface defects include tie holes, honeycombed areas, and spalled and pitted areas
resulting from concrete sticking to the forms.
2. Fill tie holes with patching mortar after being cleaned and thoroughly dampened.
3. Repair of surface defects other than tie holes:
a. Provide'/2 inches to % inch deep saw cut around perimeter
b. Remove unsound concrete
C. Dampen patch area plus an additional 6 inches beyond perimeter
d. Apply bonding agent by thoroughly brushing into surface
1) Bonding Grout: One part cement, one part fine sand with water to
consistency of thick cream.
e. Apply batching mortar when bond coat loses water sheen.
f. Patching mortar
1) Same materials as concrete to be patched with no coarse aggregate.
2) Do not use more than one part cement to 2'/2 parts sand by loose volume.
3) For exposed surfaces, make trial batch to check color compatibility with
repair surface. Substitute white cement if color is too dark.
4) Use mortar at a stiff consistency. Add no more mixing water than required
for handling and placing.
g. Do not use proprietary compounds for adhesion or as patching ingredients without
approval.
r:
3.06 CURING AND PROTECTION: ACI 301 AND 308R
A. Start curing as soon as free water has disappeared from unformed surfaces ar immediately
after forms are removed.
B. Accomplish curing and protection by preventing loss of moisture, rapid temperature cha,gge,
mechanical injury, or damage from rain, frost, or flowing water for at least 7 days.
C. Formed surfaces may be cured by leaving forms in place.
City of Iowa City Cast -in -Place Concrete
Iowa River Powerhouse Dam Repair Project 03 30 00-8
D. Unformed surfaces, slab surfaces, and surfaces from which forms have been removed: Cure by
one of the following application methods:
1. Absorptive mats or fabric kept continuously wet.
2. Waterproof sheet materials.
3. Curing compound.
a. Apply the compound according to manufacturer's directions
b. Apply immediately after finishing operations are completed or after forms are
removed.
C. Apply sufficient quantity to ensure the formation of a continuous unbroken film over
the entire area of the exposed surface. Re -spray surfaces damaged by
subsequent construction operations during the curing period.
d. Keep surfaces coated with curing compound free of foot and vehicular traffic and
other sources of abrasion during the curing period.
e. Do not use of any membrane material which will impart a slippery surface to the
concrete or alter its natural color.
f. If the concrete surfaces, which are to receive curing compound, are expected to be
exposed to freezing temperatures within 5 days, do not use the membrane -curing
compound.
3.07 CAST -IN -PLACE CONCRETE TOLERANCES: ACI 117
3.08 FIELD TESTING
A. Performed by an Independent Testing Agency retained and paid for by Owner:
B. Testing Location
1. Slump
a. Tested at concrete truck.
b. Prior to the placement of any concrete, Owner may take a slump test. When the
slump is greater than the allowable, Owner will reject the concrete and Contractor
shall remove the concrete from the Site. Addition of water to compensate for
stiffening of the concrete before placing will not be allowed. Slump will be tested
once for each truck or as directed by Owner.
2. Air Content
a. Tested at concrete truck.
b. Air content determinations will be made by Owner. If the measured air content falls
outside of the specified limits, the placing of concrete shall immediately be
stopped, and Owner will immediately make another air content determination from
the same batch. In the event of a second failure, the concrete shall be considered
to have failed to comply with the Specifications, and Contractor shall remove all of
the concrete of that batch from the Site. Air content will be tested once per truck or
as directed by Owner.
3. Temperature
a. Tested at concrete truck. t-
4. Strength
a. Tested at concrete truck CD
City of Iowa City Cast -in -Place Concrete
Iowa River Powerhouse Dam Repair Project 03 30 00-9
C. Test Frequency
Test
Frequency
Pre -test first load before unloading and test each time
a set of compressive strength test cylinders are cast.
Air Content (ASTM C231)
In addition at least two air content tests on randomly
selected batches for each class of concrete produced
during each 8-hour or less period of concrete
production each day.
Pre -test first load before unloading and test each time
a set of compressive strength test cylinders are cast.
Slump (ASTM C143)
In addition at least two slump tests on randomly
selected batches for each class of concrete produced
during each 8-hour or less period of concrete
production each day.
Temperature (ASTM C1064)
Hourly when air temperature is less than 40°F and
greater than 80°F
Set of four 6-by-12 in. cylinders or set of five 4-by-8 in.
cylinders for each class of concrete, for initial 50 cy
and then for every subsequent 150 cy each day or one
Concrete Test Cylinders (ASTM
set each day.
C31)
If total volume of concrete is such that frequency of
testing required would provide less than five strength
tests for a given class of concrete, test shall be made
from at least five randomly selected batches or from
each batch if fewer than five batches are used.
One test cylinder at 7 days
Compressive Strength (ASTM
Two 6-by-12 in or three 4-by-8 in test cylinders at 28
C39)
days
One test cylinder retained for future testing
D. Perform additional tests when excessive variation in workability is observed.
E. Samples will be taken at the point of delivery in accordance with ACI 301. However Contractor
is responsible for delivering the concrete to the placement site at the stipulated air content and
slump. If Contractor's material or transportation methods cause air content or slump loss
between the mixer and the placement, correlation samples shall be taken at the placement site
as required by Owner's Representative. Air content or slump at the mixer shall be controlled as
directed.
F. Plot results on control charts which at all times are readily available to Owner.
G. Whenever air content or slump does not meet the requirements, immediately adjust the amount
of admixtures batched. As soon as is practical after each adjustment, conduct another test to
verify the result of the adjustment.
H. Air Content Testing: Plot test results on control charts which shall at all times be readily
available to Owner's Representative and submitted weekly. Keep copies of the current control
charts in the field by testing crews and results plotted as tests are made. When a single test
result reaches either the upper or lower action limit, perform a second test immediately. The
results of the two tests shall be averaged and this average used as the air content of the batch
to plot on both the air content and the control chart for range, and for determining need for any
remedial action. The result of each test, or average as noted in the previous_sentenge, shall be
plotted on a separate control chart for each mixture on which an "average line" is set at the
City of Iowa City Cast-in-Pjace Concrete
Iowa River Powerhouse Dam Repair Project 03 30 00-10
midpoint of the specified air content range from paragraph Air Entrainment in 2.05.E. Set an
upper warning limit and a lower warning limit line 1.0 percentage point above and below the
average line, respectively. An upper action limit and a lower action limit line shall be set 1.5
percentage points above and below the average line, respectively. The range between each two
consecutive tests shall be plotted on a secondary control chart for range where an upper
warning limit is set at 2.0 percentage points and an upper action limit is set at 3.0 percentage
points.
Air Content Corrective Action: Whenever points on the control chart for percent air reach either
warning limit, an adjustment shall immediately be made in the amount of air entraining
admixture batched. As soon as practical after each adjustment, another test shall be made to
verify the result of the adjustment. Whenever a point on the secondary control chart for range
reaches the warning limit, the admixture dispenser shall be recalibrated to ensure that it is
operating accurately and with good reproducibility. Whenever a point on either control chart
reaches an action limit line, the air content shall be considered out of control and the concreting
operation shall immediately be halted until the air content is under control. Additional air content
tests shall be made when concreting is restarted.
Slump Testing - Plot test results on control charts which shall at all times be readily available to
Owner's Representative and submitted weekly. Keep copies of the current control charts in the
field by testing crews and results plotted as tests are made. When a single slump test reaches
or goes beyond either the upper or lower action limit, immediately perform a second test. The
results of the two tests shall be averaged and this average used as the slump of the batch to
plot on both the control charts for slump and the chart for range, and for determining need for
any remedial action. Set limits on separate control charts for slump for each type of mixture.
The upper warning limit shall be set at 1/2 inch below the maximum allowable slump specified in
paragraph Slump in 2.05.D for each type of concrete and an upper action limit line and lower
action limit line shall be set at the maximum and minimum allowable slumps, respectively, as
specified in the same paragraph. The range between each consecutive slump test for each type
of mixture shall be plotted on a single control chart for range on which an upper action limit is
set at 2 inches.
K. Slump Corrective Action - Whenever points on the control charts for slump reach the upper
warning limit, make an adjustment immediately in the batch weights of water and fine
aggregate. The adjustments are to be made so that the total water content does not exceed that
amount allowed by the maximum w/c ratio specified, based on aggregates which are in a
saturated surface dry condition. When a single slump reaches the upper or lower action limit, no
further concrete shall be delivered to the placing site until proper adjustments have been made.
Immediately after each adjustment, another test shall be made to verify the correctness of the
adjustment. Whenever two consecutive individual slump tests, made during a period when there
was no adjustment of batch weights, produce a point on the control chart for range at or above
the upper action limit, halt the concreting operation immediately, and take appropriate steps to
bring the slump under control. Additional slump tests shall be made as directed.
L. Excessive slump or concrete not meeting specification requirements to be rejected and
removed from the site at Contractor's expense.
M. Laboratory -cured test cylinders:
1. Cover and keep at air temperature between 60 degrees F and 80 deg(-ees F for the first
24 hours. At end of 24 hours, carefully transport cylinders to testing laboratory.,
2. Acceptance test results are the strengths of the two specimens tested at,28 days?
N. Excessive slump or concrete not meeting specification requirements to be rejected and„.,
removed from the site at Contractor's expense.
O. Laboratory -cured Test Cylinders
1. Cover and keep at air temperature between 60 degrees and 80 degrees F for the -first
24 hours. At end of 24 hours, carefully transport cylinders to testing laboratory.
City of Iowa City Cast -in -Place Concrete
Iowa River Powerhouse Dam Repair Project 03 30 00-11
2. Acceptance test results are the strengths of the two specimens tested at 28 days.
P. Field -cured Test Cylinder (if Contractor or Owner requests)
1. Use for determination of form removal
2. Check adequacy of curing
3. Provide additional confirmation of 28-day strength
4. Place the cylinder as near as possible to the final location of the concrete from which the
sample was taken.
5. Provide the same curing and protection as the adjacent concrete.
Q. In the event that tests indicate that concrete placed does not conform to specifications, take
corrective measures to correct the deficiency at no additional cost to Owner.
3.09 CLEANUP
A. After completion of concrete Work, leave the structure and surrounding area clean and neat for
commencement of subsequent construction or equipment installation.
END OF SECTION 03 30 00
P
r�
City of Iowa City Cast -in -Place Concrete
Iowa River Powerhouse Dam Repair Project 03 30 00-12
SECTION 31 23 19
CONTROL OF WATER
PART 1: GENERAL
1.01 DESCRIPTION
A. All Work included in this Section shall be performed in accordance with the following
paragraphs, the General Requirements set forth in Division 1 of these Specifications, and the
provisions of the other Contract Documents.
B. The Work covered by this section involves:
1. Installation of a bypass system or method to manage stormwater inflows
2. Installation of a cofferdam system upstream and downstream of the primary spillway
3. Dewatering of the primary spillway work area
4. Maintenance and operations of the primary spillway bypass system and cofferdams for
the duration of construction
C. The Work covered by this Section consists of furnishing all labor, equipment, materials, and
performing all operations necessary to control water in the work areas shown on the Drawings
and specified herein. This work includes providing, operating, and maintaining pumps and/or
dewatering systems along with any cofferdams, temporary barriers, water plugs, or temporary
piping necessary to allow the proper construction of the Work.
D. Contractor shall restore any affected areas to a condition equal to or better than the condition
prior to commencement of construction.
1.02 ENVIRONMENTAL REQUIREMENTS
A. Contractor shall carry out the control of water in compliance with all Federal, State, and local
applicable stream discharge and pollution requirements.
1.03 SUBMITTALS
A. At least 10 days before mobilization, submit a proposed water control and management plan to
Engineer for review and approval. The water control and management plan may deviate from
what is shown in the Drawings. If earthen cofferdams are used, the design of the earthen
cofferdams must be certified by a Professional Engineer registered in the state of Iowa. Review
and approval of water control and management plan does not relieve Contractor from complete
responsibility for water control and management at the site. The water control and management
plan should address the following:
1. Cofferdam products, materials, and/or design(s)
2. Cofferdam locations
3. Cofferdam elevations c
4. Construction procedures and sequencing
�.,
5. Dewatering of work areas
r._.. CD
--a
6. Control of surface water and seepage;
7. Maximum and minimum water levels during construction
8. Water level monitoring
9. Method to manage flood flows
City of Iowa City Control of Water
Iowa River Powerhouse Dam Repair Project 31 23 19-1
B. At least 10 days prior to installing components for Contractor's water control and management
plan, Contractor shall develop and submit a temporary construction emergency action plan
(TCEAP) to Engineer for review and approval. The TCEAP shall include the following
information:
1. Definition of potential failure modes of Contractor's protected work area.
2. Actions Contractor will take to mitigate a potential failure or problem with the water
control plan protection features that could impact the project area.
3. Actions Contractor will take to respond to an emergency that may impact the project
area.
4. Definition of responsibilities and coordinate for those involved in managing an incident.
PART 2: PRODUCTS
2.01 COFFERDAMS
A. Cofferdam locations to be determined by Contractor to meet Contractor's construction approach
and its method to safely manage surface and ground water during construction.
B. Cofferdams shall not be constructed of loose fill in direct contact with flow that provides the
ability for fill to erode.
C. Acceptable cofferdam products may include earthen materials, sand bags, portadam, water
inflated dams, Jersey barriers, or sheet pile. Cofferdam products, materials, or designs must be
reviewed and approved by Engineer, as part of the water control and management plan, prior to
construction.
PART 3: EXECUTION
3.01 CONTROL OF WATER
A. Contractor will be required to manage the work area during construction as necessary to protect
the Work and Contractor's equipment, material, and personnel, and according to all applicable
laws and regulations.
B. Contractor shall be responsible for detailed development of sequencing and staging of
construction and control of water in the Work area.
C. Cofferdams designated as "By Contractor" on the Drawings shall be designed and constructed
of adequate depths and heights, be safely constructed and be water -tight as necessary for the
proper performance of the work. The interior dimensions of the cofferdam area shall give
sufficient clearance to accommodate construction work.
D. Contractor shall be responsible for monitoring water surface elevations during construction. If
the water surface elevation exceeds the selected maximum water surface elevation (accounting
for freeboard), Contractor shall stop work and consult with Engineer.
E. Contractor shall maintain all systems for controlling water for the period required to complete
the Work.
F. Contractor shall remove all systems for controlling water and restore these areas to theit prior
level of service as part of this Work.
G. Contractor shall maintain all systems for controlling ice for the period required'to.complete the
work.
. , rCJ
-
City of Iowa City Control of Water
Iowa River Powerhouse Dam Repair Project 31 23 19-2
H. Contractor shall be solely responsible for mean and methods, integrity of any cofferdams or
dewatering methods, etc. including maintaining integrity of dam function and ensuring safety of
public and workers.
I. Excavation of any portion of the dam embankment to facilitate passage of flows through the site
will not be permitted.
END OF SECTION 31 23 19
City of Iowa City
Iowa River Powerhouse Dam Repair Project 31 23 19-3
f„
Control of Water
Origin Design
4155 Pennsylvania Ave., Dubuque, IA 52002
563 556-2464 origindesign. com
Dam Inspection Report
• •
origin
design
Structure ID
Iowa River Power Company Dam/Coralville Milldam Inspection
National Inventory ID: IA01275 Date
05/11-13/2021
-----------------
----
Location
----------------------------------------------------------------------------------
Section, Township, Range: Supervising Nathan Miller, P.E.
SE,S05,T079N,R06W Engineer
------- -
-- ----------------
Description--
Cast -in -Place Concrete, Low Head, Overflow Dam Origin Design 20114
Project No.
Orientation
Upstream (US): North
Downstream (DS): South
Summary of Intent. Inspection Procedures. and Limits
• Origin Design was contacted by the Iowa City Engineering Department to render our opinion as to
the condition of the Powerhouse Dam on the Iowa River. This report is intended to summarize the
observed condition of the structure and identify potential safety issues.
• Our observations have been limited to readily available surface conditions. No destructive or
invasive testing procedures, load rating, or detailed measurements have been performed as part
of this inspection. Isolated dye tracing was performed. Origin Design reserves the right to revise
our opinions if additional evidence becomes available.
• The inspection was performed by certified commercial divers employed by Great Lakes Diving &
Salvage (GLDS) with onsite engineering oversight by a Professional Engineer licensed to practice in
the State of Iowa employed by Origin Design. The GILDS dive team consisted of Tom Gouin (dive
supervisor), Tyler Eyth (primary diver), Noah Moorzynski (standby diver/tender), and Justin Marcum
(standby diver/tender). The dive team utilized surface supplied air and the diver was largely
tended from pedestrian bridge directly over the dam. The diver was equipped with video camera
and the entire dive was recorded from the dive trailer. The video recording serves largely as a
record of verbal communication between the engineer and the diver as visibility was limited due to
water clarity and turbulence.
• River flow levels were coordinated with the following:
o Chris Trefry. Chief, Water Control Section, United States Army Corps of Engineers, Rock Island
District. Phone 309.794.5849.
• Tuesday, May 11, 2021:
o Dive station & rigging set up. High water flows represented unsafe conditions. Divers remained
on standby as additional flow reductions were coordinated with USACE.
• Wednesday, May 12, 2021:
o Underwater inspection of the upstream dam slope, including any exposed concrete surfaces
from steam bed to crest of dam (incl. pier columns & footings), completed from east to west.
o Underwater inspection of the upstream dam slope, following the intersection of the steam bed
& upstream dam slope, completed from west to east.
o Underwater inspection of the downstream dam face, including approximately 5ft of the vertical
dam face and 5ft of the horizontal dam apron, completed from east to west.
o Underwater inspection of the downstream apron, following the intersection of the apron &
steam bed, completed from west to east.
• Thursday, May 13, 2021:
o Underwater inspection of the downstream apron, following the intersection, of the,apron &
steam bed (moving east to west) with a specific focus on locating hole irr apron with negative
pressure (suction) identified the previous day. Diver unable to locate hole after 2-hours,
completing a detailed inspection of the area. Diver re -traced the intersection of the apron and
streambed from east to west.
o Underwater inspection of the downstream apron, following a line approximately midway
between the dam face and streambed, completed from west to east.
• •
City of Iowa City origin
Page 2 of 4
o Dye tracing of void in crest of dam completed.
o Underwater inspection of the upstream streambed, following a line approximately 15ft
upstream of the pedestrian bridge to identify any localized depressions or signs on piping.
o Dive station demobilized.
Summary of Observed Conditions
Refer to Exhibit 1 for detailed descriptions of specific deficiencies and conditions.
• General Upstream Conditions
o Streambed was found to cover the upstream slope of the dam structure generally following a
line near the upstream truss chord. Streambed material was rocky/rubble with the material size
increasing from west to east.
o The upstream edge of the dam structure was completely covered by the streambed and was
not encountered during the inspection.
o The concrete on the upstream slope of the dam structure was in generally fair condition with a
surface amplitude of +/-1 n. Isolated spalling was observed throughout with a typical size of
bin dia. by 2in deep. Surface roughness of exposed concrete surfaces increased from west to
east.
o Poured concrete rubble piles with protruding reinforcing were found under the splice plate
locations of the pedestrian bridge above. These are likely remnants from temporary support
used during erection of the pedestrian bridge.
• General Downstream Conditions: Vertical Dam Face
o The vertical face of the dam terminated directly into the concrete apron. No revetment was
observed at this transition. The base of the dam face typically included a portion of loose -
poured concrete that extended approximately 5ft from the dam face and 3ft from the concrete
apron. A portion of stepped concrete (2ft x 2ft) was observed on the vertical wall, generally
located 1ft above the loose -poured concrete referenced above. Both the loose -poured
concrete and the stepped concrete were observed intermittently along the length of the dam
structure.
o The concrete on the dam face was in generally fair condition with a surface amplitude of +/- lin.
Areas of surface damage (gouging) was observed throughout with a typical size of 6in dia. by
2in deep with isolated areas up to 1ft deep.
o Remnants of the previous "fish -ladder" structure were observed near the west abutment.
• General Downstream Conditions: Apron
o Streambed was found to cover the downstream end of the concrete apron generally following
a line approximately 30ft from the vertical dam face. Streambed material was revetment.
o The downstream end of the apron was completely covered by the streambed and was not
encountered during the inspection.
o The concrete on the downstream apron appeared to be unfinished/rough-poured with a
surface amplitude of +/- 2ft. Several elevation changes of 3ft-5ft were encountered
throughout. The concrete in these areas appeared intact and did not show signs of damage.
Summary of Repair Recommendations
• Repair of the following deficiencies is recommended: ,
o Station 00+75 (DS): Surface damage to downstream vertical dam face.,
o Station 01+40(DS): Void near base of downstream vertical dam face. , ..., c
o Station 01+40(US): Void near upstream crest of dam with negative pressure (suction). Dye
tracing performed and dye leeched out of embankment near Station Q3+10.'
o Station 01+40(DS): Void near base of downstream vertical dam face.
o Station 01+49(US): North end of Pier 1 footing undermined.
o Station 01+49(DS): Spalled concrete with exposed reinforcing on apron..'
o Station 01+64(DS): Void in apron with negative pressure (suction) at streambed?revetment
line (video timestamp 05/12/202115:02).
■ Additional investigation into the cause of this negative pressure is required as it
could be a sign of hydraulic piping under the dam.
o Station 02+20(US): Rebar protruding from poured concrete rubble.
City of Iowa City origin
Page 3 of 4 des i g n'
o Station 02+20(DS): Void between vertical dam face and concrete apron.
o Station 02+60(DS): Void near base of vertical dam face.
o Station 02+94(US): Void near base of Pier 2 column, west face.
o Station 03+00(DS): South end of Pier 2 encasement undermined.
Inspection Photos:
All photos taken at above referenced inspection dates) unless noted otherwise
Photo 1 I Downstream face of Pier 2
Tracing dye leeching through embankment near
Pier 2. (Approx. STA 3+12.)
Photo 2 1 Downstream face of Pier 2
Tracing dye leeching through embankment near
Pier 2. (Approx. STA 3+12.)
'Exhibit 1: Inspection Elevation and Plan shall be considered part of this report.
05/20/2021 ,
Nathan W. Miller Date
n?
City of Iowa City
Page 4 of 4
origin
design
Iowa River Power Company Dam/Coralville Milldam Inspection
Iowa River Flow & Discharge Tracking
Coralville Dam: STA: 5453520'
Dam"
Burlington St: STA: 05454500'
Gauge Ht,
ft
Discharge,
cfs
Flow Ht @
Crest
Gauge Ht,
ft
Discharge,
cfs
Time
Delta
Delta
ft
Delta
Delta
05.11.2021
6:00
50.22
-
1,440
-
-
11.12
-
2,130
-
7:00
50.02
0.20
1,210
230
-
11.12
0.00
2,130
-
8:00
49.86
0.16
1,030
180
-
11.09
0.03
2,100
30
9:00
49.77
0.09
931
1 99
-
11.03
1 0.06
2,040
60
10:00
49.72
0.05
876
55
-
10.93
0.10
1,940
100
11:00
49.61
0.11
759
117
-
10.83
0.10
1,850
90
12:00
49.51
0.10
652
107
-
10.73
0.10
1,750
100
1:00
49.46
0.05
603
49
-
10.61
0.12
1,630
120
2:00
49.43
0.03
573
30
0.650
10.5
0.11
1,530
100
3:00
05:12:021
Y..
xWVW_.;
-
.z.
10.68
-
1,700
-
6:00
49.93
-
1,110
-
7:00
49.73
0.20
887
223
-
10.7
-0.02
1,720
(20)
8:00
49.5
0.23
642
245
0.650
10.7
0.00
1,720
-
9:00
49.35
0.15
490
152
0.505
10.61
0.09
1,630
90
10:00
1 49.26
0.09
399
1 91
0.400
10.52
1 0.09
1,520
110
11:00
49.2
0.06
341
58
0.400
10.33
0.19
1,380
140
12:00
49.19
0.01
306
35
-
10.18
0.15
1,250
130
1:00
49.16
0.03
306
-
-
10.03
0.15
1,120
130
2:00
49.14
0.02
290
16
0.350
9.9
0.13
1,010
110
3:00
49.13
0.01
272
18
-
9.78
0.12
913
97
4:00
05.12.2021
6:00
49.95
-
1,130
-
-
10.63
-
1,650
-
7:00
49.66
0.29
812
318
-
10.65
-0.02
1,670
(20)
8:00
49.46
0.20
573
239
0.600
10.62
0.03
1,640
30
9:00
49.3
0.16
442
131
0.500
10.49
0.13
1,520
120
10:00
49.22
0.08
359
83
-
10.33
0.16
1,380
140
11:00
49.18
0.04
323
36
-
10.17
0.16
1,240
140
12:00
49.14
0.04
290
33
-
10.01
0.16
1,100
140
1:00
49.15
-0.01
298
(8)
0.400
9.87
0.14
985
115
2:00
49.15
298
9.87
985
3:00
0.00
-
0.00
-
4:00
*https://waterdata.usgs.gov/monitoring-location/05453520
"Flow Height @ Crest Measured at SW Overlook Near Light Pole
"'"https://waterdata.usgs.gov/monitoring-location/05454500
Report shall not be considered complete without Exhibit 1
End of Report
HGRIZGHTAL SLATE IN FEET
o Fz 24
_ ... _.. IXTAWNo wv wvE aFH 1S]XI®
rG. W. ABUT.
1
C.L. PIER 2
art
.. ..>
- .., vu
149'
149'
BRIDGE DECK ELEV. 660.00
LOW STEEL ELEV. 657.50
CONIC. RUBBLE LOCATED UNDER EACH TRUSS SPUCE PL.
OAM CREST ELEV,
648.5
TM. O 4 LOCATIONS.
PROTRUDING R®AR CATCHING DEBRIS O STA 2+00.
REPORTED BEDROCK
--i-I_I-1--h1-1-1__
'UYI71Tl
-T �_i_T 7-i=- I.I-1-hI-1-1-TT-1__
NUMEROUS SURFACE GOUGES OBSERVED STA 00+75
ELEV t641.0 THROUGHOUT LENGTH OF DONNSTREAY VERT. SURFACE DAMAGE TO VERT. DAY FACE.
STA 1+4p,l.l,i.I-I-�.-. INSPECTION TO LONER 8-
Vd0 NEAR BASE OF VERT. DAN FACE. OF VERT. DOWNSTREAM WALL FACE.
DAN FACE. TYP. DEPTH OF 4'-6' WITH E-W LENGTH: BASE:2' T(1P:4'
NO PRESSURE DIFFERENTIAL OBSERVED.
ISOLATED AREAS UP TO 1' DEEP. HEIGHT: 4'
2' DIA. X N' DEEP
DEPTH: 1B'
STA 3+00
Vd0 UNDER POURED CONIC. PIER ENCASEMENT
REPORTED BEDROCK N. OF PIER 2
E-W LENGTH: 10'
ELEV. ±641.0 O STA 3+08
MAX DEPTH BELOW SHEET PILE: 3'
MAX DEPTH UNDER SHEET PILE: 4'
REPORTED DIMENSIONS AND ELEVATIONS REFERENCED FROM 2003 DAM RENOVATION
DRAWINGS. NO TOPOGRAPHIC INFORMATION WAS COLLECTED AS PART OF THIS
INSPECTION.
ELEVATION
ELC*
BRG
CLERIC X0112ORAL SCALE M IRI
f
1 1
PIER 2 0 1E 94
STA 1+40.
STA 1+49: STA 2+94
2'X4' HOLE NEAR CREST OF OAM MITH
PRESSURE (SUCTION .
N+
- VOO UNDER %ER 1 FOOTING YOD AT BASE OFTIER 2 WALL�NEGATIVE
HEIGHT: E:I' N:2' W4' N-S LENGTH:TRACING
DYE POURED INTO HOLE.
DEPTH UNDER FOOTING. E:1' N:>5' W:T MAX HEIGHT: 1E-W MAX DEPTH:]ZER
PPROX. OMIT OF UPSTREAM DAN
SPECTION.
HELD BACK 3 3' FROM CREST OF
GENERAL LOCATION OF UPSTREAM STREAMBED
STA 3+10
AM FOR SAFETY.
TYP. WATER DEPTH: 5' (2'-3' DEEPER NEAR PIER 1)
TRADING DYE OUTLET.
DYE TRACINGDY 1 OUT O.
EMBANKMENT NEAR
G
'F
WATERLINE APPRO%.
40 MIN. AFTER
tl
DOWNSTREAM PERT. FACE CIF DAN
CONCRETE OVER POUR OBSERVED APRON AT
Y BASE OF WALL THROUGHOUT LENGTH OF DAN
STA
STA 2+2R $TA 2+60:
FACE FACE:
r VDID NEAR BASE OF VEHT. DAM FACE.
VdD BETWEEN DAM FACE AND APRON SURFACE DAMAGE NEAR BASE 6 PERT.
ROUGH POURED CONCRETE APRON YAM TYING, NO PRESSURE DIFFERENTIAL OBSERVED.
E-W LENGTH: 2' / N-S WDTH: 6' / DEPTH: 2' DAM FACE: 2' DIA. X V DEEP.
SURFACE AMPUTUDE +2'. SEVERAL 3'-5' 2' DIA. X >4' DEEP
1' DIA % 2' DEEP HOLE O CNTR
ELEVATION CHANGES OBSERVED THROUGHOUT.
C /77ENCOUNTERED.
STA 1+64:
STA 3+00
w GENERAL LOCATION OF DOWNSTREAM STA
6' DIA Hd-E IN APRON O REVETMENT UNE WITH
VOID UNDER POURED CONIC. TIER ENCASEMENT
STREAMBED. CONCRETE APRON COVERED W/ SPALLED CONCRETE W/ E%POSED RBN
NEGATIVE PRESSURE (SUCTION).
E-W LENGTH: 10'
REVETMENT APPROX. 30FT DOWNSTREAM OF APRON APPROX 10' FROM VERT. OAM
JE
DIVER UNABLE TO LOCATE HOLE NEXT DAY TO
MAX DEPTH BELOW SHEET TILE: 3'
VERT. AM FACE.
VERYAX
S. ENO 6 APRON NOT E-W LENGTH: 1' / N-S WIDTH: 2' / DEPT
PERFORM DYE TRACING.
DEPTH UNDER SHEET PINE: {'
PLAN VIEW
? ON -SITE ENGINEER NATHAN MILLER, P.E. DIVE COMPMY: GREAT LAKES GIVING ! SALVAGE
/�
igh.
IOWA RIVER POKER COYPMY DAY/CORALVILIE MILLDAM
B� 5�- �
PR0.EOT NUMBER IOI14
STATE
CITY
YEAI!
SN EET
TAL
EIETS
INSPECTION DATE(S): MAY 11-13. 2021 DIVE SUPERVISOR TOM GODIN
oS
NATIONAL INVENTORY Id IA01275
IGWA CITY
2021
EaXI
Marine Professionals Since 1919
BREINNAN
REVISED
UNDERWATER
DIVE
INSPECTION REPORT
Prepared for:
Barr
!!BARR,--.
Structure: Overflow Spillway
Location: Iowa City, IA
Inspection Date: November 8, 2024
Revision 1
Prepared .
Company,J.F. Brennan
818 Bainbridge Street
La Crosse, WI .09
• - .0:
.784.7173
Great
Place
TO
Work
use
f
..11 Underwater Inspection ReQort
Table of Contents
ExecutiveSummary ..................................................................................................................ii
1. Introduction/Background................................................................................................1
2. Method of Investigation..................................................................................................1
3. Inspection Findings........................................................................................................1
4. Evaluation and Summary ............................................................................................... 4
AppendixA — Photographs................................................................................................Al
Appendix B — Station Referencing..................................................................................... B1
r
Disclaimer: The information provided herein is for the limited administrative and operational use of Iowa City and their
contractors. Other requests for this document shall be referred to J.F. Brennan Company, Inc. The accuracy of the information
provided is limited by the conditions of the site during the day of the inspection.
Iowa City - Overflow Spillway Page i
Underwater Inspection Report
Executive Summary
Project: Underwater general condition assessment of the overflow spillway dam in Iowa City,
Iowa.
Scope of Work: Perform a visual and tactile dive inspection of the upstream and downstream portions
of the overflow spillway dam. Additionally, a cursory inspection of the adjacent bridge
piers to spillway dam interface will be performed.
Inspection Team: Dive Supervisor: Sean McMullen
Diver / Tender: Ryer Windschill
Diver / Tender: Nick Will
Inspection Date: November 8, 2024
Weather.,
Sunny, Hi: 62 °F Lo: 36 °F, 5 to 10 mph W winds.
Water Visibility:
Poor, 0 to 6-inches.
Coordinates:
41 °40'27.18"N, 91 °33'S2.39"W
Dive Mode:
Surface Supplied Air, via Boat.
Condition Assessment: Fair.
Summary of Findings:
Downstream:
• A total of thirteen areas of joint spalling were present at the base of the vertical face along the overflow
spillway.
o Three of the areas of joint spalling also experienced exposed rebar (Stations 1+03, 1+51, &
1 +81).
• Four areas of spalling were present on the vertical face.
o Two of the areas of spalling also experienced exposed rebar (Stations 1+03 & 1+49).
• A void was present beneath the Z-sheeting next to the wall of Pier 2 (Station 2+94).
• An area of undermining was present near the east end of the apron (Station 3+00).
Upstream:
• A hole was present near the crest of the dam (Station 1+40).
• An area of undermining was present on the footing of Pier 1 (Station 1+49).
• An area of spalling was present at waterline on the wall of Pier 2 (Station 2+94).
Iowa City - Overflow Spillway Page ii
1_ Underwater Inspection Report
1. Introduction/Background
J.F. Brennan Company, Inc. (Brennan) performed an underwater inspection of the Overflow Spillway at
Iowa City's facility in Iowa City, Iowa (See `Appendix A, Figure V). The inspection was performed as a visual
and tactile dive inspection of the upstream and downstream portions of the overflow spillway dam.
Additionally, a cursory inspection of the adjacent bridge piers to spillway dam interface will be performed.
Environmental conditions, such as channel bed material, biological growth, and drift/debris, were also
generally noted.
Structure Data:
Owner:
Iowa City
Structure:
Overflow Spillway
Location:
Iowa City, Iowa
Waterway:
Iowa River
2. Method of Investigation
A Level I visual and tactile inspection of the structure and surrounding riverbed was used to observe signs
of distress and deterioration including, but not limited to, movement, cracks, delamination, scaling, spalling,
exposed reinforcing steel, collision damage, scour, and joint spalling.
The inspection was conducted using surface -supplied air with equipment including a Kirby Morgan dive
helmet with full diver -to -surface communications; and a helmet -mounted Outland Video Camera / Light
combo with a video recorder providing live streaming onto the boat.
All dives were conducted in accordance with Brennan's Safe Diving Practices Manual as well as all
pertinent ADCI, OSHA, and USCG regulations. Additionally, all dives adhered to the dive schedules and
decompression tables outlined in the U.S. Navy Dive Manual, Rev. 7.
All measurements referenced hereinafter were approximate and reflect the conditions on -site at the time
of the inspection.
The three (3) levels of underwater inspections are described as:
Level I - A simple visual or tactile (by feel) inspection, without the extensive use of tools or measuring
devices. It is usually employed to gain an overview of the structure and will precede or verify the
need for a more detailed Level II or Level III inspection.
Level II - A detailed inspection which involves physically cleaning or removing growth from portions of
the structure. In this way, hidden damage may be detected and assessed for severity. This level
is usually performed on at least a portion of a structure, supplementing a Level I.
Level III - A highly detailed inspection of a structure which is warranted if extensive repair or
replacement is being considered. This level requires extensive cleaning, detailed measurements,
and testing techniques that may be either destructive or non-destructive in nature.
3. Inspection Findings
`To view/download the footage from the inspection please follow the instructions below. The SharePoint
site will remain active for 30 days, during this period please download the files if you want to keep them
for your records. After the 30-day period, the site will be removed, and you will no longer be able to access
the videos through the SharePoint link.
Iowa City - Overflow Spillway (Click and follow link directly. Your email address must have been given
access for you to open the folder. If you do not have access and need it, please reach;..out so we can
get your email address added.) i
CD f:
r,ri y a
y
Iowa City - Overflow Spillway ry Page 1
�^ Underwater Ins ection Re ort
Downstream, Overflow Spillway
The inspection began on the west end of the spillway and moved east. See `Appendix B, Stationing 1-2' for
station references.
• Station 0+04: An area of joint spalling was present at the base of the vertical face near the west
end of the spillway.
o The spalling measured 18-inches wide by 6-inches tall by up to 14-inches deep.
■ The water depth at this location was 3-feet.
• Station 0+06: An area of joint spalling was present at the base of the vertical face.
o The spalling measured 5-feet wide by 6-inches tall by 8-inches deep.
■ The water depth at this location was 3-feet.
• Station 0+61: An area of joint spalling was present at the base of the vertical face.
o The spalling measured 12-inches wide by 6-inches tall by 6-inches deep.
■ The water depth at this location was 4-feet.
• Station 1+03: An area of spalling with exposed rebar was present on the face of the spillway.
o The spalling measured 18-inches wide by 4-feet tall by 20-inches deep.
o The spalling appeared to be present along a construction joint.
■ The water depth at this location was 5-feet.
o This location was noted in the 2021 inspection but was labeled as Station 0+75.
■ In 2021, the spalling measured as up to 2-feet wide by 4-feet tall by 20-inches
deep.
• Station 1+03: An area of joint spalling with exposed rebar was present at the base of the vertical
face.
o The spalling measured 18-inches wide by 5-inches tall by 12-inches deep.
■ The water depth at this location was 5-feet.
• Station 1+29: An area of joint spalling was present at the base of the vertical face.
o The spalling measured 6-inches wide by 2-inches tall by at least 8-inches deep.
■ The water depth at this location was 5-feet.
• Station 1+49: An area of spalling with exposed rebar was present on the apron.
o The spalling was approximately 10-feet downstream of the vertical dam face and measured
2-feet wide (east to west) by 18-inches long (north to south) by 8-inches deep.
■ The water depth at this location was 9-feet.
o This location was noted in the 2021 inspection.
■ In 2021, the spalling measured 1-foot wide (east to west) by 2-feet long (north
to south by 1-foot deep.
• Station 1+51: An area of joint spalling with exposed rebar was present at the base of the vertical
face just east of Pier 1.
o The spalling measured 24-inches wide by 5-inches tall by 10-inches deep.
■ The water depth at this location was 9-feet.
• Station 1+53: An area of joint spalling was present at the base of the vertical face.
o The spalling measured 6-feet wide by 3-inches tall by 6-inches deep.
■ The water depth at this location was 9-feet.
• Station 1+62: An area of joint spalling was present at the base of the vertical face.
o The spalling measured 12-inches wide by 5-inches tall by 6-inches deep.
■ The water depth at this location was 9-feet.
• Station 1+67: An area of joint spalling was present at the base of the vertical face.
o The spalling measured 5-feet wide by 8-inches tall by 18-inches deep.
■ The water depth at this location was 9-feet.
• Station 1+81: An area of joint spalling with exposed rebar was present at the base of the vertical
face.
o The spalling measured 5-feet wide by 18-inches tall by at least 3-feet deep.
■ The water depth at this location was 8-feet.
• Station 2+20: An area of joint spalling was present at the base of the vertical face.-
o The spalling measured 5-feet wide by 10-inches tall by at least 12-inches deep.
■ The water depth at this location was 7.5-feet.
o This location was noted in the 2021 inspection.
■ In the 2021 report, the area was labeled as a void and measured 24et long
(east to west) by 6-inches wide (north to south) by 2-feet deep.
Iowa City - Overflow Spillway Page 2
Underwater Inspection Reuort
• Station 2+26: An area of joint spalling was present at the base of the vertical face.
o The spalling measured 3-feet wide by 6-inches tall by 18-inches deep.
■ The water depth at this location was 7.5-feet.
• Station 2+30: An area of joint spalling was present at the base of the vertical face.
o The spalling measured 3-feet wide by 18-inches tall by 18-inches deep.
■ The water depth at this location was 7.5-feet.
• Station 2+88: An area of spalling was present on the vertical face of the dam.
o The area of spalling was present 18-inches off bottom and measured 18-inches wide by 12-
inches tall by at least 18-inches deep.
■ The water depth at this location was 8-feet.
• Station 2+90: An area of spalling was present on the vertical face of the dam.
o The area of spalling was 16-inches off bottom and measured 10-inches wide by 12-inches
tall by 12-inches deep.
■ The water depth at this location was 8-feet.
• Station 2+94: A void was present under the Z-sheeting along the wall of Pier 2.
o The void measured 24-inches wide by 8-inches tall by at least 3-feet deep.
■ The water depth at this location was 8-feet.
• Station 3+00: An area of undermining was present 5-feet from the east edge of the apron.
o The undermining measured 10-feet wide by 4-inches tall by 18-inches deep.
■ The water depth at this location was 8-feet.
• The diver was unable to locate the majority of the edge of the apron due to the amount of riprap
that was present throughout.
Upstream, Spillway
The inspection began on the west end and moved to the east. See 'Appendix B, Stationing 3' for station
references.
Overall: Construction materials, such as concrete and rebar, were sporadically present throughout.
Station 1+40: A hole was present near the crest of the dam.
o The hole measured 2-inches long by 4-inches tall.
■ The water depth at this location was 4.5-feet.
o This location was noted in the 2021 inspection.
■ In 2021, the hole also measured 2-inches long by 4-inches tall.
Station 1+49: An area of undermining was present under the Pier 1 footing.
o On the upstream face of the footing, the undermining measured 12-feet wide by 18-inches
tall by at least 7.5-feet deep.
o The diver was able to probe 3-feet deep on the west side of the footing and 5-feet deep on
the east side of the footing.
o The horizontal face of the footing extended 6-feet upstream of the Pier.
o The vertical face of the footing was 2-feet tall.
o Loose concrete was present throughout the area of undermining.
■ The water depth at this location was 6-feet.
o This location was noted in the 2021 inspection.
■ In 2021, the area was labeled as a void and extended throughout the width of
the footing.
• The maximum height was 2-feet and was measured on the north end of
the footing.
• The maximum depth was at least 5-feet, which was also measured on
the north end of the footing.
Station 2+94: An area of spalling was present at waterline on the Wall of Pier 2 (See,.'Appendix A
Figure 7'). -
o The spalling measured 4-feet wide by 18-inches tall by 4-feet deep
■ The water depth at this location was 2-feet.
o This location was noted in the 2021 inspection.
■ In 2021, the area was labeled as a void and measured 5-feet long (north to
south) by 1.5-feet tall by 2-feet deep. ~,
Iowa City - Overflow Spillway
Page 3
Underwater Ins ection Re ort
4. Evaluation and Summary
Based on the underwater inspection findings at the time of inspection, the Overflow Spillway was
considered to be in fair condition. Limited minor to moderate defects or deterioration were observed, with
localized areas of moderate to advanced deterioration present.
Refer to 'Routine Underwater Condition Assessment Rating Descriptions' below for explanations of
above noted condition rating(s).
Iowa City - Overflow Spillway
ra
Page 4
Underwater Inspection Report
Routine Underwater Condition Assessment Rating Descriptions
®: No visible or only minor damage was noted. Structural elements may have shown very minor
deterioration, but no overstressing was observed. No repairs were recommended.
®: Limited minor to moderate defects or deterioration were observed, but no overstressing was
observed. The "Brennan Repair Rating" was low.
Fair: All primary structural elements were sound, but minor to moderate defects or deterioration were observed.
Localized areas of moderate to advanced deterioration may have been present but did not significantly reduce
the load -bearing capacity of the structure(s). The 'Brennan Repair Rating" was low to moderate.
Poor: Advanced deterioration or overstressing was observed on widespread portions of the structure(s) but
did not significantly reduce the load -bearing capacity of the structure(s). The "Brennan Repair Rating" was
moderate.
-: Advanced deterioration, overstressing or breakage, may have significantly affected the load -bearing
capacity of primary structural components. Localized failures are possible and load bearing restrictions may
be necessary. The 'Brennan Repair Rating" was moderate to major.
-: Heavily advanced deterioration, overstressing or breakage, has resulted in localized failure(s) of
primary structural components. More widespread failures are possible or likely to occur, and load restrictions
should be implemented as necessary. The 'Brennan Repair Rating" was major.
We appreciate the opportunity to work with Iowa City and Barr on this project. If you have any questions or
concerns regarding the information in this report or if Brennan can be of any further assistance, please do not
hesitate to contact me directly.
Respectfully submitted,
Justin Brendon
Underwater Services — Assistant Dive Project Technician
ce// 608.799.1978
jbrendon@jfbrennan.com
N
Iowa City - Overflow Spillway Page 5
;-
�l Underwater InsRection�Report
Appendix A — Photographs
List of Fiaures
Figure1 —Area Map..................................................................................................................... A2
Figure 2 — Downstream, Overflow Spillway.................................................................................. A3
Figure 3 — Downstream, Overflow Spillway.................................................................................. A3
Figure 4 — Upstream, Overflow Spillway....................................................................................... A4
Figure 5 — Upstream, Overflow Spillway....................................................................................... A4
Figure 6 — Upstream, Overflow Spillway....................................................................................... A5
Figure 7 — Upstream, Overflow Spillway: Station 2+94, Area of Spalling...................................... A5
4
`D
rrj
Iowa City - Overflow Spillway Page Al
Underwater Inspection Report
Figure I — Area Map
Iowa City - Overflow Spillway
Page A2
Underwater Ins ection Re ort
Figure 2 — Downstream, Overflow Spillway
Figure 3 — Downstream, Overflow Spillway
Iowa City - Overflow Spillway Page A3
f! Underwater Inspection Report
Figure 4 — Upstream, Overflow Spillway
13
Figure 5 — Upstream, Overflow Spillway
Iowa City - Overflow Spillway Page A4
Underwater Inspection Report
Par
Figure 6 — Upstream, Overflow Spillway
Figure 7 — Upstream, Overflow Spillway., Station 2+94, Area of Spalfing---'� r
Iowa City - Overflow Spillway Page A5
�l
-� Underwater Inspection Report
Appendix B — Station Referencing
List of Station References
Stationing 1 - Downstream, Overflow Spillway............................................................................. B2
Stationing 2 - Downstream, Overflow Spillway Continued............................................................ B3
Stationing 3 - Upstream, Overflow Spillway................................................................................. B4
Stationing 4 - Findings From 2021 Report................................................................................... B5
M.
C'
Lc.
_
r10
Iowa City - Overflow Spillway Page B1
Underwater Inspection Report
Stationing 1 — Downstream, Overflow Spillway
0+04
Joint S allin
18"
6"
14"
At base of vertical face
0+06
Joint S allin
5'
6"
8"
At base of vertical face
0+61
Joint S allin
12"
6"
6"
At base of vertical face
1+03
S allin - Exposed Rebar
18"
4"
20"
On vertical face
1+03
Joint Spalling - Exposed
Rebar
18"
5"
12"
At base of vertical face
1+29
Joint S allin
6"
2"
8"
At base of vertical face
1+49
S allin - Exposed Rebar
2'
18"
8"
On apron, 10-feet downstream of vertical face
1+51
Joint Spalling - Exposed
Rebar
24"
5"
101,
At base of vertical face
1+53
Joint S allin
6'
1 3"
1 6"
1 At base of vertical face
1+62
Joint S allin
12"
1 5"
1 6"
1 At base of vertical face
Iowa City - Overflow Spillway Page B2
Underwater Inspection Report
Stationing 2 — Downstream, Overflow Spillway Continued
1+67
Joint S allin
5'
8"
18"
At base of vertical face
1+81
Joint Spalling - Exposed
Rebar
5'
18"
3'
At base of vertical face
2+20
Joint Spalling
5'
101,
12"
At base of vertical face
2+26
Joint S allin
3'
6"
18"
At base of vertical face
2+30
Joint S allin
3'
18"
18"
At base of vertical face
2+88
S allin
18"
12"
18"
On vertical face, 18-inches off bottom
2+90
Spalling
101,
12"
12"
On vertical face, 16-inches off bottom
2+94
Void
24"
8"
3'
Beneath Z-Sheetingnext to Pier 2
3+00
Undermining
10,
4"
18"
Aron, 5-feet from the east edge
Iowa City - Overflow Spillway Page B3
Underwater Inspection Report
Stationing 3 — Upstream, Overflow Spillway
1+40
Hole
2"
4"
N/A
Near crest of dam
1+49
Undermining
12'
18"
>7.5'
Footing of Pier 1
2+94
S allin
4'
18"
4'
At waterline, on the wall of Pier 2
Iowa City - Overflow Spillway Page B4
Underwater Inspection Report
0 '3 1.
CL.P" 2
_70-1-NUN 30 PH 3: 1'
11W
ORIDOE DECK EUV "0 00
LOW STEEL El[Y.
I
IVIA C F r Y, 10 ilAV
P
DAY CREST ELEY
""L, LOC, SPLACE P'
64&5
--Icc*c
TYP, 4 LOCATHONS,AR
—
PROTAUDNG REBCATCHING DEBRIS 0 STA 2100
........... .. . ... ...
REPORTED BEDROCK
GOUGES
[LEY. t611 0 OBSERVED STA .75
THROUGHOUT
THROUGHOUTT LENGTH OF DOWNSTREAM VERI. SURFADE DAMAOR TO KIT. DAM FACE]
STA 1.40,.To Low 6,
— AR NEBASE OF DAM FACE, OF VERT DOWNSTREAM, WALL FALL
DAM FACE' T-OF . DEPTH 4-� 6' WE-W LENGTH: RASE: 2' TOP.{'
No PRrSqAE WnRENMAL OBSERM.
ISOLATED AREAS LV TO I' DEEP HEIGHT: 4'
Z' DLL. A >4! DEEP
OVYW ior
STA 3.00
-4 "A 3,0,
REPORTED BCOROCK N. OF — I
E-VIE-CASEAR'"T
CLE, STA 3.09
aZ: I' MAX DEPTH BELOW SHEET FIE: I
WAX DEPTH UNDER SHEET PILL 4*
REPORTED DH*NS$OkS AMC) EL VATIONS REFERENCED FROM 200 DAM RENOVATION
DAAWdGS_ 40 TOPOGRAPHIC INFORMATION WAS COLLECTED AS PART OF MS
OISPECTOY
ELEVATION
VT
W41�INIWT
12
_11A —0.,
— NEAA —T DAM T,,
STA 1+4& STA 2,%
AT SASE
VOID Low P" I HOOTING PER 2 WALL
— MEEN
11-0-
MECATIME PRESSURE (SUCT*04)
NDWF. E- V WL2' We LENGTH: S'
I—
IWAOM DYE POURED INTO HOLE,
0" LRA" MAX HEIGHT: 15*
E-W MAX DEPTH
APPROX. LANI OF UPSTREAM DAM
WSPE TOM
DYER HELD 84CK A 3' FROM CREST OF
MMERAL LOCAL" OF UPSTREAM STREAMBED
STA 3.10
DAM FOR SAFETY.
m WATER 0mvH,. S. (2-3- DCD-" NEAR PER 1)
IMACINO On OUTLET
On LEEO49D OUT OF
AR
— — — — — — — — — — —
�GOWXMIEAM 11.1T FACE OF DAM
CONCRETE OVER P" OBSERVED ON APRON AT
.All OF WALL THROX.H.1 LENGTH OF DAM
FACE STA
HEAR BASE OF KIT. DAM
j-'�
STA 21- STA 2.ftVOD
BETWEXXI DAM 'ACE AND APRON SURFACE DAMAGE W &.M OF
JE_.
INA� POURED CONCRETE APRON! WTH TIPICK O&SE K
LENOTH,. 2' / N-S MOTH: V / TN, 2* DAM FACE. 2* DIA. X V
AMPLITUDE 12' SEVEN. Y-S' DIA
IXA X 2* DEEP HOLE WE
ELESURFACE
TX)N CHANCES OSSERYED
—Mb
.......
STA 1+64-
STA 3.00
GENERAL LOCATION OF DOWNISTPEAM STA 1.49,
6' DIA HOLE IN APRON 0 REWTMENT LINE WTIII
k'00 UNDER POUREDPIER ENCASEMENT
cow
ST*EAUK CONCRETE APRON COHERED W1 1POSED REEK. ON
NEGATI WzSrW
E-W LENGTH. TV
R[W TWrNT APIFIR X, 3OFT DOW(SYRrAM APRON FROM KIT. DAM FACE.
UNABLE LO=.T*N1
HCAJ NEXT DAY TO
MAXMA DEPTH BELOW PM- S
VENT I DAM FACE, S. END OF APRON NOTC-w LENGTH: 4: 2 / DEPTH. V
ENCOUNTERED.
PLAN
PERFORM MACRXC
MAX DEPTH UNDER SHEET PIE: 4V
VIEW
CN-STE ENGRIEM MA14M MILER, 01. DIVE COMPANY, GREAT LAKES [XVING, f SKVAQE ladft
ow RIVERPOWER coMPAMY DAu/ccRAi.,XLLE 201u
mou&aw
INSPECTN)W OAT(Sk WAY 11-13. 2021 D1W 9JPERMSOO: VOM OCAM
I
kATX)kAL MANTORY NDIA01275
1 W
Stationing 4 — Findings From 2021 Report
Iowa City - Overflow Spillway Page B5
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
LOCATION MAP /ti\
NOT TO SCALE �j
REFERENCING
LIMITS OF SECTION CUT
SECTION IDENTIFIER
SECTION REFERENCES 1
(SHEET SECTION IS w2
LOCATED ON)
�- SECTION IDENTIFIER
\ SECTION: SECTION TITLE
co'
SECTION REFERENCES
(SHEET SECTION IS CALLED OUT)
DETAIL IDENTIFIER
1
2
DETAIL REFERENCES
(SHEET DETAIL IS
LOCATED ON)
DETAIL IDENTIFIER
1 DETAIL: DETAIL TITLE
co.
DETAIL REFERENCES
(SHEET DETAIL IS CALLED OUT)
PROJECT LOCATION
(JOHNSON COUNTY)
UTILITY CONTACTS.
IMON
Contact Name: Mellhew Kearney
C-In Phone 319-261-4640
Contact Email: rnatthew.keameyQlmon.net
MtlArneriwn Elecotc
Contact Na—: Wim Murat'
Contact Phone 319-341-4412
EmaI.. wirn.murrayQmidamen®n.com
MUAR-wan Gas
Cooled Name: Joseph Rotok
Contact Phone: 319341.4457
C-I Email: Joseph.Retek@rrlleamerfran.com
CITY OF IOWA CITY
FIRE, BUSINESS: 319-356-5260
POLICE, BUSINESS 319-3565276
'CALL 911 FOR ALL EMERGENCIES
PUBLIC WORKS/ENGINEERING: 319-356-5140
SEWER EMERGENCY CALL: 319-356-5177
WA ER EMERGENCY CALL: 319-356-5166
STREETS: 319-358.5181
TRAFFIC ENGINEERING: 319-3565192
ITS/FIBER: 319-35G5433
10WAM
ONE CALLS.
1 (800) 292 - 8989
PROJECT DATUM:
HORIZONTAL: STATE PLANE (NAD83), SOUTH, US FT
VERTICAL: NAVD 88
NOTES:
1. COMPLY WITH ALL APPLICABLE LOCAL. STATE, AND FEDERAL CODES, PERMITS, AND
REGULATIONS.
2. VERIFY ALL QUANTITIES, GRADES, AND DIMENSIONS
3. TOPOGRAPHIC INFORMATION BASED ON A COMBINATION OF LIDAR DERIVED DATA COLLECTED
BY THE UNITED STATES GEOLOGICAL SURVEY IN 2019, AND BATHYMETRY COLLECTED BY' HE
UNIVERSITY OF IOWA IN 2009. SURVEYS WERE PERFORMED WITH VERTICAL DATUM OF NAVDBB
(FEET).
4. FIELD -LOCATE ALL SITE UTILITIES (PRIVATE AND PUBLIC) PRIOR TO STARTING THE WORK ALL
UTILfT1ES SHOWN ON THE PLANS ARE MnROXIMATE. ANY UTILfT1EG DAMAGCD BY
CONTRACTOR SHALL BE REPAIRED TO THE SATISFACTION OF UTILITY OWNER AT
CONTRAC'OR'S COST.
IOWA CITY, IOWA
VICINITY MAP O
NOT TO SCALE
CITY OF IOWA CITY ENGINEERING DIVISION
APPROVED
/i4��
3 o�
CITY ENGINEER
DATE
IQZS Jtl 30
t°
INDEX OF SEALS
SHEET NO.
NAME
TYPE
G-01
TOR HANSEN
STRUCTURAL
G-02
NOAH HOFRIC14TER
CNR.
n'urr I hereby certify that this engineering document was prepared
by me or under my direct personal supervision and that I am a
duly licensed Professi Engineer under the lows of the State
.O of Iowa.
� TOR $.
�r HANSEN J i Data: 0625rz025
J 21913 : TOR HA SEN. P
License No. P2 913
My !enewal dote is December 31, 2026
Pages or sheets covered by this seal:
"rnnra+•`r 501
G05 Mu G07. CC! +txu C 07
ABBREVIATIONS AND SYMBOLS
APPR(< APRR 1111ATE
ASCE
AMERI1 AN SOCE1YOL NIL ENGINEERS
ASI1.1
: &IF. RI( AN SOOL tY FOR TESTING MID NATERIALS
CCNC
CONCRETE
EL
ELEVATION
DIG
CRA':11N0
ID
INS OF DIAMETER
�E
a.x
iN�=RT FI E'rnT-ON
elA meoM
GIIN
NAJD
'.IINII.IUS1
NORTH—ERIC- eERTI^_AL DATU-.I
NGVD
NATIONAL_ GEODETIC VERTICAL DATUM
rvc.
nC 1.
i�
rvur. dER
IN
n-11 11EV 1
Iu ae ue�wnn+eD
DRAWING INDEX
SHEET TITLE
G-01 ..... COVER SHEET
G-02 ..... QUANTITIES
C-03 ..... REFERENCE NOTES
G-04 ..... POLLUTION PREVENTION PLAN
G-05 ..... HYDROLOGY AND HYDRAULICS
C-06 ..... EXISTING CONDITIONS PLAN
G-07 ..... PROJECT LAYOUT PLAN
C-01 ..... SITE ACCESS AND STAGING PLAN
C-02 ..... WATER CONTROL PLAN
C-03 ..... DAM LAYOUT PLAN
C-04 ..... DAM REPAIR LOCATIONS PLAN
C-05 ..... DAM REPAIRS
C-06 ..... DAM REPAIRS
C-07 .... , DAM REPAIRS
C-10 ..... TYPICAL SECTIONS
C-11 ..... TRAIL REPAIR PLAN
TC-01 ..... TRAFFIC CONTROL
TC-02 ..... TRAFFIC CONTROL
B-
ISSUED FOR BIDDING
AND CONSTRUCTION
I--
PERMmiNG
nrn
AS SHOWN
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
r I rva.
°e10
ov3o2021
15521009.00
aID
CONSTRUCTION
s,.
6]i]'.
Origin
°'°�"
RLez
CITY OF IOWA CITY
IOWA CITY, IOWA
CLIENT PROJECT No.RECDRO
daeis"
Credeo
JKH2
IOWA CITY. IOWA
COVER SHEET
0
LB
AW
TSH
06'252025
ISSUED FOR BIDDING AND CONSTRUCTION
RELEASED
A
13
C
0
1
2
3
800 5r _4491
DevgeC
JAVl2
D'NG. NC. REV. No.
NO.
BY
CHK.
APP
DATE
REVISION DESCRIPTION
TO/FOR
DATE RELEASED
Aowrwe
TSH
G-01
0
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
REF.
NO.
ITEM CODE
BID ITEM DESCRIPTION
UNITS
QUANTITIES
]DOT BID ITEMS
1
2102-0425070
SPECIAL BACKFILL
TON
225
2
2123-7450020
SHOULDER FINISHING, EARTH
STA
8
3
2507-6800000
MATERIAL FOR FILTER BLANKET
TON
10
4
2519-3300700
FENCE, TEMPORARY
LF
2540
5
2599-9999003
SPILLWAY VOID FILL
CY
50
6
2599-9999005
INSPECTION HOLES
EA
13
7
2599-9999010
PRE -CONSTRUCTION SURVEY
LS
1
8
2599-9999010
WATER CONTROL
LS
1
9
2599-9999010
LEFT ABUTMENT VOID REPAIR
LS
1
10
2599-9999010
MUSSEL SURVEY
LS
1
11
2599-9999014
SHALLOW CONCRETE REPAIR (DEPTHS: 0" TO 3")
SF
15
12
2599-9999014
SHALLOW TO MODERATE CONCRETE REPAIR WITH REBAR (DEPTHS: 3" TO 20")
SF
115
13
2599-9999022
UNDERMINING REPAIRS (PIER 1 & LEFT ABUTMENT)
CIF
237
14
2602-0000212
FLOATING SILT CURTAIN (HANGING)
LF
400
15
2602-0000222
FLOATING SILT CURTAIN (CONTAINMENT)
LF
400
16
2602-0000230
CLEAN OUT OF FLOATING SILT CURTAIN (CONTAINMENT)
LF
400
17
2602-0000240
MAINTENANCE OF FLOATING SILT CURTAIN
LF
400
SUDAS BID ITEMS
2010-1-D-1
TOPSOIL, ON -SITE
CY
140
F19
7030-A-2
REMOVAL OF SHARED USE PATH
SY
500
7030-C
SHARED USE PATH, HMA, 6 IN
SY
500
21
8030-A
TEMPORARY TRAFFIC CONTROL
LS
1
22
9010-A-1
CONVENTIONAL SEEDING, SEEDING, FERTILIZING, AND MULCHING, TYPE 4
AC
0.2
23
9040-A-2
SWPPP MANAGEMENT
LS
1
24
9040-F-1
WATTLE, PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 9 IN DIA
LF
2510
25
9040-F-2
WATTLE, REMOVAL
LF
2510
26
9040-J
RIP RAP, CLASS B
TON
30
27
9040-0-1
TRACK OUT CONTROL
SY
115
28
9040-Y
EROSION CONTROL MOBILIZATION
EA
3
29
11,020-A
MOBILIZATION
LS
1
STANDARD ROAD PLANS
The following Standard Road Plans apply to construction work on this project.
IDOT STANDARD ROAD PLANS
Number
Date
Title
EC-202
10-21-14
Floating Silt Curtain
EW-401
10-20-15
Temporary Stream Crossing
TC-1
10-15-19
Work Not Affecting Traffic (Two -Lane or Multi -Lane)
TC-252
04-21-20
Routes Closed to Traffic
SUDAS STANDARD SPECIFICATION FIGURES
NUMBER
EDITION
TITLE
9040.105
2025 EDITION
WATTLE
9040.120
2025 EDITION
STABILIZED CONSTRUCTION EXIT
BID ITEM TECHNICAL SPECIFICATIONS SHALL FOLLOW THE CORRESPONDING REQUIREMENTS OF
EITHER THE IOWA DEPARTMENT OF TRANSPORTATION OR SUDAS SPECIFICATIONS AS CLASSIFIED
IN THE LIST ON THIS SHEET.
BID ITEMS REFERENCING IOWA DEPARTMENT OF TRANSPORTATION SHALL MEET THE
REQUIREMENTS AND COVENANTS OF THE IOWA DEPARTMENT OF TRANSPORTATION "STANDARD
SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION," SERIES 2023 WITH REVISIONS
PUBLISHED AT THE TIME OF BIDDING!
BID ITEM REFERENCING SUDAS SHALL FOLLOW THE SUDAS STANDARD SPECIFICATIONS AS NOTED
WITHIN THE PROJECT MANUAL REQUIREMENTS.
""x VESSIO
?
chi : NOAH m
= HOFRICHTER = _
24665 -
I HEREBY CERTIFY THAT THIS ENGINEERING DOCUMENT WAS PREPARED
BY ME OR UNDER MY DIRECT PERSONAL SUPERVISION AND
THAT I AM A DULY LICENSED PROFESSIONAL ENGINEER UNDER THE
LAWS OF THE STATE OF IOWA
FOR ORIGIN DESIGN CO.
#ice, 1
6/12
NOAH HOFRICHTER
DATE
PE 24665
12/31/2025
LICENSE #
RENEWAL DATE
PAGES OR SHEETS COVERED BY THIS CERTIFICATION:
G-02, G-03, G-04, C-10, C-11, TC-Ot, TC-02
C
i]D ,
o
a�
s
0
z
•- o
z
N
Y
0
3
origindesign.com
800 556-4491
r.iant Dleme ---
CITY OF IOWA CITY
Project Name
IOWA RIVER
POWERHOUSE
DAM REPAIR
PROJECT
IOWA CITY
Sheet Title
QUANTITIES
AND TABLES
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
DATA BELOW IS FOR INFORMATION ONLY AND DOES NOT CONSTITUTE A BASIS FOR EXTRA WORK ORDER REQUESTS
REF.
NO.
DESCRIPTION
TiD ITEM DESCRIPTION
FOR USE UNDER TRAIL PAVING, AS APPROVED BY THE OWNER. ALLWORK NECESSARY TO EXCAVATE AND CORE OUT ANY OF THE EXISTING SUBGRADE THAT IS DEEMED UNSUITABLE BY THE OWNER TO ALLOW PLACEMENT OF THE SPECIAL BACKFILLSHALL
1
BE CONSIDERED INCIDENTALTO THIS ITEM. DISPOSAL OF ANY EXCAVATED UNSUITABLE MATERIAL SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR.
SPECIAL BACKFILL
2
BID ITEM IS INCLUDED FOR THE EFFORTS NECESSARY TO PUCE, COMPACT, AND FINISH TOPSOIL AT THE EDGE OF THE TRAIL, AS SHOWN ON THE TYPICAL SECTIONS. ASSUMES SALVAGED TOPSOIL CAN BE USED ADJACENT TO THE NEW TRAIL PAVEMENT,
INCLUDES THE SPREADING THE SALVAGED TOPSOIL A MINIMUM OF V DEPTH.
SHOULDER FINISHNG, EARTH
3
BASIS OF PAYMENT INCLUDES ALL WORK, MATERIALS, EQUIPMENT, TOOLS AND LABOR FOR INSTALLING FILTER BLANKET MATERIAL ON THE DOWNSTREAM SIDE OF THE LEFT ABUTMENT. REFER TO DRAWINGS FOR ADDITIONAL REQUIREMENTS METHOD OF
MEASUREMENT WILL BE BY THE TON (ROUNDED TO THE NEAREST TON) BASED ON LOAD TICKETS OF MATERIAL DELIVERED AND PLACED ON SITE.
MATERIAL FOR FILTER BLANKET
FURNISH AND INSTALL A SAFETY FENCE MEETING THE REQUIREMENTS OF ARTICLE 4188.03 A MINIMUM OF 4TTALL AT ANY HAZARDS. TO BE INSTALLED AROUND THE WORK AREA AND STAGING AREAS. LEAVE SAFETY FENCE IN PLACE UNTIL NO HAZARDS
4
ARE PRESENT. THE FENCING REMAINS THE PROPERTY OF THE CONTRACTOR. METHOD OF MEASUREMENT SHALL BE TOTAL LINEAR FEET AS INSTALLED AROUND THE WORK AREA AND MEASURED BY THE OWNER. MOVING THE FENCE TO ANEW LAYOUT AS
REQUIRED FOR CONSTRUCTION OPERATIONS SHALL BE MEASURED WHEN REPOSITIONED PROVIDED IT WAS PART OF THE APPROVED TRAFFIC CONTROL PLAN. BASIS OF PAYMENT SHALL INCLUDE ALL LABOR, MATERIALS, AND EQUIPMENT FOR
FENCE, TEMPORARY
INSTALLATION, MAINTENANCE, AND REMOVAL OF THE FENCE, INCLUDING ANY SUPPORTS NECESSARY TO PREVENT THE FENCE FROM BLOWING OVER OR BEING KNOCKED OVER
BASIS OF PAYMENT INCLUDES ALL WORK, MATERIALS, EQUIPMENT, TOOLS AND LABOR TO FURNISH AND INSTALL SPILLWAY VOID FILL MATERIAL INCLUDES DELIVERY, PLACEMENT, QUALITY CONTROL TESTING AND ALL ASSOCIATED CLEANUP INCLUDING
5
DEVELOPMENT AND MAINTENANCE OF CONCRETE WASHOUT LOCATIONS. REFER TO DRAWINGS AND SUPPLEMENTAL TECHNICAL SPECIFICATIONS FOR ADDITIONAL REQUIREMENTS. METHOD OF MEASUREMENT WILL BE BY THE CUBIC YARD (MEASURED TO
SPILLWAY VOID FILL
THE NEAREST CUBIC YARD) BASED ON REDI#IIX BATCH TICKETS OF MATERIAL DELIVERED AND PLACED WITHIN THE SPILLWAY.
6
BASIS OF PAYMENT INCLUDES ALL WORK, MATERIALS, EQUIPMENT, TOOLS AND LABOR TO INSTALL INSPECTION HOLES. INCLUDES INSTALLATION, PROTECTION OF EXISTING REINFORCEMENT, PATCHING THE INSPECTION HOLE AND ASSOCIATED MECHANICAL
ANCHORAGE REQUIRED REFER TO DRAWINGS AND SUPPLEMENTAL TECHNICAL SPECIFICATIONS FOR ADDITIONAL REQUIREMENTS. METHOD OF MEASUREMENT WILL BE BY THE EACH BASED ON THE NUMBER OF INSPECTION HOLES INSTALLED,
INSPECTION HOLES
BASIS OF PAYMENT INCLUDES ALL WORK, MATERIALS, EQUIPMENT, TOOLS AND LABOR TO COMPLETE PRE -CONSTRUCTION AND POST -CONSTRUCTION SURVEY OF FOSTER ROAD. INCLUDES DOCUMENTING WITH PHOTOGRAPHY OR VIDEO THE CONDITION OF
7
FOSTER ROAD PRIOR TO MOBILIZATION AND AFTER DE -MOBILIZATION. THE CONTRACTOR SHALL PROVIDE THE CITY A MEMO FOR DOCUMENTATION THAT SUMMARZES DEFECTS OBSERVED AT EACH EVENT. REFER TO DRAWINGS (INCLUDING SHEET C-01 SITE
PRE -CONSTRUCTION SURVEY
ACCESS AND STAGING PUN) FOR ADDITIONAL REQUIREMENTS. METHOD OF MEASUREMENT WILL BE BY THE LUMP SUM BASIS.
BASIS OF PAYMENT INCLUDES ALL WORK, MATERIALS, EQUIPMENT, TOOLS AND LABOR TO FURNISH AND INSTALL WATER CONTROL. INCLUDES DEVELOPMENT OF WATER CONTROL PUN, DESIGNING WATER CONTROL COMPONENTS, INSTALLING,
8
MAINTAINING, AND OPERATING THE SYSTEM THROUGHOUT CONSTRUCTION INCLUDING ANY COFFERDAMS, DIVERSION CHANNELS, PUMP SYSTEMS, SIPHONS, OR OTHER NECESSARY ITEMS FOR DEWATERING THE SITE TO FACILITATE CONSTRUCTION UNDER
WATER CONTROL
DRY CONDITIONS. METHOD OF MEASUREMENT WILL BE BY THE LUMP SUM BASIS.
BASIS Of PAYMENT INCLUDES ALL WORK, MATERIALS, EQUIPMENT, TOOLS AND LABOR TO FURNISH AND INSTALL, AND PERFORM LEFT ABUTMENT VOID REPAIR INCLUDES SURFACE PREPARATION, FORMWORK, MATERIAL PLACEMENT, CURING, QUALITY
9
CONTROL TESTING AND ALL ASSOCIATED CLEANUP INCLUDING DEVELOPMENT AND MAINTENANCE OF CONCRETE WASHOUT LOCATIONS. REFER TO DRAWINGS AND SUPPLEMENTAL TECHNICAL SPECIFICATIONS FOR ADDITIONAL REQUIREMENTS. METHOD OF
LEFT ABUTMENT VOID REPAIR
MEASUREMENT WILL BE BY THE LUMP SUM BASIS.
THE AMOUNT OF DISTURBANCE IN THE RIVER IS DEPENDENT ON THE PROPOSED CONTRACTOR WATER CONTROL PLAN TO BE SUBMITTED TO THE OWNER PER THE NOTES ON SHEET C-02. TO COMPLY WITH A CONDITION OF THE IOWA DNR PERMIT,
CONTRACTOR SHALL COMPLETE COORDINATION WITH THE IOWA DNR TO DETERMINE IF THE PROPOSED OPERATIONS WILL IMPACT SUITABLE MUSSEL HABITAT AND THEREFORE REQUIRE A MUSSEL SURVEY. AFTER REVIEW OF THE WATER CONTROL PLAN BY
THE OWNER, SUBMIT ANY DETAILS OF THE PROPOSED WORK THAT INCLUDES IN -WATER DISTURBANCE TO THE IOWA DNR AREA FISHERIES BIOLOGIST FOR THE DNRS REVIEW. INITIAL COORDINATION WITH THE IOWA DNR SHALL BE CONSIDERED INCIDENTAL
TO MOBILIZATION.
10
IF REQUIRED BY DNR, COMPLETE A MUSSEL SURVEY AND REPORT WHICH SHALL BE SUBMITTED TO THE IOWA DNR PRIOR TO CONSTRUCTION. THE SURVEY SWILL BE CONDUCTED BY A QUALIFIED MALACOLOGIST A MAXIMUM OF 90 DAYS PRIOR TO
MUSSEL SURVEY
CONSTRUCTION UNLESS OTHERWISE APPROVED. THE CONTRACTOR SHALL CONSULT WITH THE IOWA DNR TWO WEEKS PRIOR TO THE MUSSEL SURVEY TO COORDINATE AVOIDANCE, MINIMIZATION, AND MITIGATION MEASURE REQUIREMENTS, AND SHALL
ADHERE TO ALL SURVEY GUIDELINES REQUIRED BY THE IOWA DNR AND OTHER APPLICABLE AGENCIES. A REPORT SHALL BE PROVIDED TO THE OWNER AND IOWA DNR WITHIN 30 DAYS. METHOD Of MEASUREMENT AND BASIS OF PAYMENT SHALL BE BY THE
LUMP SUM AND SHALL BE FULL COMPENSATION FOR ALL EFFORTS WORK, MATERIALS, EQUIPMENT, AND LABOR TO PERFORM MUSSEL SURVEY AND REPORTING. THIS ITEM WILL ONLY BE MEASURED IF THE IOWA DNR REQUESTS MUSSEL SURVEY BE
COMPLETED.
BASIS OF PAYMENT INCLUDES ALL WORK, MATERIALS, EQUIPMENT, TOOLS AND LABOR TO FURNISH AND INSTALL, AND PERFORM SHALLOW CONCRETE REPAIR INCLUDES SURFACE PREPARATION, FORMWORK, MATERIAL PLACEMENT, CURING, QUAUTY
11
CONTROL TESTING AND ALL ASSOCIATED CLEANUP INCLUDING DEVELOPMENT AND MAINTENANCE OF CONCRETE WASHOUT LOCATIONS. REFER TO DRAWINGS AND SUPPLEMENTAL TECHNICAL SPECIFICATIONS FOR ADDITIONAL REQUIREMENTS. METHOD OF
SHALLOW CONCRETE REPAIR (DEPTHS: 0' TO T)
MEASUREMENT WILL BE BY THE SQUARE FOOT (MEASURED TO THE NEAREST SQUARE FOOT) BASED ON ON -SITE MEASUREMENTS BY THE CONTRACTOR OF THE REPAIR AREA.
BASIS OF PAYMENT INCLUDES ALL WORK, MATERIALS, EQUIPMENT, TOOLS AND LABOR TO FURNISH AND INSTALL, AND PERFORM SHALLOW TO MODERATE CONCRETE REPAIR INCLUDES SURFACE PREPARATION, FORMWORK, MATERIAL PLACEMENT, CURING,
12
QUALITY CONTROL TESTING AND ALL ASSOCIATED CLEANUP INCLUDING DEVELOPMENT AND MAINTENANCE OF CONCRETE WASHOUT LOCATIONS. REFER TO DRAWINGS AND SUPPLEMENTAL TECHNICAL SPECIFICATIONS FOR ADDITIONAL REQUIREMENTS
SHALLOW TO MODERATE CONCRETE REPAIR WITH REBAR
METHOD OF MEASUREMENT WILL BE BY THE SQUARE FOOT (MEASURED TO THE NEAREST SQUARE FOOT)BASED ON ON -SITE MEASUREMENTS BY THE CONTRACTOR OF THE REPAIR AREA.
(DEPTHS:3'T020�
BASIS OF PAYMENT INCLUDES ALL WORK, MATERIALS, EQUIPMENT, TOOLS AND LABOR TO FURNISH AND INSTALL, AND PERFORM UNDERMINNING REPAIR INCLUDES, FORMWORK, MATERIAL PLACEMENT, QUALITY CONTROL TESTING AND ALLASSOCIATED
13
CLEANUP INCLUDING DEVELOPMENT AND MAINTENANCE OF CONCRETE WASHOUT LOCATIONS. REFER TO DRAWINGS AND SUPPLEMENTAL TECHNICAL SPECIFICATIONS FOR ADDITIONAL REQUIREMENTS. METHOD OF MEASUREMENT WILL BE BY THE CUBIC
UNDERMINING REPAIRS (PIER 18 LEFT ABUTMENT)
FEET (MEASURED TO THE NEAREST CUBIC FOOT) BASED ON REDI•M[X BATCH TICKETS OF MATERIAL DELIVERED AND PLACED.
14
SEE IOWA DOT DEVELOPMENTAL SPECIFICATIONS FOR FLOATING SILT CURTAIN DS-23011
FLOATING SILT CURTAIN (WINGING)
15
SEE IOWA DOT DEVELOPMENTAL SPECIFICATIONS FOR FLOATING SILT CURTAIN DS-23011
FLOATING SILT CURTAIN (CONTAINMENT)
16
SEE IOWA DOT DEVELOPMENTAL SPECIRCATIONS FOR FLOATING SILT CURTAIN DS•23MI
CLEAN OUT OF FLOATING SILT CURTAIN CONTAINME
17
SEE IOWA DOT DEVELOPMENTAL SPECIFICATIONS FOR FLOATING SILT CURTAIN DS-23011
MAINTENANCE OF FLOATING SILT CURTAIN
INCLUDES OTHER RESTORATION ALONG THE TRAIL BEYOND THE TRAIL SHOULDER WHERE CONSTRUCTION OPERATIONS DISTURBED THE TOPSOIL QUANTITY CALCULATED IS BASED ON A 61NCH THICKNESS AND THE AREA WHERE TOPSOIL IS TO BE PLACED
18
ALONG THE TRAIL (ASSUMING A WIDTH OF 3 ON EACH SIDE OF THE TRAIL) DISTURBED AREAS OUTSIDE OF THE TRAIL SHOULDER AND WITHIN THE AREAS ALLOWED AS CONSTRUCTION LIMITS SHALL BE RESTORED ADEQUATELY TO ALLOW SEEDING AND ARE
TOPSOIL, ONSITE
NOT INCLUDED IN THE PAY AREA FOR THIS ITEM, UNLESS OTHERWISE APPROVED BY THE OWNER.
19
FOR REMOVAL OF TRAIL PAVEMENT. CONTRACTOR IS RESPONSIBLE FOR PAVEMENT DISPOSAL OFFSITE SEE NOTES ON SHEET TC-01 REFERENCING THE REQUIREMENTS AROUND TIMING FOR REMOVAL OF TRAIL
REMOVAL OF SHARED USE PATH
20
USE PG 58.28S BINDER. IF ENTIRE WIDTH FINISHED WIDTH IS NOT PLACED CONTINUOUSLY, ASPHALT SHALL BE PLACED SUCH THAT THE CENTER JOINT HAS NO SEPARATION.
SHARED USE PATH, HMA, 61N
21
SEE SHEETS TG1 AND TC-2. THIS ITEM INCLUDES PROVIDING SAFETY CLOSURES TO PREVENT PEDESTRIAN ACCESS BASED ON STAGING. CLOSURES SHALL CONSISTING OF SAFETY FENCE AND A MWL CLOSED' SIGN ON A TYPE III BARRICADE FOR THE SPUR
TRAILAND WHEN THE PRIMARY TRAIL USED FOR ACCESS IS CLOSED FOR REPAIRS.
TEMPORARY TRAFFIC CONTROL
22
USE SUDAS TYPE 4 (URBAN TEMPORARY EROSION CONTROL MIXTURE) OWNER WILL PERFORM PERMANENT SEEDING.
CONVENTIONAL SEEDING, SEEDING, FERTILIZING, AND
MULCHING, TYPE 4
23
PER SODAS. REFER TO POLLUTION PREVENTION PLAN ON SHEET G-04. OWNER WILL FILE THE FINAL NOTICE OF DISCONTINUATION FOR THIS PROW.
SWPPP MANAGEMENT
24
INSTALLAT LOCATIONS BASED ON CONTRACTOR OPERATIONS, AS NEEDED TO PREVENT SEDIMENT ALONG THE TRAIL OR ACCESS ROAD FROM ENTERING THE IOWA RIVER OR LEAVING THE SITE
WATTLE, PERIMETER AND SLOPE SEDIMENT CONTROL
DEVICE, 91N DIA
25
OWNER MAY ELECT TO REMOVE SOME DEVICES REMAINING AT THE COMPLETION OF THE PROJECT.
WATTLE, REMOVAL
26
BASIS OF PAYMENT INCLUDES ALL WORK, MATERIALS, EQUIPMENT, TOOLS AND LABOR FOR INSTALLING REVETMENT, CLASS B MATERIAL ON THE DOWNSTREAM SIDE OF THE LEFT ABUTMENT, REFER TO DRAWINGS FOR ADDITIONAL REQUIREMENTS METHOD
OF MEASUREMENT WILL BE BY THE TON (ROUNDED TO THE NEAREST TON) BASED ON LOAD TICKETS OF MATERIAL DELIVERED AND PLACED ON SITE.
RIP RAP, CUSS B
27 ILOCATION
BASED ON CONTRACTOR'S CONSTRUCTION OPERATIONS. LOCATION TO BE APPROVED BY THE OWNER.
TRACT( OUT CONTROL
28
SEE IOWA CITY SUPPLEMENTAL SPECIFICATIONS FOR REQUIREMENTS FOR THIS ITEM,
EROSION CONTROL MOBILIZATION
THIS LUMP SUM PRICE SHALL BE PAYMENT IN FULL FOR THE COSTS OF ALL SUPERVISION, LABOR, MATERIALS, EQUIPMENT, PROFIT AND OVERHEAD, AND PERFORMING ALL OPERATIONS AS ARE NECESSARY FOR MOBILIZATION 8 DEMOBIUZATION, ALL
COMPLETE AS SPECIFIED. THIS ITEM SHALL INCLUDE CONTRACTOR'S PREMIUM FOR PERFORMANCE AND PAYMENT BONDS AND ANY SPECIAL INSURANCE OBTAINED FOR THIS PROJECT; PROVIDING AND MAINTAINING CONTRACTOR'S FACILITIES; PROVIDING
AND MAINTAINING LAYDOWN AND ACCESS AREAS; PROVIDING WORK AREA SECURITY AND SITE SAFETY; PROVIDING ALL ELECTRICAL, WATER, INTERNET. AND TELEPHONE SERVICES REQUIRED OR NEEDED BY CONTRACTOR TO PERFORM THE WORK;
29
EQUIPMENT MOBIUZATION AND DEMOBILIZATION; REMOVAL AND DISPOSAL OF CONSTRUCTION DEBRIS, REMOVAL OF CONSTRUCTION EQUIPMENT, REMOVAL OF CONSTRUCTION MATERIALS, AND REMOVAL OF TEMPORARY UTILITIES; SITE CLEANUP DURING
MOBILIZATION
THE EXECUTION OF THE WORK; PREPARING AND TRANSMITTING THE REQUIRED SUBMITTALS; INITIAL COORDINATION WITH IOWA DNR TO DETERMINE WHETHER A L1USS(1 SURVEY IS REQUIRED; OBTAINING ALL PERMITS REQUIRED OF CONTRACTOR
IDENTIFYING AND LOCATING UTILITIES AS NECESSARY FOR THE WORK; AND ALL INCIDENTALS AND OTHER ITEMS NOT SPECIFICALLY PAID FOR BUT INCLUDED IN THE TOTAL SCOPE OF THE WORK. CONTRACTORS SWILL HAVE AN ACTIVE SUBSCRIPTION TO
DOC EXPRESS FOR THE PURPOSE OF SUBMITTING SHOP DRAWINGS, CHANGE ORDERS AND PAY ESTIMATES.
C
y
d
0
origindesign.com
800 556-4491
Client Name
CITY OF IOWA CITY
rrotecc rvame
IOWA RIVER
POWERHOUSE
DAM REPAIR
PROJECT
-----yu—
IOWA CITY
o
0
O o
U
ya
O N
Z m V
0 `o
V i LL
0
z mm
z _ N
z
S
fl
m =p
C40 C N
LL
W na M
> ; m
,nazi
6 m
.y
m m f Eg
Sao_,.
Sheet Title
REFERENCE
NOTES
G-03
F-SITE DESCRIPTION
1. THIS STORM WATER POLLUTION PREVENTION PLAN (SWPPP) IS FOR
CONSTRUCTION ACTIVITIES ASSOCIATED WITH THE CONSTRUCTION OF THE
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT, INCLUDING DAM REPAIR
ACTIVITIES, EXCAVATION AND GRADING, GRADING FOR TRAIL, AND
PREPARATION FOR SEEDING, LOCATED IN SE 1/4, SEC. 5 & SW 1/4, SEC 4, T79N,
R06W, JOHNSON COUNTY, IOWA
2. THIS SWPPP COVERS AN ESTIMATED 20 ACRES WITH AN ESTIMATED 2 ACRES
BEING DISTURBED.
3. THE SWPPP IS LOCATED PRIMARILY IN THE FAYETTE (B) SOIL SERIES. THE
ESTIMATED RUNOFF COEFFICIENT (C) FOR THE SITE AFTER COMPLETION WILL
BE 0.28.
4. REFER TO THE PROJECT PLAN SHEETS FOR FOR SITE MAPS SHOWING
CONTOURS THAT INDICATE DRAINAGE PATTERNS AS WELL AS THE LOCATION
OF WATERWAYS AND SENSITIVE OR PROTECTED AREAS. TABULATIONS OF
QUANTITIES AND REFERENCE NOTES IN THE PLANS PROVIDE DETAILS OF
PROPOSED MAJOR STRUCTURAL AND NONSTRUCTURAL CONTROLS.
5. RUNOFF FROM THIS SITE WILL BE DISCHARGED TO THE IOWA RIVER.
CONTROLS
1. PRIOR TO BEGINNING GRADING, EXCAVATION OR CLEARING AND GRUBBING
OPERATIONS, WATTLES OR OTHER PERIMETER CONTROL SHALL BE PLACED
ALONG THE PERIMETER OF ALL AREAS TO BE DISTURBED AT ANY LOCATION
WHERE RUNOFF CAN MOVE OFFSITE. A FLOATING SILT CURTAIN SHOULD BE
INSTALLED FOR IN -WATER DISTURBANCE BASED ON CONTRACTOR
OPERATIONS.
2. VEGETATION IN AREAS NOT INCLUDED IN THE CONSTRUCTION AREA SHALL
BE PRESERVED.
3. AS AREAS REACH THEIR FINAL GRADE, THE LOCATION OF EROSION
CONTROLS MAY NEED TO BE CHANGED OR ADDITIONAL CONTROLS MAY
NEED TO BE PLACED.
4. OFFSITE VEHICLE TRACKING OF SEDIMENTS SHALL BE MINIMIZED.
ROADWAYS ADJACENT TO THE PROJECT SITE SHALL BE CLEANED OF
SEDIMENT DAILY.
5. STABILIZATION PRACTICES, INCLUDING TEMPORARY OR PERMANENT
SEEDING AND/OR MULCHING SHALL BE INITIATED IMMEDIATELY ON ALL
DISTURBED AREAS IF CONSTRUCTION ACTIVITY WILL NOT RESUME IN
THOSE AREAS WITHIN 14-DAYS.
6. CONTRACTOR DISPOSAL OF UNUSED CONSTRUCTION MATERIALS AND
CONSTRUCTION MATERIAL WASTES SHALL COMPLY WITH APPLICABLE
STATE AND LOCAL WASTE DISPOSAL, SANITARY SEWER OR SEPTIC SYSTEM
REGULATIONS.
7. STOCKPILE AREAS WHICH REMAIN FOR MORE THAN 7 DAYS SHALL BE
SEEDED, MULCHED AND ENCLOSED BY WATTLES OR SILT FENCE.
8. DUST CONTROL MEASURES SHALL BE EMPLOYED IF DUST IS CREATED AND
THERE IS POTENTIAL FOR AIR AND/OR WATER POLLUTION FROM DUST
TRANSPORTED BY WINDS. DUST CONTROL MEASURES SUCH AS
SPRINKLING/IRRIGATION, MULCHING, OR OTHER APPROPRIATE MEASURES
SHALL BE EMPLOYED AS NECESSARY.
9. THE CONTRACTOR SHALL PLACE ANY OTHER CONTROLS CONSISTENT WITH
CURRENT BMP'S AS DEEMED NECESSARY TO CONTROL RUNOFF FROM
EXPOSED SITES.
10. THE WORK WILL BE COMPLETED WITH THE ESTABLISHMENT OF PERMANENT
PERENNIAL VEGETATION WITH A DENSITY OF 70% OR EQUIVALENT
STABILIZATION MEASURES ON ALL DISTURBED AREAS.
11. CONTRACTOR MAY LOCATE A PORTABLE REST ROOM FACILITY ONSITE IN A
LOCATION WHERE CONTACT WITH STORM WATER DISCHARGE IS MINIMIZED.
WASTES SHALL BE COLLECTED AND DISPOSED OF IN COMPLIANCE WITH
LOCAL AND STATE REGULATIONS.
12. CONCRETE RESIDUALS AND WASHOUT WASTE: WASTE SHALL NOT BE
DISCHARGED TO A SURFACE WATER AND IS NOT ALLOWED ADVERSELY
AFFECT A WATER OF THE STATE. DESIGNATE TEMPORARY CONCRETE
WASHOUT FACILITIES FOR RINSING OUT CONCRETE TRUCKS. PROVIDE
DIRECTIONS TO TRUCK DRIVERS OF WHERE CONCRETE WASHOUT
FACILITIES ARE LOCATION. CARE SHOULD BE TAKEN TO ENSURE THESE
FACILITIES DO NOT OVERFLOW DURING STORM EVENTS.
MAINTENANCE
1. THE CONTRACTOR IS REQUIRED TO MAINTAIN ALL TEMPORARY EROSION
CONTROL MEASURES IN PROPER WORKING ORDER, INCLUDING CLEANING,
REPAIRING OR REPLACING THEM THROUGHOUT THE CONTRACT PERIOD.
CLEANING OF SILT CONTROL DEVICES SHALL BEGIN WHEN THE FEATURES
HAVE LOST 50% OF THEIR CAPACITY OR WHEN THE SEDIMENT LEVEL
REACHES 1/3 OF THE BARRIER HEIGHT.
INSPECTIONS
1. QUALIFIED PERSONNEL (PROVIDED BY THE CONTRACTOR) SHALL INSPECT
DISTURBED AREAS OF THE CONSTRUCTION SITE THAT HAVE NOT BEEN
STABILIZED WITH A PERENNIAL, VEGETATIVE COVER OF SUFFICIENT
DENSITY TO PRECLUDE EROSION AT LEAST ONCE EVERY SEVEN CALENDAR
DAYS.
2. DISTURBED AREAS AND AREAS USED FOR STORAGE OF MATERIALS SHALL
BE INSPECTED FOR EVIDENCE OF POLLUTANTS ENTERING THE DRAINAGE
SYSTEM. EROSION AND SEDIMENT CONTROL MEASURES SHALL BE
OBSERVED TO ENSURE THAT THEY ARE OPERATING PROPERLY. LOCATIONS
WHERE VEHICLES ENTER OR EXIT THE SITE SHALL BE INSPECTED FOR
OFFSITE SEDIMENT TRACKING. DISCHARGE LOCATIONS SHALL BE
INSPECTED TO ASCERTAIN WHETHER EROSION CONTROL MEASURES ARE
EFFECTIVE IN PREVENTING SIGNIFICANT IMPACTS TO RECEIVING WATERS.
3. THE CONTRACTOR SHALL IMMEDIATELY BEGIN CORRECTIVE ACTION ON ALL
DEFICIENCIES FOUND.
4. THIS INSPECTION MAY REQUIRE REVISIONS TO THE DESCRIPTION OF
POTENTIAL POLLUTANT SOURCES AND POLLUTION PREVENTION MEASURES
IDENTIFIED IN THE PLAN. THE CONTRACTOR SHALL IMPLEMENT ALL
REVISIONS TO THE PLAN DEEMED NECESSARY AND COMPLETE SUCH
CHANGES TO THE PLAN WITHIN 7 CALENDAR DAYS OF THE INSPECTION.
5. A WRITTEN REPORT SUMMARIZING THE SCOPE OF THE INSPECTION, THE
NAMES AND QUALIFICATIONS OF THE INSPECTORS, THE DATE, AND THE
OBSERVATIONS MADE AND ACTIONS TAKEN SHALL BE MADE AND RETAINED
AS PART OF THE SWPPP. THE REPORT SHALL BE SIGNED IN ACCORDANCE
WITH PART VI.G OF THE PERMIT. THE OWNER WILL PROVIDE THE
CONTRACTOR WITH A LINK TO ACCESS THE OWNER'S PLATFORM FOR
DOCUMENTING SWPPP REPORTS.
CERTIFICATION
1. CONTRACTOR SHALL SIGN THE STANDARD CITY SWPPP "CONTRACTOR
CERTIFICATION AGREEMENT" FORM AND SHALL HAVE ANY
SUBCONTRACTORS SIGN THE CORRESPONDING SUBCONTRACTOR
CERTIFICATION FORM AS CO-PERMITEES IN ACCORDANCE WITH THE
REQUIREMENTS OF THE NPDES GENERAL PERMIT NO. 2 AND BE RETAINED
AT THE CONSTRUCTION SITE FROM THE DATE CONSTRUCTION ACTIVITIES
BEGIN TO THE DATE OF FINAL STABILIZATION.
2. ALL CONTRACTORS AND SUBCONTRACTORS WHOSE WORK IS A SOURCE OF
POTENTIAL POLLUTION AS DEFINED IN THIS SWPPP MUST SIGN THE
CERTIFICATION STATEMENT.
SOIL COMPACTION/TOPSOIL PRESERVATION
THE PERMITTEE(S) SHALL MINIMIZE SOIL COMPACTION AND, UNLESS INFEASIBLE, PRESERVE
TOPSOIL. "INFEASIBLE" SHALL MEAN NOT TECHNOLOGICALLY POSSIBLE, OR NOT ECONOMICALLY
PRACTICABLE AND ACHIEVABLE IN LIGHT OF THE BEST INDUSTRY PRACTICES. "UNLESS
INFEASIBLE, PRESERVE TOPSOIL" SHALL MEAN THAT, UNLESS INFEASIBLE, TOPSOIL FROM ANY
AREAS OF THE SITE WHERE THE SURFACE OF THE GROUND FOR THE PERMITTED
CONSTRUCTION ACTIVITIES IS DISTURBED SHALL REMAIN WITHIN THE AREA COVERED BY THE
APPLICABLE GENERAL PERMIT NO. 2 AUTHORIZATION. MINIMIZING SOIL COMPACTION IS NOT
REQUIRED WHERE THE INTENDED FUNCTION OF A SPECIFIC AREA OF THE SITE DICTATES THAT IT
BE COMPACTED. PRESERVING TOPSOIL IS NOT REQUIRED WHERE THE INTENDED FUNCTION OF A
SPECIFIC AREA OF THE SITE DICTATES THAT TOPSOIL BE DISTURBED OR REMOVED. SEE PART
V.D.2.A.(2).(C) OF THE PERMIT FOR COMPLETE REQUIREMENTS.
KEEPING PLANS CURRENT
THIS SWPPP WAS PREPARED PRIOR TO THE COMMENCEMENT OF SOIL DISTURBING ACTIVITIES.
CONTRACTOR SHALL AMEND THE PLAN WHENEVER THERE IS A CHANGE IN DESIGN,
CONSTRUCTION, OPERATION, OR MAINTENANCE, WHICH HAS A SIGNIFICANT EFFECT ON THE
POTENTIAL FOR THE DISCHARGE OF POLLUTANTS TO THE WATERS OF THE UNITED STATES AND
WHICH HAS NOT BEEN ADDRESSED IN THE PLAN OR IF THE SWPPP PROVES TO BE INEFFECTIVE.
SEE PART IV.0 OF THE PERMIT FOR COMPLETE REQUIREMENTS REGARDING UPDATING OF THE
SWPPP.
GENERAL NOTES
1. ALL CONTRACTORSISUBCONTRACTORS SHALL CONDUCT THEIR OPERATIONS
IN A MANNER THAT MINIMIZES EROSION AND PREVENTS SEDIMENT FROM
LEAVING THE PROJECT SITE. THE PRIME CONTRACTOR SHALL BE
RESPONSIBLE FOR COMPLIANCE AND IMPLEMENTATION OF THE STORM
WATER POLLUTION PREVENTION PLAN (SWPPP) FOR THEIR ENTIRE
CONTRACT. THIS RESPONSIBILITY SHALL BE FURTHER SHARED WITH
SUBCONTRACTORS WHOSE WORK IS A SOURCE OF POTENTIAL POLLUTION AS
DEFINED IN THIS SWPPP.
2. A "NOTICE OF INTENT FOR NPDES COVERAGE UNDER GENERAL PERMIT NO. 2"
WILL BE FILED WITH THE IOWA DEPARTMENT OF NATURAL RESOURCES BY
THE ENGINEER.
3. NOTICE OF DISCONTINUATION
WITHIN 30 DAYS AFTER FINAL STABILIZATION, THE OWNER SHALL SUBMIT A
NOTICE OF DISCONTINUATION TO THE IOWA DEPARTMENT OF NATURAL
RESOURCES.
4. NON -STORM WATER DISCHARGES
NON -STORM DISCHARGES MAY OCCUR FROM SUBSURFACE DRAINS
INCORPORATED INTO THE PROJECT. THESE DISCHARGES WILL BE
CONTROLLED BY STABILIZED OUTLETS.
5. THE CONTRACTOR SHALL PROVIDE TO THE OWNER AND DOCUMENT WITHIN
THE SWPPP A 24 HOUR CONTACT.
SEQUENCE
1. INSTALL CONSTRUCTION ENTRANCE
2. PLACE PERIMETER AND DOWNSLOPE CONTROLS WHERE
NECESSARY
3. PLACE FLOATING SILT CURTAIN WHERE APPROPRIATE FOR
ANTICIPATED ACTIVITIES IN THE IOWA RIVER
4. PROCEED WITH GRADING AND EXCAVATION
5. COVER OR STABILIZE DISTURBED AREAS AS SOON AS POSSIBLE
6. SEED DISTURBED AREA AS SOON AS POSSIBLE ONCE IT IS
BROUGHT TO FINAL GRADE
7. MAINTAIN ALL TEMPORARY PERIMETER CONTROLS UNTIL ALL
UPSTREAM AREAS ARE FINALLY STABILIZED.
to
C
h0
to O
QJ �
O
H
z
• - O
L O
z
Y
o�
O
3t
origindesign.com
800 556-4491
-OD--
CITY OF IOWA CITY
.,J
IOWA RIVER
POWERHOUSE
DAM REPAIR
PROJECT
IOWA CITY
-
r
G
m
w
Cl C
LL P
0 &�
w c
y as
m
0
tray
a=
ow'
N
m O
E c
Z 2
2 o
r
Sheet Title
t
POLLUTION
Q
CT)PREVENTION
PLAN
S
D
3
GaaM�c
ge"
E
Station10:05454500 5
Station Name: Iowa Rirer at 1o5,;a C ty IA
Latitude. 41.6566332
Longitude:-91.54100171
Station Type G p
aq nq Station, continuous recorc
4,SOMEONE 4WA..
I university Iowa City ... _
J. H.ghts I n
.A
1 PLAN: GAGING STATION LOCATION
NOTES:
1. FLOW TO THE IOWA RIVER POWERHOUSE DAM IS CONTROLLED UPSTREAM BY THE CORALVILLE DAM. COORDINATE WITH CORALVILLE
OPERATIONS PROJECT MANAGER (DEE GOLDMAN - 319.338.3543) AND USACE ROCK ISLAND DISTRICT CHIEF WATER CONTROL SECTION
(CHRIS TREFRY - 309.794.5849) BEFORE COMMENCING WORK.
2. DATA FROM USGS GAGE 054545M WAS USED TO ESTIMATE FLOWS. THE DATA ON THIS SHEET IS APPROXIMATE AND FOR INFORMATION
ONLY. CONTRACTOR SHALL MAKE ITS OWN ANALYSIS TO EVALUATE IMPACT OF FLOWS DURING CONSTRUCTION.
3. FLOW DATA SHOWN IS BASED ON MONTHLY AVERAGES OVER THE LIFE OF THE GAGE. FLOW DATA IS PRESENTED FOR INFORMATION ONLY
AND ACTUAL FLOWS AT THE OUTLET CAN VARY GREATLY FROM THE AVERAGE VALUES PRESENTED HERE.
4. DAILY AND DAILY MEAN DISCHARGES VALUES ARE FROM OBSERVED VALUES AT GAGE 05454500 FROM 1903 TO 2025.
5. VERTICAL DATUM: NAVD88.
USGS GAGE 05454500
LOCATION
IOWA CITY, IA
PERIOD OF RECORD
122-YEARS
CONTRIBUTING AREA (SQ MILE)
3,271
LATITUDE
410 39' 24.06"
LONGITUDE
910 32' 27.6"
FLOWEANT
EMMAT® PEAK DISUiARGE(CFS)
2 YEARFLOOD EVENT
8,000
10 YEARFLOOD EVENT
11,000
25 YEAR FLOOD EVENT
11,700
100 YEAR FLOOD EVENT
28,900
500 YEARFLOOD EVENT
44,800
%21 TABLE: SUMMARY OF RELEVANT GAGING STATIONS /3'\ TABLE: SUMMARY OF ESTIMATED FLOW EVENTS
klwj NOTES:
1. FLOOD FREQUENCY STATISTICS ARE FROM THE USACE -IOWA RIVER REGULATED
FLOW FREQUENCE STUDY' COMPLETED IN OCTOBER 2009. THE STATISTICS REFLECT
THE REGULATED DISCHARGE FROM THE CORALVILLE DAM UNDER THE REGULATION
PLAN.
CLIENT M1M25 — — — — Scale
— Rmjed olfica: AS SHOWN
PERMITTING —25 — BARR ENGINEERING CO. 09/30/2024
De,a
BID — — 25
CONSTRUCTION 2s — p �.�/ y 4300 MARKETPOINTE DRIVE Dnm RLB2
�11 11 1 SUITE 200 c�
REcoRD MINNEAPOLIS, MN 55435 JKH2
1252025 ISSUED FOR BIDDING AND CONSTRUCTION A B C 0 1 2 3 CaipOrab HeB°o"a't°fSi p 'aoo632-2 D-g— JAW2
RELEASED Mn_pob. MimeFpa Fex.(M)IIU-Ml
DATE REVISION DESCRIPTION TO/FOR DATE RELEASED %' laoocaz-zzn y,,yD,arn Appi W TSH
.som
4WW
aspen
L `_WU
If
]men
15DW
lllpm
5Fm
-----------------------�--
1 F N A N 1 1 A i O N O
......... Mn DNam' -_--. Main pclle7, �MNIDlINNp
4 GRAPH: DAILY DISCHARGES
ixm
i
y ]OFm
3 twm
:>om
som
.-vim:;-----^._----= -:
p �.-':....�-.�.._.-.e.._........
_.._r.-».
1 F M A
......_.O4MN-11+4wd "-�641fl,.N+M�Nd—y4ty.yDOyw
M14M,-NMY� -•__. oFIN�,.lYVM4—D/Flls-NgiNiYY
%51 GRAPH: DAILY MEAN DISCHARGES
.y
rV
660
655
_
Cr) ,.
9650
N
DAM CREST EL A48.09'
w DA E w w w w
w w w
w
645 -%
n
64
rn
635
10 1� 20 25 30 35
40
45
Disc harge(c f, 1000)
—Ab.. Dam 41-1-0 aW,) --_'— Below Dam(Taikatw) — —Dam Crew ,HEC-PAS
6 GRAPH: STORAGE CAPACITY CURVE
ISSUED FOR BIDDING
AND CONSTRUCTION
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT BARR PROJECT No.
IOWA CITY, IOWA 15521009.00
CITY OF IOWA CITY CLIENT PROJECT No.
IOWA CITY, IOWA HYDROLOGY AND HYDRAULICS DWG. No. REV, No,
G-05 0
I I r CRY OF
CORALVILLE
�r '`2'•it_�
't ut
i CRY OF
RALVI E
CRY OF q LX WETLANDS (DO
CORALVILLE NOT DISTURB)
r� I
I =I f
OLD GOLD
LLC
g I/
i51 3 i EX PEDESTRIAN
g
3
2
8 p
Ig
# I \
"' \ EAST
LD UT
OGOLD \ r
LLC \= :;
EX SPILLWAY
WEST (RIGH-)
ABUTMENT
F\ 1 t
1 /
LL g CITY OF t
R Z ` IOWA CY
? \ \ \ EX
W }
�a
IOWA RIVER POWkR CO. r•\ •'•
RESTAURAN \•'
# ' (CLOSED)
/w 4
MIDAMERICAN ENERGY
T COMPANY
fell,it
PROJECT DATUM:
HORIZONTAL: STATE PLANE (NAD83), SOUTH, US FT
VERTICAL: NAVD 88
/r! IOWA CITY WATER
DEPARTMENT PUMP HOUSE
APPROX SHCRELINE / t'
CITY OF
IOWACITY
EX GRAVEL PATH, CLEAR
r.
.VEGETATION AS NECESSARY
qp
EX CONaiETE PAVED SPILLWAY _ `\� ♦ \�s
' \
I
r _
r - -
BRIDGE r / `- _ ___ \ / • ' ` r\\ m\f\} �O \ '
is r i • '_ `�. �. / / `` r \ �\\' \\ � _
L
CITY OF
(LEFT) 8 . .�•IOWA CITY
MENT
' i EX IOWA RIVER TRAP_ - 1
i i
�e
f ! • '..• 1 \ - EX WETLANDS (DO
g e NOT DISTURB) � g I � \
r\
FISHING PIER •� \
•` '\ CITY OF / ; — . _ = • _ — —
IOWACITY
EX ASPHALT IOWA •-..�{
-_- _ •' \ • ' - g RIVER TRAIL
`•!r> I
THORN BERRY DOG PARK
� g
> I
\ �IPROPERTY BOUNDARY (TYP) j
° r
1 PLAN: EXISTING CONDITIONS O
0 80 160
11 11
SCALE IN FEET
LEGEND
CONSTRUCTION LIMITS
— — PROPERTY LINE
--- EXISTING MAJOR CONTOUR
-- — - EXISTING MINOR CONTOUR
— - - - EXISTING SHORELINE
EXISTING OVERHEAD ELECTRIC
—•—•—•— EXISTING WATER LINE
• — • — ° EXISTING UNDERGROUND ELECTRIC
EXISTING CONCRETE PAVEMENT
0 EXISTING ASPHALT PAVEMENT
EXISTING DELINEATED WETLAND
NOTES:
1. PROPERTY BOUNDARIES ARE APPROXIMATE AND BASED ON JOHNSON
COUNTY, IA PARCEL BROWSER.
2. UTILIITES ARE APPROXIMATE AND BASED ON MAPS AND GIS DATA FIELD
LOCATION IS REQUIRED FOR ANY EXCAVATION.
C_Aa
ISSUED FOR BIDDING
AND CONSTRUCTION
PERM1rnN0
—
y11zs
15
_
P1q•M Orr—
BARRENGINEERING CO.
BARR 4300 MARKETPOINTE DRIVE
SUITE 200
— MINNEAPOLIS, MN 55435
0vrpora1e Hea°°°'^B1S- PN: 1.eoo63z-an
P
Whh-A.. �-- Fu:(9s21 eaz-zeol
Ph: 1dODd1�-N77 „- (%2 PPm
--
AS SHOWN
osrJoizoza
CITY OF IOWA CITY
IOWA CITY, IOWA
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
IOWA CITY, IOWA
BARR PROJECT No.
15521009.00
BID
CONSTRUCTION
15
D—
AWT
EXISTING CONDITIONS
PLAN
CLIENT PROJECT No.
G°BLkBtl
Delon
JKH2
RECORD
—
—
—
—
—
—
—
0
LB
AW
TSH
ON25l2025
ISSUED FOR BIDDING AND CONSTRUCTION
RELEASED
TO/FOR
A
B
C
0
1
2
3
JAW2
DWG. No.
G-OB
REV. No.
()
NO.
BY
CHK.
APP.
DATE
REVISION DESCRIPTION
DATE RELEASED
APPh—I
TSH
i
XN" 'ER POWER CG
t�STAUgRNT{CLc:seuT 1
i
FWA
LEGEND
CONSTRUCTIONUMMS
PROPERTY LINE
_..._... _..._..._ EXISTING SHORELNE
• — • — — EXISTING OVERHEAD ELECTRIC
EXISTING WATER LINE
:.:!'��:•:;;� EXISTING CONCRETE PAVEMENT
�f
NOTES:
1. LIMIT GROUND DISTURBANCE TO CONSTRUCTION LIMITS.
2 CONSTRUCTION LIMITS ARE APPROXIMATE AND SHALL BE
APPROVED BY CITY PRIOR TO ANY GROUND DISTURBANCE.
3. CONTRACTOR IS RESPONSIBLE FOR PROTECTION OF ALL
EXISTING STRUCTURES, UTILITIES, AND SITE FEATURES.
CONTRACTOR SHALL REPAIR STRUCTURES. UTILITIES. AND
SITE FEATURES DAMAGED DURING THE COURSE OF THEIR
WORK AT NO ADDITIONAL COST TO PROJECT,
4. MAINTAIN PUBLIC ACCESS TO PEDESTRIAN BRIDGE
THROUGHOUT CONSTRUCTION. TEMPORARY CLOSURES
OF BRIDGE REQUIRE APPROVAL BY CITY,
5 PEDESTRIAN BRIDGE SHALL NOT BE USED FOR
CONSTRUCTION RELATED ACTIVITIES.
6 THE WORK IS LIMITED TO THE REHABILITATION OF
EXISTING INFRASTRUCTURE. ALL ITEMS NOTED FOR
CONTRACTOR ACCESS ARE TEMPORARY AND SHALL BE
REMOVED IN THEIR ENTIRETY WHEN WORK IS COMPLETE
7. THE CONTRACTOR SHALL REMOVE ALL TEMPORARY
MATERIALS FROM THE SITE AT THE CITY'S DIRECTIONS IF
FLOODING CONDITIONS ARE FORECASTED. THESE
CONDITIONS ARE TYPICALLY FORECASTED WELL IN
ADVANCE DUE TO THE PRESENCE OF THE CORALVILLE
DMA UPSTREAM OF THIS PROJECT WHICH FOLLOWS
OPERATIONAL PROCEDURES GOVERNED BY THE ARMY
CORP OF ENGINEERS.
1 PLAN: PROJECT LAYOUT Q
0 30 60
1 1 F I 1
ISSUED FOR BODING
PROJECT DATUM:
SCALE IN FEET
AND CONSTRUCTION
HORIZONTALSTATE PLANE (IVA67), sourH. US FT
VERTICAL NAV088
—
—A85HOVM
ENcINEeRJNG u>
4300 MARKETPOINTE DRNE
200
55LM
P "� +, anelzmn
R' `��%-un ...wnmm
CITY OF IOWA CITY
CITY, IOWA
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
IOWA CITY, IOWA-9UR'E
BARR PROJECT ► o.
15521009.00
—
__
Ip25rad24
ter.
li
___
—MINNEAPOLIS.MN
JKH?IOWA
PROJECT LAYOUT
PLAN
o
B
w
TSR
n7eas
ISS I
A
B
C
0
1
2
3
a"+r^
yW2
No
Ci-O%
No-
0
NO.
8V
hNC
AJ'P.
WTE
REVISION DESCRIPTION
DATE RELEASED
°j/10'�'
TSH
a
0
0
I
/ 1
EXWETLANDS
• (DO NOT DISTL
i
■ i \
I / \
L'
S I
00, \
•\ I
v
I �\
I \,
•1 p
APPROX SHORF_IV-� '\
F
LEGEND
— PROP LINE
----- -- - ISTING SHORELINE
— u — EXISTING OVERHEAD ELECTRIC"
—.—w—w— EXISTING WpA{TERLINEcl
NOTES:
1. LIMIT GROUND DISTURBANCE TO CONSTRUCTION LIMITS.
2. CONSTRUCTION LIMITS ARE APPROXIMATE AND SHALL BE
APPROVED BY CITY PRIOR TO ANY GROUND DISTURBANCE.
3. CONTRACTOR IS RESPONSIBLE FOR PROTECTION OF ALL
EXISTING STRUCTURES, UTILITIES, AND SITE FEATURES.
CONTRACTOR SHALL REPAIR STRUCTURES, UTILITIES, AND
SITE FEATURES DAMAGED DURING THE COURSE OF THEIR
WORK AT NO ADDITIONAL COST TO PROJECT.
4. MAINTAIN PUBLIC ACCESS TO PEDESTRIAN BRIDGE
THROUGHOUT CONSTRUCTION. TEMPORARY CLOSURES
IDGE REQUIRE APPROVAL BY CITY.
5. PEDESTR BRIDGE SHALL NOT BE USED FOR
CONSTRUCT RELATED ACTIVITIES.
PROJECT DATUM:
HORIZONTAL: STATE PLANE (NAD83), SOUTH, US FT
VERTICAL: NAVD 88
%11 PLAN: PROJECT LAYOUT N
0 30 80
111 I
SCALE IN FEET
ISSUED FOR BIDDING
AND CONSTRUCTION
CLIENT
2/1M25
-
-
-
P 'd Omx.
gARR ENGINEERING CO.
BARR 4300 MARKETPOINTE DRIVEDa.,,
SUITE 200
— MINNEAPOLIS, MN 55435
--Pas. IAm" s � RR laooui2-22n
F_ IB52, e�2-2W1
RI'. 1�ro-632-22n , .w pY1,
s�.
AS SHOWN
CITY OF IOWA CITY
IOWA CITY, IOWA
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
IOWA CITY, IOWA
BARR PROJECT No.
15521009.00
RERn11TnND
—
ya2s
—
—
25
—
—
—
Dale
10/25/2024
RID
AWT
CLIENT PROJECT No.
CONSTRUCTION
—
—
25
RECORD
—
A
—
B
—
C
—
0
—
1
—
2
—
3
cI, iw
Desgro
JKH2
PROJECT LAYOUT
PLAN
0
LB
AW
TSH
061252025
ISSUED FOR BIDDING AND CONSTRUCTION
RELEASED
TOffOR
NO.
BY
DHK.
APP.
DATE
REVISION DESCRIPTION
DATE RELEASED
JAVY2
DWG. No.
G-07
REV. No.
0
A 1
TSH
ilk
/ Aaaaox sHCRF wr i •'
L
/ L/
aEXWETLANF—,TDISTJRBi AR _
EX OVERHEAD ELECTRIC A�CESS POIN"
Ii
C
1= I
1
I
i
TF MPORARV ROAD \ /
rBvcoNTRncTO��
/I
ACCESS POINT 2
EX WETLANDS
NOT DISTURB)POINE
IOWA RIVE)2', DAM RFP%IRPRCJFCTiR CO'
RESTAURANT
(CLOSED) '•\ ^ •\
6'
TI IORNBERRY DOG PAF<
f. H:1 E i. , ,.
SPEED HUMPS
C/
< .F
LEGEND
I
CONSTRUCTION LIMITS
PROPERTY LINE
V
-
— — — - EXISTING SHORELINE
EXISTING OVERHEAD ELECTRIC
LINE
EXISTI%%N��G��
V
��WATER
EXISTIN6QOW�rt E PAVEMENT
EXISTING' JASPRAL1r
PA��T A!
C1
ACCESS ROUTE ` (f
3. `}
V'
IOWA RIVER TRAIL ACCESS ROUTE J
® TEMPORARY STAGQ4G,AREA
V
NOTES:
1. CONTRACTOR IS RESPONSIBLE FOR MAINTENANCE AND
CLEANING OF ANY ROADS USED DURING CONSTRUCTION AND
REPAIRING DAMAGE TO ANY ROADS DAMAGED DURING
• - �. -
CONSTRUCTION.
2. CONTRACTOR IS REQUIRED TO CONDUCT A
PRE -CONSTRUCTION SURVEY OF FOSTER ROAD (SOUTH OF
WHITE OAK PL), THE IOWA RIVER TRAIL, AND THE PEDESTRIAN
BRIDGE OVER THE DAM PRIOR TO CONSTRUCTION.
3. CONTROL PUBLIC ACCESS TO WORK AREAS AS NEEDED WITH
SIGNAGE AND CONSTRUCTION FENCING.
4. CONTRACTOR TO DETERMINE ALL STAGING AND LAYDOWN
AREAS PRIOR TO DELIVERY OF MATERIALS AND EQUIPMENT
TO THE SITE.
5. SEDIMENT AND AQUATIC VEGETATION TO BE REMOVED AND
DISPOSED OF OFF SITE BY CONTRACTOR.
6. ACCESS POINTS SHOWN ARE FOR CONTRACTOR
CONSIDERATION. POTENTIAL OPTIONS FOR CONTRACTOR
ACCESS INCLUDE:
A. ACCESS POINT 1 (CONCRETE PAVED SPILLWAY).
A.1. REMOVE VEGETATION AS REQUIRED FOR ACCESS.
A.2. PLACEMENT OF TEMPORARY FILL MAY BE REQUIRED TO
FLATTEN ACCESS ROAD.
B. ACCESS POINT 2 (LEFT ABUTMENT SHORELINE)
B.1. REQUIRES TEMPORARY ACCESS ROAD CONSTRUCTION
BELOW PEDESTRIAN BRIDGE.
B.2. REMOVE ANY FILL PLACED FOR TEMPORARY ACCESS
AFTER REPAIRS ARE COMPLETE.
7. IOWA RIVER POWER CO. RESTAURANT PARKING LOT CANNOT
BE USED WITHOUT PERMISSION BY OWNER.
PROJECT DATUM:
HORIZONTAL: STATE PLANE (NAD83), SOUTH, US FT
VERTICAL: NAVD 88
2 PLAN: SITE ACCESS AND STAGING O 0 150 300
SCALE IN FEET
ISSUED FOR BIDDING
AND CONSTRUCTION
CLIENT
NY-5
—
—
—
—
—
Project 0lfce.
BARR ENGINEERING CO.
BARR 4300 MARKETPOINTE DRIVE
SUITE 200
MINNEAPOLIS. MN 55435
c a�sema�"ftl P" 2-�
Pu 1aaT ztw
PR taaoea -22n , ;w,ncae
Ste°
ASSHOWN
CITY OF IOWA CITY
IOWA CITY, IOWA
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
IOWA CITY, IOWA
BARR PROJECT No.
15521009.00
PERMITTING
—
11121
—
—
25
—
—
—_
D..
1025/2024
BID
CONSTRUCTION
2s
—
Dram
AWT
SITE ACCESS AND STAGING
PLAN
CLIENT PROJECT No.
C°eCkBtl
D
JKH2
RECORD
0
1
2
3
0
LB
AW
TSHO6125l2025ISSUED
FOR BIDDING AND CONSTRUCTION
RELEASED
TO/FOR
A
B
C
,-d
JAW2
DWG. No.
C_01
REV, No.
0
NO.
BY
CHK.
APP.
DATE
REVISION DESCRIPTION
DATE RELEASED
^eoT°�
TSH
APPROX
a` \
. \ 101
1 s ` 4000
4 _..-• '�
�O EAST (LEFT)
ABUTMENT a ...
• P
em
\ 1 ♦ �_ . , .,.o _ j
a
♦' UPSTREAM DIVERSION ♦ '... _
♦ COFFERDAM(BY .y+�� �••,
CONTRACTOR) +
� ( ' WATER DEPTH (SEE NOTES) ♦ i
♦♦ /- '♦
•` �\� ! ♦' q APPROXIMATE DOWNSTREAM LIMITS ♦♦
\ ♦ F,p +s�'BS OF COFFERDAM BY CONTRACTOR '
EX SPILLWAY ♦♦ ••
} WEST (RIGHT,
ABUI MEN O
AAL
A .A- wl
91600 '
LEGEND
CONSTRUCTION LIMITS
— — •+ — •� — PROPERTY LINE
- — - - - EXISTING SHORELINE
EXISTING OVERHEAD ELECTRIC
EXISTING WATER LINE
,1STING CONCRETE PAVEMENT
® P OP646$RIPRAP
Jo �..
GENERAL NOTES:
1. CONTRACTOR SHALL SUBMIT A WATER CONTROL PLAN TO
BE REVIEWED BY THE ENGINEER PRIOR TO CONSTRUCTION
AND SHALL MODIFY THE BASE CASE WATER CONTROL PLAN
AS CONTRACTOR DEEMS NECESSARY. THE BASE CASE
PLAN IS INTENDED TO DEMONSTRATE AN ACCEPTABLE
APPROACH TO MANAGE THE WATER.
2. THE COFFERDAM LIMITS SHOWN HERE IS THE BASE CASE
FOR THE CONTROL OF WATER. ALL DETAILS,
MODIFICATIONS, ADDITIONS, AND DELETIONS TO THIS PLAN
SHOULD BE ADDRESSED IN THE CONTRACTOR'S WATER
CONTROL PLAN.
3. CONTRACTOR'S COFFERDAMS SHALL NOT CONTAIN LOOSE
FILL IN DIRECT CONTACT WITH FLOW. ACCEPTABLE
COFFERDAM PRODUCTS INCLUDE EARTH FILL WITH
EROSION PROTECTION, SAND BAGS, PORTADAM, WATER
INFLATED DAMS, JERSEY BARRIERS, OR SHEET PILE.
4. SEE DRAWING G-O6 FOR HYDROLOGIC CONDITIONS.
5. TOP OF COFFERDAM ELEVATION SHALL BE SELECTED BY
CONTRACTOR USING INFORMATION PROVIDED ON DRAWING
G-06.
6. CONTROL OF WATER DURING CONSTRUCTION IS
RESPONSIBILITY OF THE CONTRACTOR.
7. APPROXIMATE WATER DEPTHS PROVIDED BY J.F. BRENNAN
DURING 2024 DIVE INSPECTION.
8. CONTRACT DOCUMENTS REQUIRE ALL REPAIRS BE
PERFORMED IN DRY CONDITIONS. PERFORMING
DOWNSTREAM REPAIRS IN WET CONDITIONS MAY BE
ACCEPTED BY OWNER IF THE FOLLOWING CRITERIA ARE
MET:
A. CONTRACTOR PROVIDES QUALIFICATIONS SHOWING
EXPERIENCE PERFORMING DAM CONCRETE REPAIRS IN
WET CONDITIONS.
B. CONTRACTOR PROVIDES A DETAILED WORK PLAN FOR
REPAIRS PERFORMED IN WET CONDITIONS THAT IS
ACCEPTED BY CITY AND ENGINEER.
C. WORK PLAN SHALL INCLUDE MEANS AND METHODS FOR
PLACING CONCRETE OVERLAYS UNDERWATER OR USING
PRE -PLACED AGGREGATE CONCRETE FOR THICKER
REPAIRS. PLAN SHALL ALSO INCLUDE MEANS AND
METHODS AND PROPOSED MATERIALS FOR SHALLOW
CONCRETE REPAIRS.
D. FINAL VISUAL INSPECTION OF ANY REPAIRS PERFORMED
UNDERWATER SHALL BE SUPPLIED BY CONTRACTOR
USING DIVERS WITH VIDEO DOCUMENTATION OF
COMPLETED REPAIRS AFTER FORMS ARE REMOVED.
CITY SHALL ACCEPT REPAIRS AFTER REVIEWING THE
VIDEO INSPECTION OR DETERMINE IF ADDITIONAL
REPAIRS ARE REQUIRED. ADDITIONAL REPAIRS (IF ANY)
WILL BE THE RESPONSIBILITY OF THE CONTRACTOR.
1 PLAN: WATER CONTROL O
0 20 40
"
ISSUED FOR BIDDING
PROJECT DATUM:
SCALE IN FEET
AND CONSTRUCTION
HORIZONTAL: STATE PLANE (NAD83), SOUTH, US FT
VERTICAL: NAVD 88
CLI�T
'+
—
—
—
Pmpa 0m :
BARR ENGINEERING CO.
BARD 43M MARKETPOINTE DRIVE
(� SUITE 200
MINNEAP55435
c wN.wwae„.: OLIS, MN
Mn s. Mniaeala M 1400 s-
M:141004024 M F°`' I ' �
F . (962.mm
sck
AS SHOWN
CITY OF IOWA CITY
IOWA CITY, IOWA
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
IOWA CITY, IOWA
BARR PROJECT No.
15521009.00
mMrr NG
—
vn
—
—
—
_
—
—
Da1A
D—
10/25=24
IND
CONSTRUCTION
AWT
WATER CONTROL
PLAN
CLIENT PROJECT No.
Ch.*W
JKH2
RECORD
—
p`
—
B
—
C
0
1
2
3
0
LB
TSH
062512025ISSUED
FOR BIDDING AND CONSTRUCTION
RELEASED
TOWOR
Desle�ee
JAW2
DWG. No.
C-02
REV. No.
0
NO.
BY
CH
Ate.
DATE
REVISION DESCRIPTION
DATE RELEASED
Aoww�
TSH
/—I 1 PLAN: APPROACH CHANNEL (LOOKING SOUTHEAST)
. s1�
t 21 PLAN: SPILLWAY CREST (LOOKING SOUTHWEST)
3 PLAN: DOWNSTREAM CHANNEL LOOKING NORTHEAST c
c..r+
M
my"`♦�ia�. Y `.
/-41 PLAN: WEST (RIGHT) ABUTMENT (LOOKING WEST/SOUTHWEST)
/51 PLAN' EAST (LEFT) ABUTMENT (LOOKING EAST/SOUTHEAST)
6 PLAN: PEDESTRIAN BRIDGE LOOKING EAST/NORTHEAST
ISSUED FOR BIDDING
AND CONSTRUCTION
cueRr
aERuirnRc
viazs
—
—
—
—
—
—
—D..
P,ojeu D��e
stele
AS SHOWN
IOWA RIVER POWERHOUSE DAM REPAIR PROJECTBARR
BARR PROJECT No.
ENGINEERING CO.
09/30/202415521009.00
e
_
4300 DRNE
o...n
RLB2
CITY OF IOWA CITY
IOWA CITY, IOWAcoRsrRucnoR
gA
SUITE 2RKE7POINTE
SUITE 200
CLIENT PROJECT No.
RECORD-
mi
3
co.—HeaOQoa'te,5-.
MINNEAPOLIS, MN 55435
D—g—J
JKH2
IOWA CITY, IOWA
DAM LAYOUT
C
LB
AW
TSH
D6l25/2025
ISSUED FOR BIDDING AND CONSTRUCTION
NO.
BV
CHK
APP.
DATE
REVISION DESCRIPTION
RELEASED
TO/FOR
DATE RELEASED
rti��eaowe.Atimesaa
P^ t-eoo-s3z-zzn
PI, 1400e322M
rss.11�.zeoi
F. (95 )8M
Ao-vex
JAW2
TSH
PHOTOS
DWG. No.
C_03
REV. No.
0
)� APPROX SHORELINE
1 ABUTMENT WALL
UPSTREAM STREAMBED
(APPROX)
IY
3
O
PIER 1 UNDERMINING REPAIR,
APPROX SHORELINE
ABUTMENT WALL 1
BRIDGE PIER 2
\ EAST(LEFT)
ABUTMENT
IH: STA 1- 5
6
IH: STA 2-10
IH: STA 1+87
❑ ❑
Or70 IH: STA 0+30 IH: STA 0r60
❑ ❑
IH: STA 0*90 IH: STA 1+20
IH: STA 1+40
❑IH: STA 1+55
_ IH: STA 1 r80
❑❑A
_ ��TRIM REPAR AND IH: STA 2+40
IH: STA 2-70
TS DAM CREST EL. 648.5'
OBSERVED SUCTION LOCATION 1
5
_
BRIDGE PIER
1
REMOVE RUBBLE
LEFT ABUTMENT WALL
FROM 2021 DIVE INSPECTION
INSPECTION HOLE (TYP.).
REPAIR, SEE
•
11
SEE DRAWING C-05
®
D 7
e
16 1
1B Q
®
1
3
WEST (RIGHT) EXISTING
ABUTMENT SPILLWAY
DOWNSTREAM EDGE
OF SPILLWAY
1
4-8
FIELD FIT SLOPE TO �(
AVOID EXTENDING
C-05
CONCRETE APRON EXTENTS UNKNOWN
PAST VERTICAL FACE
i
OF PIER EAST (LEFT) ABUTMENT
UNDERMINING REPAIR,
i
SEE 2
C-07
APPROX SHORELINE
8I$ W
age
a
ail¢
BRIDGE DECK EL. S60.0
yl
NI
Im
LOW STEEL EL. 657.5'
i
WEST (RIGHT) ABUTMENT
DAM CREST EL. 648.5'
•
a �
•
WEST(RIGHT)-'___i_i_,_I-1-1
BEDROCK EL. 64T AT ABUTMENT
CONCRETE APRON (THICKNESS UNKNOWN) -
(HISTORIC BORING 137)
No. Station
I Length (ft)
Height (ft)
Depth (ft)
Area ft=
Estimated Volans ft
1 1 1+49
1 12.0
2.0
9.0
24.0
216.0
2 2+94
2.0
1.0
3.0
2.0
6.0
3 1 3+00
1 10.0
1.0
1.5
10.0
1 15.0
Note: L & H Rounded to nearest foot
TotaF=
36.00
1 237 f '3
�1 TABLE: UNDERMINING VOIDS
PROJECT DATUM:
HORIZONTAL: STATE PLANE (NAD83), SOUTH, US FT
VERTICAL: NAVD 88
BIDDING AND CONSTRUCTIO
REVISION DESCRIPTION
DOWNSTREAM STREAMBED
(APPROX)
%11 PLAN: DAM REPAIR LOCATIONS 4
0 12 24
SCALE
V 11 ' Q _
%21 ELEVATION: DAM REPAIR LOCATIONS
0 12 24
1....SCAL..........1....1
E
No.
Station
Length R)
Height (R)
Depth (ft)
Area (ft'l
Estineted Volurre fts
4
0+04
2.0
1.0
1.2
2.0
3.0
5
0+06
5.0
1.0
0.7
5.0
4.0
6
0+61
1.0
1.0
0.5
1.0
1.0
7
1+53
6.0
1 1.0
0.5
6.0
3.0
8
1+62
1.0
1 1.0
0.5
1.0
1.0
Note: L & H Rounded to nearest foot
Totab
15.0
12 ft"3
TABLE: SHALLOW SPALLING WITH NO EXPOSED REBAR
TRIM RE13AR AND
j• REMOVE RUBBLE
i...T- 7_7_7.
No.
Station
Length (ft)
Height (ft)
Depth (ft)
Area (ft2)
Estimated Volume (ft�
9
1+03
2.0
4.0
1.7
&0
14.0
10
1+03
2.0
1.0
1.0
2.0
2.0
11
1+29
1.0
1.0
0.7
1.0
1.0
12
1+40
1.0
1.0
0.1
1.0
1.0
13
1+40
2.0
2.0
4.0
4.0
16.0
14
1+49
2.0
2.0
1.0
4.0
4.0
15
1 1+51
2.0
1 1.0
0.8
1 2.0
2.0
16
1+67
5.0
1.0
1.5
5.0
8.0
17
1+81
5.0
2.0
3.0
10.0
30.0
18
2+20
5.0
1.0
2.0
5.0
10.0
19
2+26
3.0
1.0
1.5
3.0
5.0
20
2+30
3.0
2.0
1.5
6.0
9.0
21
2+60
2.0
2.0
2.0
4.0
8.0
22
2+88
2.0
2.0
1.0
4.0
4.0
23
2+90
1.0
1.0
1.0
1.0
1.0
Note: L.H Rounded to nearest foot
Totak
60.0
115 R"3
/-51 TABLE: SHALLOW SPALLING WITH EXPOSED REBAR
Pmjem On.
AS SHOWN
�RMrITING
W5
-
-
-
BARR ENGINEERING CO.
D-
10/25/2024
D
5
_
R RR
4300 MARKETPOINTE DRIVE
D-h
AWT
�NsrnucnoN
-
-
i/A
SUITE 200
:CORD
]�3
MINNEAPOLIS, MN 55435
cneacaa
JKH2
A
B
C
0
1
cOfPO .H•awan'm:
Pn: ,00.632.2,
Desy1»a
JAW2
RELEASED
m-PAis. Mnnasda
Fax:(952)832-Ml
TO/FOR
DATE RELEASED
Ph:1-80 632-2277
+, ,�R mm
^�1O°�
TSH
CITY OF IOWA CITY
IOWA CITY, IOWA
3
CLS PLACE EROSION
PROTECTION MATERIAL
N G / OBSERVED SEEPAGE LOCATION
FROM 2021 INSPECTION
BLENDINTO
EXISTING SLOPE
/(FIELD FIT)
APPROX. SHORELINE
LEGEND
R
-..1
APPROXIMATE SIZE ALLOCATION OF DEFECT
NOTES
1. DEFECTS LOCATIONS AND DIMENSIONS (APPROXIMATE) FROM 2021
■
SHALLOW SPALLING WITH.NO EXPOSED REBAR
AND 2024 DIVE INSPECTIONS PERFORMED BY GOE INTERNATIONAL
LLC AND J.F. BRENNAN RESPECTIVELY. DIVE INSPECTION REPORTS
SHALLOW TO MODERATE SPALLING WITH
AVAILABLE UPON REQUEST.
EXPOSED REBAR
2. INSPECTION HOLE QUANTITY AND LOCATIONS MAY BE MODIFIED BY
0
UNDERMINING VOIDS
ENGINEER IN THE FIELD BASED ON SITE CONDITIONS.
■
ABUTMENT WALL VOID .:.
I
■
GENERAL REPAIRS L;?
p
N SIN
Nw
W_
_)
N1 NI"
EAST (LEFT) ABUTMENT
ABUTMENT WALL
PIER BASE EL 643.74'
FIELD FIT SLOPE TO AVOID
EXTENDING PAST VERTICAL
FACE OF PIER
--_- T-T-T-i-i-T-1 1=1-I;I,I-li
® C
PLACE EROSION PROTECTION
MATERIAL
1-1-1-1-1-1-1-1-1-1-1-
BEDROCK EL. 631' NEAR ABUTMENT
(HISTORIC BORING 82)
IN Station I Length I Height (ft) I Depth (ft) Area ft2 Estimated Volume ft3
24 2+91 4.0 1.5 4.0 6.0 24.0
6 TABLE: ABUTMENT WALL VOID
ISSUED FOR BIDDING
AND CONSTRUCTION
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT BARR PROJECT No.
IOWA CITY, IOWA 155 PROJECT
NNo. 00
CLIENT o.
DAM REPAIR LOCATIONS
DWG. No.
PLAN AND ELEVATION REV. No.
Ci-04 0
1TYP. INSPECTION
PER 2
HOLE
3 EX CONCRETE DAM FACE (REPAIRED
Oy-� BY OTHERS IN 2003-2004)
EX CONCRETE SHELL
l� EL 6488
3H:1V OR FLATTER
APPROX. 16' THICK
` :-•....7
EL N72
^ _ _ _ _ _ _ _ _ _
EL. 643.74'
VOID FILLED WITH "HIGH
`` s� `�^ EX SPILLWAY
24" THICK IOWA DOT
I
SLUMP CONCRETE" IN 2021
• ''"
REVETMENT, CLASS B
— — —
EL. 643.50'01
EX ROCK FILL DAM VOIDS FILLED WITH
COARSE FILTER AGGREGATE
10
'FLOWABLE MORTAR" BY OTHERS IN
2003-2004'f
�i
IF VOID IS FOUND, .L17,
FILL WITH SPILLWAY
VOID FILL MATERULL
EL 641.0' (APPROX.) — —
PLACE CLASS B REVETMENT AND COARSE
ASSUMED BEDROCK
FILTER AGGREGATE MATERIALS DIRECTLY
AGAINST EX (FIELD Fin
3
SECTION: EROSION PROTECTION
C-0o
0 3 6
I i I I
'
.. .. `. Y.;..
SCALE IN FEET
/-1, SECTION: INSPECTION HOLES AND SPILLWAY VOID FILLING STILLING BASIN GEOMETRY UNKNOWN
C-Oa 0 5 10
I I I
SCALE IN FEET
NOTES
1. DEPTH OF EXISTING REINFORCEMENT, SPACING AND NUMBER OF MATS UNKNOWN.
2. PROVIDE 1 INCH DEEP SAW CUT AROUND PERIMETER OF INSPECTION HOLE.
3. USE AIR DRIVEN CHIPPING HAMMER WITH CHISEL (BULL) POINTS TO EXTEND INSPECTION HOLE THROUGH CONCRETE SHELL. PROTECT
EXISTING REINFORCEMENT.
4. SEE eFOR INSPECTION HOLE AND STRUCTURAL PATCHING REQUIREMENTS.
5. THE OBJECTIVE OF THE INSPECTION HOLES IS TO DETERMINE THE SPILLWAY CONDITION BELOW THE CONCRETE SHELL COMPLETE
INSPECTION HOLES IN DRY CONDITIONS IN COORDINATION WITH THE ENGINEER.
6. AT EACH INSPECTION HOLE, THE CONTRACTOR SHALL MEASURE THE CONCRETE SHELL THICKNESS, AND DEPTH OF VOID (IF ENCOUNTERED).
7. CONTRACTOR SHALL DEVELOP A VOID FILLING PLAN (FOR APPROVAL BY ENGINEER) THAT INCLUDES VOID FILLING SEQUENCING, INJECTION
PRESSURES, AND METHODOLOGY FOR MONITORING THE SPILLWAY DURING VOID FILLING.
12' X 12" INSPECTION HOLE
INSTALL #5 DOWEL
EMBED WITH EPDXY
ANCHOR (TYP.)
EXISTING CONCRETE SHELL
APPROX. 16' THICK
EX REINFORCEMENT
\l. PATCH INSPECTION HOLE
WITH REPAIR MORTAR
SPILLWAY VOID FILL MATERIAL
SECTION
DETAIL: INSPECTION HOLES PATCHING
0 2
I I I
SCALE IN FEET
NOTES
1. NOTIFY ENGINEER IF PROPOSED DOWELS INTERFERE WITH EXISTING REINFORCEMENT.
2. FIELD BEND DOWELS AS NECESSARY TO INSTALL AS SHOWN IN DETAIL.
PROJECT DATUM:
HORIZONTAL: STATE PLANE (NAD83), SOUTH, US FT
VERTICAL: NAVD 86
4 12' X 12" INSPECTION HOLE
ONE DOWEL PER SIDE
(ONLY TWO SHOWN FOR CLARITY)
PLAN
NOTES
1. IOWA DOT CLASS B REVETMENT REQUIREMENTS
A. NOMINAL TOP SIZE OF 600 LBS.
B. AT LEAST 20% OF THE STONES SHALL WEIGH MORE THAN 500 LBS.
C. AT LEAST 20% OF THE STONES SHALL WEIGH MORE THAN 275 LBS.
D. AT LEAST 20% OF THE STONES SHALL WEIGH MORE THAN 25 LBS.
2. COARSE FILTER AGGREGATE (USACE B2) SHALL MEET THE BELOW GRADATION
SIEVE SIZE
PERCENT PASSING
6"
100
4'
79-100
3-
71-W
1.5.
54-71
}
3B84
}
2238
#4
7.22
#10
05
ISSUED FOR BIDDING
AND CONSTRUCTION
PERMITTING
-
alzzs
—
—
-
2s
-
—
-
—
-
—
wopa 0m
BARR ENGINEERING CO.
� � 4300 MARKETPOINTE DRIVE
SUITE 200
— MINNEAPOLIS, MN 55435
Ma °M. PI, i�por32- z
PR:1-BOOA32-2277 F¢(W)02-2601
s—l°
OHO
AS SHOWN
09/30/2024
CITY OF IOWA CITY
IOWA CITY, IOWA
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
IOWA CITY, IOWA
BARR PROJECT No.
15521009.00
elo
or.
RL62
CLIENT PROJECT No.
c NSTRUCTION
i
25
RECORD
tt
—
—
—
—
cl—
De g—I
JKH2
DAM REPAIRS
DETAILS
0
LB
AW
TSH
06/252025
ISSUED FORBIDDING AND CONSTRUCTION
RELEASED
TO/FOR
A
B
C
0
1
2
3
NO.
BY
CHK
APP.
DATE
REVISION DESCRIPTION
DATE RELEASED
JAVJ2
DWG. No.
C-05
REV. NopcW
0
MPS
TSH
'ARED SURFACE
LIMITS OF DETERIORATED CONCRETE
(SEE NOTE 1)
�-
EXISTING CONCRETE
"A" BARS W/ STD 90' BEND
DRILL AND ANCHOR 12" INTO
PERIMETER SAW CUT (SEE NOTE 2)
EXISTING CONCRETE NEW CONCRETE OR REPAIR MATERIAL FACE TO BE
SAW CUT AT EDGE
'A" BARS, SEE TABLE 1, FLUSH WITH SURROUNDING SOUND CONCRETE
OF PATCH (TYP.)
ORIENTATION OF REBAR MATS ALL LOOSE MATERIAL SHALL BE REMOVED
REMOVE DETERIORATED CONCRETE UNTIL
INSTALL REPAIR MORTAR FLUSH WITH
RELATIVE TO THE TAILS OF THE WITH SMALL EQUIPMENT (15 LB HAMMER MAX)
SOUND CONCRETE IS REACHED -SEE NOTE 4
EXISTING CONCRETE: ¢
w
ANCHOR BARS SHALL BE AS SHOWN
a
U
WITH THE LOWER MAT REBAR
w
BENEATH THE HOOKS AS SHOWN
EXISTING CONCRETE
•.
wY
_ :.�
'�... �`'Y• �_•�;- •.Cy y .'n;�:ai:}7 •.r••. •,.. •�: •r>';�
'' ~ ,�
.•.li.r�.
"•...,•!.
�'
•>J"
LL=
�,rr
•,41::'!" ;;A.}ti.
_," .'T �. f`.rr.'4':h V° a4.
�-i y-4-w' ��!�rii
d'r
>�.:
:dui)arf•S`1.�:}.:�!`�C:_,':fly7•
::/!}4{�.h. j�.%�'f1�•ln-'..yY
I-- A -A
A 1 DETAIL: SHALLOW CONCRETE REPAIR DEPTHS: 0" TO 3"
N.T.S.
NOTES
'ERIMETER SAW CUT (SEE NOTE 2)
1. CONTRACTOR TO DETERMINE REPAIR LOCATIONS AND LIMITS OF DETERIORATED CONCRETE.
2. MAKE A PERPENDICULAR SAW CUT AT LEAST 1 1/2" DEEP, BUT NO DEEPER THAN THE REINFORCING STEEL, A MINIMUM OF 6" OUTSIDE THE AREA TO BE REPAIRED. THE PERIMETER SAW CUT
SHALL HAVE NO ANGLES LESS THAN 90 DEGREES. EXERCISE CARE NOT TO CUT THROUGH EXISTING STEEL REINFORCEMENT. IF EXISTING REINFORCEMENT IS DAMAGED, REPAIR IN ACCORDANCE WITH THESE DETAILS.
3. PREPARE SURFACE BY REMOVING EXISTING CONCRETE WITH IMPACT TYPE POWER TOOLS TO A DEPTH NECESSARY TO EXPOSE A SURFACE OF SOUND, UNWEATHERED CONCRETE THAT IS UNCONTAMINATED
BY OILS, GREASES, OR DEBRIS. WHEN REQUIRED BY THE MANUFACTURER, PRIME SURFACES PREPARED TO RECEIVE REPAIR MATERIAL USING THE MANUFACTURER'S RECOMMENDED BONDING AGENT.
4. PROVIDE BLOCKOUTS FOR THE CONTINUATION OF ANY JOINTS ACROSS THE REPAIR, PLACE, CONSOLIDATE AND FINISH MATERIAL.
5. REPAIR MORTAR SHALL BE SIKARPEPAIR 224 OR ENGINEER APPROVED EQUAL. PLACE WITH TROWEL IN MAXIMUM 2 INCH LIFTS.
LIMITS OF DETERIORATED CONCRETE,
SEE NOTE 1
PERIMETER SAW CUT
REMOVE DETERIORATED CONCRETE
UNTIL SOUND CONCRETE IS REACHED,
SEE ^
2
EXPOSED REBAR- EVALUATE AND REPAIR IF
REQUIRED - SEE NOTES
EXISTING CONCRETE
SOUND/SOLID
EXISTING CONCRETE
AREA OF REINFORCEMENT WITH
SECTION LOSS GREATER THAN 25%
IF WIDTH OF BAR
INSTALL REPAIR BAR IN
ACCORDANCE WITH NOTES AND
TABLE BELOW
CONCRETE FLUSH WITH
3 CONCRETE
3^ 2'-0" OR D/3 (OCEW) I NEW CONCRETE 3" I
(WHICHEVER IS LESS)
TABLE 1
SURFACE
REPAIR
THICKNESS
BAR SIZE "A'
SPACING
4" TO 8"
M4
1 O" OC EACH WAY
>1 "
3 DETAIL: TYP CONCRETE DOWEL REPAIR
" = 1'-0"
NOTES:
1. PRIOR TO PERFORMING REPAIR, SOUND CONCRETE BY TAPPING IT WITH A HAMMER TO
DEFINE A BOUNDARY. BOUNDARY SHALL BE APPROX. 61NCHES BEYOND THE TRANSITION
BETWEEN SOUND AND UNSOUND CONCRETE.
2. WHERE EXISTING REBAR IS ENCOUNTERED DURING REPAIR LEAVE IN PLACE AND REMOVE
SURROUNDING CONCRETE.
3. WHERE REBAR IS TO BE ANCHORED INTO EXISTING CONCRETE, USE HILTI HIT RE-500 V3. NO
SUBSTITUTIONS ARE PERMITTED WITHOUT ENGINEER'S WRITTEN APPROVAL. INSTALLATION
MUST BE IN STRICT ACCORDANCE WITH ALL MANUFACTURER'S PRINTED INSTRUCTIONS.
4. PRIOR TO PLACING FRESH CONCRETE OR REPAIR MATERIAL IN CONTACT WITH EXISTING
CONCRETE SURFACES, SUCH SURFACES SHALL BE THOROUGHLY CLEANED BY SAND
BLASTING OR HIGH PRESSURE WATER JETTING (TYPICAL FOR ENTIRE PROJECT).
REBAR SIZE TOTAL LENGTH OF SPLICE BAR REQUIRED
.�.."!
2 DETAIL: SHALLOW TO MODERATE CONCRETE REPAIR WITH REBAR DEPTHS: 3" TO 20" 4 2'-0" WITH 180° HOOK EA. END
E 1
N.T.S.
5 Z-6" WITH 180" HOOK EA. END
.,.•""'
NOTES:
.—
2
1. CONTRACTOR TO DETERMINE REPAIR LOCATIONS AND LIMITS OF DETERIORATED CONCRETE.
..
`
2. MAKE A PERPENDICULAR SAW CUT AT LEAST 1 1/2" DEEP, BUT NO DEEPER THAN THE REINFORCEMENT STEEL, A MINIMUM OF 6" OUTSIDE THE AREA TO BE REPAIRED.
3. REMOVE EXISTING CONCRETE WITH IMPACT -TYPE POWER TOOLS. IF CONCRETE REMOVAL AROUND EXPOSED REINFORCING STEEL IS REQUIRED USE CHIPPING HAMMERS WEIGHING LESS
..
THAN 15 POUNDS, ABRASIVE WATER CUTTING, ORHIGH-PRESSURE WATER FOR REMOVAL.
Y
4. IF THE BOND BETWEEN THE CONCRETE AND ANY REINFORCING STEEL HAS BEEN DESTROYED, PROVIDE A MINIMUM CLEARANCE BELOW THE REINFORCING STEEL OF 1".
",...„.
5. REMOVE ALL CORROSION FROM REINFORCING STEEL USING A WIRE BRUSH.
6. REINFORCING BARS WHICH ARE DETERIORATED AT ANY POINT WHERE THE ORIGINAL CROSS SECTION OF ANY BAR HAS BEEN REDUCED BY MORE THAN 25 PERCENT SHALL BE REPAIRED BY
co
ADDING A SPLICED BAR.
e a
7. SPLICING SHALL BE BY LAPPING OR BY MECHANICAL OR WELDED BUTT CONNECTION.
8. REINFORCEMENT SHALL BE FREE FROM LOOSE RUST AND SCALE. DIRT, OIL, OR OTHER DELETERIOUS COATINGS THAT COULD REDUCE BOND WITH CONCRETE.
9. INSTALL REPAIR DOWELS PER DETAIL
--
10. INSTALL FRAMEWORK AND CONCRETE
ISSUED FOR BIDDING
PROJECT DATUM:
AND CONSTRUCTION
HORIZONTAL: STATE PLANE (NAD83), SOUTH, US FT
VERTICAL: NAVD 88
PERMITTNG
1125
Pr°I¢edO1Pce-
BARR ENGINEERING CO.
� � 43110 MARKETPOINTE DRIVE
SUITE 200
— MINNEAPOLIS. MN 55435
eomnmie Nea4°uaners: P »Dou32-V2
Minneapolis. Minnesota
Pe: tA00-632-2zn F _ (9 2)8322sa1
ean.arn
Day°
Dawn
ASJHOWN
09/30/2024
W
CITY IOWA CITY
IOWA CITY, IOWA
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
IOWA CITY, IOWA
" �R.R.,.,��� �
15521009.00
CONSTRUCTION
ants
—
RL82
DAM REPAIRS
DETAILS
CLIENT PROJECT No.
G°BC1etl
JKH2
RECORD
—
A
—
B
—
C
—
0
—
1
—
2
—
3
0
LB
AW
TSH
06/252025
ISSUED FOR BIDDING AND CONSTRUCTION
RELEASED
TO/FOR
De.g9
JAW2
DWG. No.
C-06
REV. No.
0
NO.
BY
CHK
APP.
DATE
REVISION DESCRIPTION
DATE RELEASED
npp,o�ee
TSH
UPSTREAM GEOMETRY FF
2024 DIVE INSPECTION
1
w
'i
FII I VnIn WITH C.nN!'RF
I DETAIL: PIER 1 UNDERMINING REPAIR
`X0 5 10
I I I
' SCALE IN FEET
NOTES
1. CONTRACTOR TO DETERMINE REPAIR LOCATION AND LIMITS OF VOID.
2. REMOVE ALL DEBRIS AND UNSOUND MATERIAL FROM VOID EXTENTS.
3. PROVIDE FORMS OR GROUT BAGS FOR UNDERWATER CONCRETE PLACEMENT.
4. INSTALL CONCRETE IN VOID. CONCRETE SHALL HAVE AN ANTI -WASHOUT AGENT AND BE FIBER REINFORCED.
5. GEOMETRY OF UPSTREAM SIDE OF PIER 1 IS APPROXIMATED FROM 2024 DIVE INSPECTION. ACTUAL
GEOMETRY MAY DIFFER FROM WHAT IS SHOWN.
PIER 2
PIER 2 ENCASEMENT
I
I
FILL VOID WITH CONCRETE -' ��
Cn FILL VOID WITH CONCRETE
LI t7 J A A
PLAN
-R 2 ENCASEMENT
I
SECTION A -A
2 \ DETAIL: EAST (LEFT) ABUTMENT UNDERMINING REPAIR
'%V N.T.S.
NOTES
1. CONTRACTOR TO DETERMINE REPAIR LOCATION AND LIMITS OF VOID.
2. REMOVE ALL DEBRIS AND UNSOUND MATERIAL FROM VOID EXTENTS.
3. PROVIDE FORMS OR GROUT BAGS FOR UNDERWATER CONCRETE PLACEMENT.
4. INSTALL CONCRETE IN VOID. CONCRETE SHALL HAVE AN ANTI -WASHOUT AGENT AND BE FIBER
REINFORCED.
HOOKED DOWEL (TYP) r eTI
�I
REMOVE MATERIAL 6" DEEP -
I
I -
I
I
SEE 4 FOR PHOTO OF REPAIR EXTENTS ' I
I I w
I I
I I
I
I
I I
I
L— _ -------------------
SECTION B-B
m
B[—
K
4.-..
3' CLEAR COVER
05 REBAR 6•' O.C. EACH WAY
•
• •
•
N.
a
FILL VOID WITH CONCRETE
HOOKED DOWELS 0 12-
AROUND PERIMETER, SI
B V
3 DETAIL: LEFT ABUTMENT REPAIR
0 1 2
I I II
NOTES
1. CONTRACTOR TO DETERMINE REPAIR LOCATION AND LIMITS OF DETERIORATED CONCRETE.
2. MAKE A PERPENDICULAR SAW CUT AT LEAST 1 1l2' DEEP, BUT NO DEEPER THAN THE REINFORCMENT STEEL, A MINIMUM OF 6- OUTSIDE THE AREA TO BE REPAIRED.
3. REMOVE CONCRETE WITH IMPACT -TYPE POWER TOOLS. IF CONCRETE REMOVAL AROUND EXPOSED REINFORCEMENT STEEL IS REQUIRED USE CHIPPING HAMMERS
WEIGHING LESS THAN 15 POUNDS, ABRASIVE WATER CUTTING, OR HIGH-PRESSURE WATER FOR REMOVAL
4. IF THE BOND BETWEEN THE CONCRETE AND ANY REINFORCING STEEL HAS BEEN DESTROYED, PROVIDE A MINIMUM CLEAREANCE BELOW THE REINFORCING STEEL OF 1".
S. REMOVE ALL CORROSION FROM REINFORCING STEEL USING A WIRE BRUSH.
6. REINFORCING BARS WHICH ARE DETERIORATED AT ANY POINT WHERE THE ORIGINAL CROSS SECTION OF ANY BAR HAS BEEN REDUCED BY MORE THAN 25 PERCENT
SHALL BE REPAIRED BY ADDING A SPLICED BAR.
7. SPLICING SHALL BE BY LAPPING OR BY MECHANICAL OR WELDED BUTT CONNECTION.
8. REINFORCEMENT SHALL BE FREE FROM LOOSE RUST OR SCALE, DIRT, OIL OR OTHER DELETERIOUS COATINGS THAT REDUCE BOND WITH CONCRETE.
9. INSTALL NEW REINFORCEMENT AND DOWELS AS SHOWN.
10. INSTALL FORMWORK AND PLACE CONCRETE.
DEMO 6' DEEP AROUND PERIMETER
OF SPALLING. EXTEND 6' PAST ANY
EXISTING DAMAGE AND RE -POUR
CONCRETE
i__ .1 w- ., , I
PROJECT DATUM:
HORIZONTAL: STATE PLANE (NAD83), SOUTH, US FT
VERTICAL: NAVD 88
4 PHOTO: LEFT ABUTMENT REPAIR ISSUED FOR BIDDING
AND CONSTRUCTION
CLIENT
&1625
—
amodOrr—
BARR ENGINEERING CO.
� 4300MARKETPOINTEDRNE
SUITE 200
MINNEAPOLIS, MN 55435
c«�o.ale Heaaouaners. lZ 22n
Mmreapor.s. Fn��"ewla Ea,c_Is00.632 zeo1
PR 1-80-32-ern ,
Scale
oelO
ASSHOWN
CITY OF IOWA CITY
IOWA CITY, IOWA
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
IOWA CITY, IOWA
BARR PROJECT No.
aERNITTINc
—
y1125
—
—
525
—
—
—
BID
09/30/2024
15521009.00
CLIENT PROJECT No.
o�»„
CONSTRUCTION
25
—--BARRLB2
REGORD
"`"°°
oev9rea
JKHz
DAM REPAIRS
DETAILS
0
LB
AW
TSH
OF✓25R025
ISSUED FOR BIDDING AND CONSTRUCTION
RELEASED
TO/FOR
A
B
C
0
1
2
3
NO.
BY
CHK
APP.
DATE
REVISION DESCRIPTION
DATE RELEASED
JAW2
DWG. No.
C_07
REV. No.
0
Arno°�
TSH
7
8' ACC TRAIL
- COMPACTED FILL 8' GRANULAR SUBBASE
1% 6
- -
14'-0'
EXISTING TRAIL SECTION
G o NOT TO SCALE
4" TYPE "B" ASPHALT BASE
VARIES
I
10'
1'-0" SUBGRADE -
PREPARATION (TYP.)
2.5' 6' 6' 2.5'
PROFILE
GRADE� I 2% /
2" TYPE "A" ASPHALT SURFACE
EARTH SHOULDER
p,"_ VARIES
10,
/"-21 EXISTING TRAIL SECTION
Gi0 NOT TO SCALE
2" TYPE "A" ASPHALT SURFACE
2.5
EARTH SHOULDER I I I '
PROFILE
GRADE
2% I VARIES
1 r— (SEE CROSS ECTIONS
1
IES 4" TYPE "B" ASPHALT BASE
VAR1l
Jam— o.
10' )
1'—O" SUBGRADE
PREPARATION (TYP.)
/�-31 EXISTING TRAIL SECTION
NOT TO SCALE
2" TYPE 'A" ASPHALT SURFACE
2.5' 6' 6' 2.5'
EARTH SHOULDER 1 4' TYPE 'B" ASPHALT BASE
ROFILE
GRADE
2% 4X
1
�—
r}, VARIES
A� 'A
VARIES J
zz
2% 0"
10'P )
1'-0" SUBGRADE
PREPARATION (TYP.)
a EXISTING TRAIL SECTION
�-o NOT TO SCALE
MATCH EXISTING
RECREATIONAL TRAIL,
HOT MIX ASPHALT, 6".
PLACED IN LIFTS NOT TO
EXCEED 2" THICKNESS
I
CL
TOPSOIL, SEED, I O TOPSOIL, SEED,
FERTILIZE 8 MULCH 10' OR 12' (SEE PLAN) FERTILIZE 8 MULCH
® 1
VARIES 2'E" EQUAL EQUAL 2'-6" VARIES
MATCH EXISTING
6:1 OR TRAIL PROFILE 1 5% MAX tO 6:1 OR
FLATTER FLATTER
eS
�gRgS
Im
/--6-'\TYPICAL TRAIL SECTION
G1 o NOT TO SCALE
NOTES:
1. INSTALL UNIFORM CROSSSLOPE OF NOT TO EXCEED 1.5%. OWNER'S
REPRESENTATIVE TO DETERMINE SLOPE DIRECTION AND THE LOCATION TO
TRANSITION FROM RIGHT TO LEFT. CROSS SLOPE TO MAINTAIN POSITIVE
DRAINAGE AT ALL TIMES. SMOOTH TRANSITIONS OF CROSS SLOPE ARE
REQUIRED
2. TRAIL PAVEMENT TO BE A MINIMUM OF 10' WIDE AND MATCH EXISTING PAVED
WIDTH.
3. REPLACE SUBBASE AT ALL TRAIL LOCATIONS MARKED BY OWNER'S
REPRESENTATIVE FOR REPLACEMENT.
4. DO NOT REDUCE EXISTING SHOULDER WIDTH
5. RESTORE AREAS ADJACENT TO TRAIL DISTURBED BY CONSTRUCTION TRAFFIC
MATCH EXISTING J
6" SPECIAL BACKFILL O3
EARTHEN
SHOULDERS,
TYP
•
c
0
�1
iq
origindesign.com
800 556-4491
CITY OF IOWA CITY
IOWA RIVER
POWERHOUSE
DAM REPAIR
PROJECT
IOWA CITY
> o 'o
Sheet Title
TYPICAL
SECTIONS
THE REGION INDICATED ON THIS SHEET IS THE LIMITS OF EXISTING PAVED TRAIL
WHICH ARE CONSIDERED TO BE A PART OF THE CONTRACTOR'S ACCESS ROUTE.
THE INTENT OF THE "REMOVAL OF SHARED USE PATH" AND "SHARED USE PATH,
HMA 6 IN" BID ITEMS ARE TO REMOVE AND REPLACE SECTIONS OF THE EXISTING
TRAIL DAMAGED DURING CONSTRUCTION. TRAIL DAMAGES CAUSED BY THE
CONTRACTOR OUTSIDE OF THE LIMITS SHOWN ON THIS PLAN SHEET WILL BE
REPAIRED AT THE CONTRACTOR'S COST. PRIOR TO CONSTRUCTION THE
CONTRACTOR AND OWNER WALL WALK THE TRAIL TO DOCUMENT CURRENT
CONDITIONS.
IT IS NOT ANTICIPATED THAT THE ENTIRE TRAIL PAVEMENT WILL NEED TO BE
REPLACED, BUT ONLY THAT SPOT REPAIRS WILL BE PERFORMED. QUANTITIES
IDENTIFIED IN THE PLANS ARE ESTIMATED AT 30% OF THE TOTAL AREA SHOWN.
ACTUAL QUANTITIES WILL BE MEASURED FOR PAYMENT BASED ON THE LIMITS
APPROVED BY THE OWNER.
START PROPOSED
10' TRAIL
END PROPOSED 10' TRAIL, /
START OF 12' TRAIL. APPROX. f/
LOCATION
<<
2
C40
I I \
EXISTING WETLANDS
/ 2 \
N
HORIZONTAL SCALE IN FEET
0 60 120
DRAWNG MAY HAVE BEEN REDUCED
E�0
i
F ,WkJ
_ 1
J P�
VJ� cCIV
IV y
PROPOSED TRAIL RESTORATION 4 4
LIMITS WHICH ARE ELIGIBLE FOR CITY J Q
PARTICIPATION IN RESTORATION COSTS z _-
�1
77
4
CONTRACTOR MAY BE ALLOWED TO
ACCESS VIA THE EXISTING FLAT
SHOULDER IN THIS REGION TO MINIMIZE
DAMAGE ON THE TRAIL. THIS SUBJECT
WILL BE DISCUSSED AT THE
PRECONSTRUCTION MEETING
•
e
a
M
q
-4
Fy
0 >t
d'
O
3q
origindesign.com
800 556-4491
eoq�wo:w
CITY OF IOWA CITY
Project Name
IOWA RIVER
POWERHOUSE
DAM REPAIR
PROJECT
Location / Description
IOWA CITY
� m n
z �e
O o
v p
Z m U.
O `o
U oLL LL
Z v m <
m I
Z -
s
o <
m 2F
a' p W •
LL O y
mi
> > m
o Z2
o_s
N N m
O'
IY d a e
Sheet Title
TRAIL REPAIR
PLAN
`
FULL TRAIL WIDTH SHALL BE KEPT
OPEN AT ALL TIMES, DO NOT
DISTURB EXISTING TRAIL OR
SIDEWALK
i)
a.
PARKING LOT FOR POWERHOUSE
'L
RESTAURANT _
Z � r
�.� ilk� I f.
1
,r
f
j 51
r
HORIZONTAL SCALE IN FEET i
0 60 120
DRAMNG MAY HAVE BEEN REDUCEDNow
L
THIS TRAIL SPUR CAN BE CLOSED TO PUBLIC
BUT MUST BE AVAILABLE TO CITY STAFF AS
NEEDED FOR WELL HOUSE MAINTENANCE.
CITY WILL INFORM CONTRACTOR WHEN
ACCESS IS NEEDED. CONTRACTOR USE OF
THIS TRAIL SPUR BEYOND THE LIMITS
SHOWN IS NOT ALLOWED. IF THIS TRAIL
SPUR IS DAMAGED BEYOND THE INDICATED
LIMITS, CONTRACTOR SHALL REPAIR AT NO
COST TO THE CITY.
TRAIL MAY BE USED AS SITE
ACCESS. REFER TO TRAFFIC
CONTROL AND STAGING NOTES
THIS SHEET FOR ASSOCIATED
REQUIREMENTS.
)WERHOUSE DAM TRAFFIC CONTROL AND STAGING NOTES
1. ALL TRAFFIC CONTROL DEVICES, PROCEDURES, AND LAYOUTS WITHIN THE
LIMITS OF THIS PROJECT SHALL CONFORM TO THE "MANUAL ON UNIFORM
TRAFFIC CONTROL DEVICES FOR STREETS AND HIGHWAYS (MUTCD) AS ADOPTED
BY THE IOWA DEPARTMENT OF TRANSPORTATION PER 761 OF THE IOWA
ADMINISTRATIVE CODE (IAC), CHAPTER 130'. THE CONTRACTOR SHALL FURNISH
TRAFFIC CONTROL INCLUDING BARRICADES AND SIGNS AND SHALL BE
RESPONSIBLE FOR SIGNING. THE CONTRACTOR SHALL FURNISH, ERECT AND
MAINTAIN ALL NECESSARY TRAFFIC CONTROL DEVICES ON A 24 HOUR PER DAY, 7
DAYS A WEEK BASIS DURING THE CONSTRUCTION PERIOD AND SHALL PROVIDE A
24 HOUR CALL NUMBER FOR REPAIR OF DEFICIENCIES.
2. ALL PUBLIC STREETS SHALL BE OPEN TO ALL TRAFFIC AT ALL TIMES.
3. THE TRAIL BRIDGE CROSSING THE IOWA RIVER CANNOT BE DISTURBED AND
SHALL BE OPEN AT ALL TIMES.
6. THE PRIMARY IOWA RIVER TRAIL CONNECTION FROM THE BRIDGE TO FOSTER
ROAD MUST REMAIN OPEN WITH AN ADA ACCESSIBLE PATH A MINIMUM OF 4'
WIDE AT ALL TIMES WHILE CONTRACTOR IS USING THE ROUTE TO ACCESS THE
DAM SITE FOR THE DAM REPAIR WORK. ONCE THE CONTRACTOR IS FINISHED
USING THE TRAIL AS AN ACCESS ROUTE, IT IS ANTICIPATED THAT TRAIL REPAIRS
INCLUDING REMOVAL AND REPLACEMENT OF THE HMA PAVEMENT AND BASE
COURSE WILL BE MADE TO DAMAGED AREAS AS DIRECTED BY THE OWNER'S
REPRESENTATIVE. DURING THESE TRAIL REPAIRS, A SHORT TERM CLOSURE OF
THE TRAIL TO ALL USERS TO COMPLETE THE REPAIRS WILL BE ALLOWED.
7. TRAIL SPURS AS NOTED CAN BE CLOSED TO TRAIL TRAFFIC.
6. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN INDICATING MEANS
AND METHODS OF ACCOMMODATING TRAIL USERS DURING CONSTRUCTION. THE
TRAFFIC CONTROL AND STAGING PLAN SHALL BE SUBMITTED A MINIMUM OF TWO
WEEKS PRIOR TO CONSTRUCTION TO ALLOW FOR CITY REVIEW. THE
CONTRACTOR SHALL INCORPORATE ANY COMMENTS PROVIDED BY THE CITY.
7. IF THE CONTRACTOR IS UTILIZING THE EXISTING TRAIL FOR ACCESS, FLAGGERS
SHALL BE USED TO PROVIDE FOR THE SAFETY OF TRAIL USERS WHEN
CONSTRUCTION EQUIPMENT IS ON THE TRAIL. FLAGGERS SHALL BE INCIDENTAL
TO THE WORK OPERATION. FLAGGING PROCEDURES AND EQUIPMENT SHALL
MEET THE REQUIREMENTS OF CHAPTER 6 OF THE MUTCD.
8. ALL TYPE III BARRICADES AS NEEDED TO CLOSE THE TRAIL SHALL BE ADA
COMPLIANT.
9. STAGING AND WORK AREA SHALL HAVE FENCING APPROPRIATE TO KEEP TRAIL
USERS FROM ENTERING THE WORK OR STAGING AREAS.
0
»
C
W
"."I 3C
Ln O
LY
•-� O
O
H
z
• - O
O
Z
SL
O _at
O
3
origindesign.com
800 556-4491
CITY OF IOWA CITY
Project Name
IOWA RIVER
POWERHOUSE
DAM REPAIR
PROJECT
Location i Description
IOWA CITY
Sheet Tide
WEST TRAFFIC
CONTROL
TC-01
cl
HORIZONTAL SCALE IN FEET
0 20 40
DRAWING MAY HAVE BEEN REDUCED
END OF RADIUS OF CURB
Ys
v
Client Name
CITY OF IOWA CITY
Protect Name
IOWA RIVER
POWERHOUSE
DAM REPAIR
PROJECT
Location / Description
IOWA CITY
❑
O o
U 2
O
Z m U ;
O
O LL
LL;
❑ v 0
Q N a
z N W I
Z - 1
❑ i
m a =i
O C N W 1
U. O N -
❑ na �+
y mz'i':
o:
TRAFFIC
CONTROL
lb
U�
�0
OU
�z
O O
�I
U0
PERMITS
IOWA DEPARTMENT OF NATURAL RESOURCES
PERMIT NO.: FP 2001-222 DATE: SEPT. 4, 2001
U.S. ARMY CORPS OF ENGINEERS
PERMIT NO.:CEMVR-OD-P-407720 DATE: APRIL 6, 2001
SPECIFICATIONS
THE STANDARD SPECIFICATIONS, SERIES OF 2001,
OF THE IOWA DEPARTMENT OF TRANSPORTATION,
PLUS CURRENT SUPPLEMENTAL SPECIFICATIONS
AND SPECIAL PROVISIONS SHALL APPLY TO
CONSTRUCTION WORK ON THIS PROJECT.
PROJECT TRAFFIC CONTROL PLAN
THE PARKING LOT FOR IOWA RIVER POWER CO. RESTAURANT
SHALL BE MAINTAINED FOR PATRONS AS INDICATED IN THE PLANS.
CONSTRUCTION VEHICLES SHALL NOT BE PARKED IN THE PUBLIC
PARKING AREAS. ACCESS INSIDE THE TEMPORARY CONSTRUCTION
EASEMENT SHALL BE SECURELY RESTRICTED WITH FENCING.
SHOP DRAWINGS
ALL SHOP DRAWINGS AND FALSEWORK DRAWINGS
THAT REQUIRE APPROVAL SHALL BE SUBMITTED TO:
NNW, INC.
316 E. COLLEGE ST.
IOWA CITY, IOWA 52240
(319) 351-2166
LOCATION MAP
® IOWA CITY, IOWA
INC. (319)351 2166 FAX (319)351 -0256
z
rn
CITY OF IOWA CITY
IOWA
PLANS FOR PROPOSED
IOWA RIVER DAM RENOVATION AND
PEDESTRIAN TRUSS BRIDGE
OVER THE IOWA RIVER
CITY OF IOWA CITY
CITY OF IOXA CITY
300'-0 ROCK -FILLED DAM &
10'-0 WIDE PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM BOW TRUSS BRIDGES
PILE BENT PIERS AT SPILLWAY H-SECTION BRIDGES
INDEX OF SHEETS
NO.
SHEET_ _
NO.
SHEET
PIER 2 DETAILS_
TYPICAL PIER DETAILS
EAST ABUTMENT _
RIDGE_ ELEVATION AT DAM
BRIDATI N AT SPILLWAY
SIDEWALK RAJILING DETAILS
1
2
3
_
COVER SHEET _
GIN RA NOT AN TITI
21--PIER_2-DTAILS
22
SITUATION PLAN
23
4
5
DAM --GENERAL PLAN _
QENERAL PLAN
24
_25
_6
7
SDIL BORINGS
DAM REPAIR DETAILS
26
27
8
DAM REPAIR AI
28
SIDEWALK RAJLING DETAILS
9
DAM REMOVALS
29
1 ALK_RAILING DETAILS
WEST OUTLOOK RAILING DETAILS
RI _ LIGHTING DETAILS
WEST BRIDGE APPRQACH PLAN
10
11_
12
AM REPAIR_ DETAILS - STEP ONE AND TWO
DAM REPAIR DETAILS -STEP THREE _ANp_FQ R
DAMR PAIR DETAILS - STEP FIVE X
30
31
32
13
WEST ABUTMENT GENERAL PLAN
33
34
_
EAST BRIDGE_ APPROACH PLAN
BOAT RAMP AND DRIVE
14
WEST __QUTLD2_RAILIL`1G Pl
15
WEST 0 T O K DETAILS
5
AT P ETALL
16
17_
18
WEST ABUTMENT PLAN AND ELEVATION
WEST ABUTMENT DETAILS
WEST ABUTMENT DETAILS
PIER 1 DaLS
Lk19
PIER i Puts
INC.
*5-
STANDARD PLANS
THE FOLLOWING STANDARD ROAD PLANS SHALL
BE CONSIDERED APPLICABLE TO CONSTRUCTION
WORK ON THIS PROJECT.
(DENT. I DATE 11 ]DENT. DATE
RA-43 4/30/09
cuRv TMa „6 oomsc om.vn . s wmmn er uc
1(. JqC toi�awc[r�w®n�a� wavr.�s or nc m"�a'c�a n".,ouir �xo�n
1-7
10597
.. xnsmna� om�es o®ar 31. pow 1 1M1 35
�510NAE
LTA
5 - 1 1 35
-z113
ITEM
ESTIMATE OF QUANTITIES
GENERAL NOTES
IIIL PURPOSE OF THIS PROJECT IS TO SEAL AND FORTIFY THE EXISTING DAM AND
CONSTRUCT A PEDESTRIAN BRIDGE ACROSS THE DAM AND SPILLWAY. THE BRIDGE IS
DESIGNED FOR 100 POUNDS PER SQUARE FOOT OF LIVE LOAD OR A 10,000 POUND
VEHICLE. PROVISION IS MADE FOR 75 POUNDS PER SQUARE FOOT FOR FUTURE CONCRETE
DECK.
FLOW IN THE IOWA RIVER IS CONTROLLED BY THE CORALVILLE DAM 3 MILES UPSTREAM.
THE CONTRACTOR SHALL BE FAMILIAR WITH THE OPERATION OF THE DAM AS IT PERTAINS TO
FLOW IN THE RIVER. DAILY FLOW AND ELEVATION INFORMATION IS AVAILABLE BY CALLING
319— r HISTORICAL DATA AND SOME FORCAST INFORMATION CAN BE FOUND ON
THE IN E NE L<hdp•//water.myr.usace.army.mil/>. ADDITIONAL PUBLISHED HISTORICAL.
FLOW DATA IS AVAILABLE.
ITEM
UNIT
QUANTITY
TOTAL
L S,
1
ID GRUBBING
EXISTING BRIDGE
I R.
1
F DAM AS PER PLAN
DAM,
L.S.
1
F BOAT RAMP AS PER PLAN
L.S.
1
,AVATIO S 10
460
CLASS
1568 0
CLASS1
CLASS
5
ORTAR
I C.Y.
1 1953
WHERE PUBLIC UTILITY FIXTURES ARE SHOWN ON THE PLANS OR ENCOUNTERED WITHIN THE
CONSTRUCTION AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE
OWNERS OF THE UTILITIES PRIOR TO THE BEGINNING OF CONSTRUCTION. DAMAGE TO ANY
URILIRES TO BE RESPONSIBILITY OF CONTRACTOR. THE CONTRACTOR SHALL AFFORD ACCESS
TO THESE UTILITIES FOR NECESSARY MODIFICATIONS. STRUCTURES AND UTILITIES HAVE BEEN
PLOTTED FROM AVAILABLE SURVEYS AND RECORDS, AND THEREFORE THEIR LOCATIONS MUST
BE CONSIDERED APPROXIMATE ONLY. IT IS POSSIBLE THERE MAY BE OTHERS, THE
EXISTENCE OF WHICH IS PRESENTLY NOT KNOWN OR SHOWN. IT IS THE CONTRACTOR'S
RESPONSIBILITY TO DETERMINE THEIR EXISTENCE AND EXACT LOCATION AND TO AVOID DAMAGE
THERETO. NO CLAIMS FOR ADDITIONAL COMPENSATION WILL BE ALLOWED TO THE
CONTRACTOR FOR ANY INTERFERENCE OR DELAY CAUSED BY SUCH WORK.
SOUNDING AND TEST BORING DATA SHOWN ON THESE PLANS WERE ACCUMULATED FOR
DESIGNING AND ESTIMATING PURPOSES. THEIR APPEARANCE ON THE PLANS DOES NOT
CONSTITUTE A GUARANTEE THAT CONDITIONS OTHER THAN THOSE INDICATED WILL NOT BE
ENCOUNTERED. COPIES OF BORING DATA CAN BE OBTAINED THROUGH CITY OF IOWA CITY
ENGINEERING DEMPARTMENT.
FIRES FOR THE DISPOSAL OF RUBISH ON THE SITE ARE EXPRESSLY PROHIBITED. NO
DEMOLITION DEBRIS SHALL BE LEFT ON SITE. IT SHALL BE THE CONTRACTORS
RESPONSIBILITY TO PROVIDE WASTE AREAS OR DISPOSAL SITES FOR EXCESS MATERIAL
(EXCAVATED MATERIAL OR BROKEN CONCRETE) WHICH IS NOV ALLOWED TO BE INCORPORATED
INTO THE WORK INVOLVED ON THIS PROJECT. NO PAYMENT WILL BE ALLOWED FOR MATERIAL.
HAULED TO THESE SITES. NO MATERIAL SHALL BE STORED OR DISPOSED OF WITHIN THE
RIGHT—OF—WAY, UNLESS SPECIFICALLY STATED IN THE PLANS OR APPROVED BY THE
ENGINEER.
SHOP DRAWINGS AND SUBMITTALS:
ALL SHOP DRAWINGS AND FALSEWORK DRAWINGS THAT REQUIRE APPROVAL SHALL BE
SUBMITTED TO:
NNW, INC.
316 E. COLLEGE ST.
IOWA CITY, IOWA 52240
THE FOLLOWING IS A LIST OF REQUIRED SUBMITTALS:
1. DAM REPAIR ACCESS AND PROCEDURE
2. PRE —FABRICATED PEDESTRIAN BRIDGE SHOP DRAWINGS
3. PILL DRIVING EQUIPMENT DATA
4. DRAINAGE PIPE AND INTAKE MATERIALS SHOP DRAWINGS
5. GENERAL PROJECT SCHEDULE
6. BRIDGE LIGHTING
7. CHAIN LINK FENCE MATERIAL.
8. ELECTRIC CONDUIT
9. HANDRAIL SHOP DRAWINGS
SPECIFICATIONS
DESIGN: AASHTO, STANDARD SPECIFICATIONS FOR HIGHWAY BRIDGES, SERIES OF 1996,
PLUS CURRENT INTERIM SPECIFICATIONS
CONSTRUCTION: IDOT STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE
CONSTRUCTION, SERIES OF 2001, PLUS CURRENT SUPPLEMENTAL SPECIFICATIONS AND
SPECIAL PROVISIONS, IOWA DEPARTMENT OF TRANSPORTATION.
DESIGN LOADING:
LIVE LOAD: AASHTO (100 PSF) OR 10,000 LB VEHICLE
IMPACT: NONE
DESIGN STRESSES:
DESIGN STRESSES FOR THE FOLLOWING MATERIALS ARE IN ACCORDANCE WITH AASHTO,
STANDARD SPECIFICATIONS FOR HIGHWAY BRIDGES, SERIES OF 1996, PLUS CURRENT
INTERIM SPECIFICATIONS
STRUCTURAL STEEL IN ACCORDANCE WITH SECTION 10,
ASTM A572W, GRADE 50, Fy=50,000 psi
STRUCTURAL CONCRETE IN ACCORDANCE WITH SECTION 8.2, CLASS C, F'c=4,000 psi
REINFORCING STEEL: ASTM A615, GRADE 60, Fy=60,000 psi
HYDRAULIC DATA
D.A. = 3200 sq. mi. SPILLWAY OVERTOPPING
Q100 = 25,000 cfs ELLV. = 6bl.45
0? = 9500 cfs
STAGE -DISCHARGE INFORMATION
DISCHARGE
STAGE ELEV.
FLOW
RATE (cfs)
ABOVE DAM
BELOW DAM
Q500
656.7
655.9
40,000
Q1oo
655.2
652.6
22,500
Q50
654.5
651.3
20,000
Q10
653.0
647.5
12,000
AAn.0
^ 655
w
w 650
Q
N 645
P
vE 4
AM CREST
64850
_
L
ol
ZIELEV.
0
0
0
30
Q
C"l'
o ---1
02 010 O50 OS00 50 e
DISCHARGE (cfs x 1000)
C
STAGE -DISCHARGE CURVE
GENERAL NOTES and QUANTITIES
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
STATE __ _.._
i. Y YEAR NC.
ovA 5 2 i5
a
INTERSECTION OF FIRST AVE. &FIFTH ST. ELEVATION 657.71
INTERSECTION OF FIRST AVE. &FIFTH ST. PL. ELEVATION 657.69
1
-p►4Wgy---
�
WEST
ABUT
--- i_z. ._z. �
R 2MiR � `4 �
-,_r -� )•�. . �
ABUT.
_
PER1BUTMENT)iCCCCCC������'
CEAST DAM
VBRID
j
L.,
APPROACH
(1DE)
/
IOWA alvalt
REST' V�
N
x
'1
CORALVILLE BM k4, NE BOLT ON FIRE HYDRANT AT 200' SOUTH OF CORALVILLE BM N6; NE BOLT ON FIRE HYDRANT AT SOUTHWEST CORNER OF
WIt 11
E
C,
' IOWA RIVER DAI4
r
CONCRETE PIERS AT DAM I PILE BENT PIERS AT SPILL
CORALVILLE BM #4:
NE BOLT ON FIRE HYDRANT AT 200' SOUTH OF
CORALVILLE BM #6: NE BOLT ON FIRE HYDRANT AT SOUTHWEST CORNER OF ---
INTERSECTION OF FIRST AVE. & FIFTH ST. ELEVATION 657.71
INTERSECTION OF FIRST AVE. do FIFTH ST. PL. ELEVATION 657.69
1 i§a J 1'
l I 1 L..
}WA CITY,
SET END OF
C.L. BRG. W. ABUT. C.L. PIER 1
BRIDGE DECK ELEV. 660.00 BRIDGE DECK ELEV. 660.00
1
C.L. PIER 2 C.L. PIER 3
DECK ELEV. 660.00 DECK ELEV. 660.00
C.L. PIER 4 C.L. PIER 5 C.L. PIER 6 C.L. PIER 7 C.L. E. ABUT.
ECK ELEV. 660.00 DECK FILEV. 660.00 ECK ELEV. 660.00 ECK ELEV. 660.00 DECK ELEV. 657.50
BRIDGE ON
148'-10 ' 148'-10 '
78'-4" 78'-4"
rRIDGE
78'-4"
NEW DAM WALL
144'-1�' C.L.-C.L. BRG. 144'-1j" C.L.-C.L. BRG.
I
6 PREEN GINFERED H-SE TION STEEL TRUSS BRIDGES
-----
I 1:70
- _
wA Ate► I S.1 a
LOW STEEL
BEDROCK ELEV. t641.0
DAM CREST ELEV. 657.50
BEDROCK
EXIST. FISH LADDER
& ELEV. 648.5 USE DAM ABUTMENT
LEV. t631.0
HP10x42
CHUTE TO BE REMOVED ELEV 654.4 FOR PIER FOUNDATION
c,tewi Wa' �rwtglt OSOO ELEV. 660.0
�`�, }1
3 ®33' LONG
(3'
(3' FREEBOARD REO'D)
ENCASED (TYP.)
SEE SHEET 23
ELEVATION
SCALE 1' = 40'
AY
d PMA22 SHEET PILE CURTAIN
1
�-
WALL TIED INTO ABUTMENT
1�
11 UPSTREAM FROM DAM. TO
REMAIN IN PLACE
km '� 4
1
EXISTING DAM
148'-10�' 148-10J'
pZ
144'-Ij' CL-CL BRG. 144'-1�' CL-CL BRG.
1�
NEW 2'-0" THICK
j
4 i
WALL FACE 6'-6"
I
o
V
(SEE SHEET 16 6
1 78'-4'
78'-4 78'-4' 78'-4'
78'-4'
FOR DETAILS)
-
----
�
----o---
%
1
- ---' --- --
;z
WEST ABUTMENT
XI FISH LADDER & CHUTE P R 1 PI
PIE R 3
R 2 "
PI 4 5 P R 6
� ---
t
`; PI 7 EAST�$UTM
"
�- -
BE
TO BE REMOVED
(EAST
DAM
294'-0' FACE -FACE DAM ABUTMENTS ABUT
ENT)
i, I
RID APPROACH/
FIELD VERIFY
(1 WIDE)SEE SHEET 33
i
PLAN
SCALE: 1' = 40'
GENERAL PLAN
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
IOWA CITY,
IOWA
n^,EF'."ST
"
—
s1
1 5
1 35
INC. 319351-2166 I AX 319 351 0256
r
ti 3
BORING B-1
LT. STA. 99+66
INq G &2 B4
�15' LT. STA. 103+115
.
`t
Y.
LTU—
SHEFTT
L
DAM REPAIR NOTES
14LJ JL
i
THE EXISTING DAM WAS BUILT IN 1922 AS A RUCK FILLED TIMBER CRIB WITH A
CONCRETF SHELL. AN INVESTIGATION OF IHE INTERIOR OF THE DAM REVEALED
THAT THE TIMBER HAS ROTTED AWAY. THE EXISTING ROCK FILL IS IN GOODCONDITIO
,(
GONLRALLY IN CONDITION
(j�
THE EXISING FANDECRACKSLL IS LTHAI
3PAL
S.
HOWFV RN THERE ARETSOME LEAK. O[OW
[HE DAM HAS A VOID UNDER THE CONCRETE CASING. THE EXISTING BRIDGE
PIERS WLRL ADDED SEVERAL YFARS AFTER THE DAM WAS BUIIT AND ARE
DOWELED TO THE SHELL BUT DO NOT PENETRATE IT. ]HE TYPICAL CROSS
SECTION SHOWN ON THIS SHELI WAS TAKEN FROM LIMITED EXISTING PLANS.
PHOTOS ON THIS SHEET SHOW THE CONDITION OF THE INTERIOR OF THE DAM AI
IRE TIME OF THE INSPECTION.
[HE REPAIR OF THE DAM WILL INCLUDE BUT NOT LIMITED TO THE FOLLOWING:
FILLING THE VOIDS IN THE EXISTING ROCK FILL WITH FLOWABLE MORTAR.
FILLING THE VOID BETWEEN THE ROCK FILL AND THE EXISTING CONCRETE SHELL
WITH HIGH SLUMP CONCRETE.
BUILDING A NEW FACE ON THE DAM TO SEAL THE EXISTING CONCRETE SHELL.
THE CONTRACTOR MAY ACCESS THE DAM BY:
1) IHE EXISTING BRIDGE. THE CONTRACTOR SHALL DETERMINE [HE CAPACITY
AND SAFFIY OF THE EXISTING BRIDGE PRIOR 10 ANY USE. THE CONTRACTOR
MAY AT HIS/HER COST REPAIR OR STRENGTHEN THE EXISTING BRIDGE. THE CITY
ASSUMES NO RESPONSIBILITY OR LIABILITY FOR THE EXISTING BRIDGE OR ITS USE
ON THIS PROJECT.
2) A TEMPORARY ROADWAY ON THE DOWNSTREAM SIDE (SEE TEMPORARY
ROADWAY DETAIL FOR FILL AND ARMORING REQUIREMENTS).
3) A BARGE LAUNCHED FROM THE EAST BANK
4) SOME COMBINATION OF THE ABOVE.
THE DAM MAY NOT BE ACCESSED BY THE PRIVATE PARKING LOT ON WEST SIDE
FXCEPT BY WRITILN PERMISSION BY THE OWNER. THE CONTRACTOR SHALL
SUBMIT A COPY OF ANY SUCH PERMISSION TO THE ENGINEER.
A METHOD FOR ACCESSING AND ACCOMPLISHING THE DAM REPAIR IS SHOWN ON
SHEETS 10. 11, AND 12 AND MAY BE USED AS A GENERAL CONCEPT. THE
CONTRACTOR MAY PROPOSF ANOTHER METHOD. THE FINAI SYSTEM USED SHALL
BE APPROVED BY THE ENGINEER. THE CONTRACTOR SHALL SUBMIT 6 COPIES OF
PLANS AND CALCULATIONS FOR THE PROPOSED ACCESS MLTHOD TO THE
ENGINEER FOR CHECKING AND REVIEW. THE ENGINEER WILL HE ALLOWED 30
CALENDAR DAYS IN WHICH TO REVIEW WORK PLANS. REVISED PLANS MAY BE
EXISTING
RFOUIRFD BY THE ENGINEER LATER BECAUSE OF UNFORESEEN SITE CONDITIONS,
PIER BRIDGE
UNUSUAL CONSTRUCTION PROCEDURES OR DEVIATION FROM ORIGINAL ACCESS
)VF D
PI ANS. SLC I ION 1105.03 OF THE IDOT STANDARD SPECIFICATIONS SHALL
APPLY. ALL STRUCTURAI PORTIONS OF THE ACCESS SYSTFM SHALL OL
r
i
DESIGNED AND CERTIFIED BY AN ENGINEER LICENSED IN THE STATE OF IOWA.
THE EAST ABUTMENT SHAIL. BE RL13UILI AS SHOWN ON SHFET 24. THE WEST
ABUTMENT SHALL BE REPAIRED AND FORTIFIED AS SHOWN ON SHFFTS 13 THRU
18.
THE EXISTING PIERS SHALL BE REMOVED AS SHOWN ON SHEET 9 AND 12. A
NEW PEDESTRIAN BRIDGE WILL BE BUILT OVER THE EXISTING DAM. THE DETAILS
OF THE NEW BRIDGF ARE SHOWN ON SHEETS 25 AND 26.
PHOTOGRAPHS ONLY REPRESENT SPECIFIC INSTANCES, ACTUAL CONDITIONS MAY
DIFFER FORM THOSE SHOWN.
DAM REPAIR DETAILS
DAM LOOKNG WEST
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
PROJECT NUMBER
$TOTE
R
NO.
IOVA
5
7
35
01 -`, 3: 13
t z� IOWA
t q
PIER REINFORCING BAR LIST
BAR LOCATION SHAPE LENGTH NO. WEIGHT
8 SP 0 1'- 0 = 8'-0"
So 1 Face horizontal 28 -0 192 14,336
°o v 7b1 Face vertical : .; :6
!�
"
p
r
'o
8d1 Dowels 2 -0 150 801
1-6 2
1 - Dowels - 1 i
o
{{
r }i
_ _
0 0 o I - M 7u1 Lower Hoops 16 -8 . _, 2 '-
4 -
10
H. Weight Total (Ibs)
BENT BAR DETAILS
Hd,- I'""{;.P''•.
8 2 (SP. ® 24" o.c.)
- 8d1 �F ( P.) MIN 6" EMBED.
EPDXY
\ ?
10
. I
0
i
O
0
6�
�
o �7. - o I
`Y
4/t� � ,,✓��• I_ I Note: All dimensions are out to out
ESTIMATE OF QUANTITIES
q�,.}� �I'
- I .. e•' �✓ to A" ITEM UNIT QUANTITY
#/�r`IM''
b ( CONCRETE STRUCTURAL g 3 272
STEEL REINFORCING EPDXY COATED
I . 1
3'-0 A�J FLOWABLE MORTAR 286
N
coNc E
PROPOSED DAM FACE DETAILS T M ILL
SCALE:
DAM REPAIR NOTES
ALL EXPOSED CORNERS 90 DEGREES AND SMALLER ARE TO BE
FILLETED WITH A 3/4' DRESSED AND BEVELED STRIP.
PIER
MINIMUM CLEAR DISTANCE FROM FACE OF CONCRETE TO NEAR
REINFORCING BAR TO BE 2' UNLESS OTHERWISE NOTED OR SHOWN.
-EXISTING PIER t°d`y
Spa✓` \i k� ZA47 ALL REINFORCING STEEL TO BE ASTM A615-GR60 EXCEPT CAP
L+'r~
STIRRUPS MAY BE ASTM A615-GR40.
I/•�'R,,•1
8a1
j IF EXISTING PIER IS LEFT IN 7b1 I DAM CREST
PLACE UNTIL AFTER THE NEW ALL REINFORCING STEEL IS TO HE SECURELY WIRED IN PLACE
FACE OF DAM IS INSTALLED -6" i BEFORE CONCRETE IS POURED.
POCKET OUT 2" DEEP TO P ALL POUR BREAKS SHALL HAVE A 2X4 KEYWAY AND REBAR EXTENDING A
I//
/ ALLOW FOR PIER RFMOVAI- MINIMUM OF 2' -0 INTO NEXT POUR.
AND SMOOTH PATCHING.
K
t
CONSTRUCTION
JOINT
�e r
P b pay
DAM REPAIR DETAILS
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
T
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
6 7u1 OVER THE IOWA RIVER
P. CITY OF IOWA CITY
CROSS SECTIONELEVATION
SCALE: 1 a'=1'
PROJECT NUMBER STATE NO.
IOWA CITY, IOWA MA 5 s 1 35
319 351-2168 FAX :319 351 -025ti
3• 13
PH 3: 13
E
0 I'VA
REMOVF EXISTING CONCRETE PIECL5.
PILCL S MAY BE BROKEN INTO SMALLER
PIECLS AND DISPOSED OF AS RIP RAP.
WEST END OF DAM - UPSTREAM EAST END OF DAM - DOWNSTREAM
LOOKING WEST LOOKING NORTH
DAM REMOVALS
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
IOWACITY, IOWA
PIDJECT NUMBER
ST-
'y"E,gL
M9,
35
INC. 2166 I'AX (319),VA -O',l,
! E R r
Y 0 W
, i
R
10 vIV
30 PM 3: 13:
v
i CLERK
C I T Y. ICEOVA
714?5
of
-------- -- -D NOTE:
SEE SHEET 17 FOR SECTIONS
------------- ----------
EXI
AB
END OF BRIDGE
- — - — - — - — - — -
A* STA. 100f00
EXISTING
NEW STEEL CURB LINE
cn SHEET PILE
PZ27
NEW WALL FACE BRI
CANTILEVERED
LOOKOUT f 481-1
BRI GE
DAM
32 ol 5'—I0J'
(SEE SHEET 13) 4
ABUTMENT PLAN
SCALE- fl'=l'
WEST ABUTMENT GENERAL PLAN
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
IOWA CITY, IOWA
IKC, (319)351-2166 FAX (319)351-0256
10V^
51
1 13
1 35
P 1�1
n 3: 13
. , L F IR1 K
r Y, 10 W'A
lo•-o• la'-2• ______�__ lo•-o• lo'-o•
SIDEWALK RAIL QUANTITIES
ITEM UNIT QUANTITY
15'-6' I
4'
HANDRAIL - 4'-6' HIGH LIN. FT. 136
v 12'-10' 1-4'
HANDRAIL - 3'-6' HIGH LIN. FT. 30
_
t 2,_6, L �> P
C°NCRlTE ~
rYP.
-0•
RAIL NOTES 1�75 .�'
SEE SHEET 27 FOR RAIL NOTES.
'
660.30 660.30 CURB I
4-6'
'
V660.22 V660.22 660.00
HAN AIL
658.17 -
p.-
�4•
i - - - -
f- - _
- - - - - -- -- - - RAMP
o 657,25
�' I
660.00
657.15
---4 1 i
I
- -654.44
Hill 11111111 - -
-' - - - _ -_ _ __ __ - W.P.
PH 3- 13
LERK
�f
it {('�iY1�j
G:
i
Q.
�I WALL TOV E WALL CL WALL TO E WALL
BRICp
I I LEDGE ICK
T.O.
LEDGE II
T.OWALL ----- T.O. WALL
626-0' 660.22
WALL
658.76
1
W.P. , `
WALL 65 \
Zo � � - 65723
STA 100+00
O
FOUNDATION PLAN AT WEST OUTLOOK
SCALE- 1' = 1-0'
SCALE -
-- 3/16' = 1'-0'
WALL CROSS SECTION - "A"
try r. 1• . -V-0.
705 JUN 3
G1T"T' GL
IOWA CT .
WEST OUTLOOK DETAILS
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
�a
0
1u3:l3
RI1
IMNA
P. ' : �
*�'p,,
�. k
g 4, 'S«f�
4
WEST OUTLOOK SLAB REINFORCING BAR LIST
lE'—o•
8'-
BAR LOCATION SHAPE LENGTH NO. WEIGHT
5'-0'
M.I. 5'-- -
3'-0' '-0-
�1p,,1�15
`
7w2 WEST ABUTMENT LANDING 11'-8 178 4 246
4'
521' 4'
7w3 WEST ABUTMENT LANDING 35'-1 1611
7w4 WEST ABUTMENT LANDING13'-2 8 215
7w5 WEST ABUTMENT LANDING 14'- 816
7n1
7w6 WEST ABUTMENT LANDIN l 4'- 26 1 51
6k2
6n2
7w7 WEST ABUTMENT LANDING 7'- 26 91
7ro1
7w8 WEST ABUTMENT LANDING '-9
7n1
#5n2 ,1
5 1 I BARRIER CURB L BAR --j 6-3 254 1,656
5 2 BARRIER CURB LONGITUDINAL 40-0 36 1,502
—__
6k1 7n1
#5n2
a
8z1 WEST ABUTMENT LOOKOUTS (CUT IN FIELD) 1-3 72 4.085
�i
4 >
8z2 WEST ABUTMENT LOOKOUTS (CUT IN FIELD) 11'-8 44 1,371
N EXIST
7n1
TOP OF EXIST.
27
ue WALL
w W
U OC
ABUTMENT
f\
WEST OUTLOOK FOOTING REINFORCING BAR LIST
w
0 j
In
EXIST WALL
6k1 DOWELS J -
6k1
6k2 DOWELS 1'-0 40
EMBED
6' W /
^
2 -0� TOP OF DAM
—
7n1 RIVER WALL HORIZONTAL (CUT IN FIELD) 40'-0 28 2,289
s EPDXY
7n1 RIVER WALL VERTICAL (CUT IN FIELD) 40'-0 20 1635
BASE OF
-
5s1 CAP HOOPS 482
- i FISH LADDER
SEE SHEET 14 FOR DETAILS
5n2 FOOTING WALL HORIZONTAL (CUT IN FIELD) 40-0 46 1919
5n2 FOOTING WALL VERTICAL (CUT IN FIELD) 40-0 39 1627
TOTAL WEIGHT (LBS) 8,612
SECTION B
s
SEC' ION A
4;_0
SCALE- #'=1'
3'_0
SCALE J'=1'
\
'9 7O
2°
9 5y 1
5s1 7w6 aN 61<1
7w7
7w8
BENT BAR DETAILS 1'D---.�
�z
Note. At. dimensions are out to out
ESTIMATE OF QUANTITIES
ITEM I UNIT I QUANTITY
CONCRETE, TRUCTU
- 1S' Ssl 2
TEEL R INF RCING EPDXY COAT L
MR!
12' O.C.
CLASS 201 EXOCAVATION L 170
V'
9'
07lnl
ABUTMENT NOTES
ALL EXPOSED CORNERS 90 DEGREES AND SMALLER ARE TO BE
LLETED WITH A 3/4' DRESSED AND BEVELED STRIP.
n
>
n
MINIMUM CLEAR DISTANCE FROM FACE OF CONCRETE T❑ NEAR
J#5na
REINFORCING BAR TO BE 2' UNLESS OTHERWISE NOTED OR SHOWN.
#5n2
NEW STEEL -
#Sn2 SHEETING PZ27 ti ' �,
#5n2
ALL REINFORCING STEEL TO BE ASTM A615-GR60 EXCEPT CAP
v
STIRRUPS MAY BE ASTM A615-GR40.
2-0, -
ALL REINFORCING STEEL IS TO BE SECURELY WIRED IN PLACE
BEFORE CONCRETE IS POURED.
TOP OF DAM
i
ESTIMATED SHEET PILE LENGTH IS 20 FEET.
SECTION C
SECTION D SECTION E
WEST ABUTMENT DETAILS
SCALEt J'=1'
SCALE: }'=1' SCALE: ;'=I'
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
IOWACITY, IOWA
PROJECT IWR
STATE
1IOWA
1 5
1
17
1 35
319 3fil 2166 FAX 319 351-02.56
115 JUN 30 PI 3: �
�..t Y �k
i
7 -9'
BASE DETAIL
[ES (NOT INCLUDED IN THIS PROJECT)
FLOOR LANDING
ELEV. 660.22
GRADE
I
-5
UTMENT DETAILS
i DAM RENOVATION
AN TRUSS BRIDGE
1M PILE BENT PIERS AT SPILLWAY
"HE IOWA RIVER
OF IOWA CITY
STATE
Y AR
H0.11
o�A
5
18
35
0 1 p
41'-0" 1., BRIDGE 1. PIER FACE OF EXIST. DAM
17'-0" -- 4
1 r ---------- C! I L E
8h4 a_
Bvl
8h2l j
W:8
/h ;1EM �B 2T
Typ
8vi F-7
ul
A�-
6b3 � EA a��'h3 SCALE-
IOWA RIVER DAM RENOVATION
SCALE: PEDESTRIAN TRUSS BRIDGE
PLAN OF TOP OF PIER 1/4"= 1' CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
"
4� �
. : Y°
_``^
C L E R -�,,
v
'IT
41'-0"
BRIDGE PIER
FACE OF EXIST. DAM
4 . -6- I 9'-10
g.-g.
D-L
00
ELEV,�o
r8h1 I
8h1
8h4 - 1 1 1 IT
I I III
0
0-
-1 1 di i i h 1 11 —44
ic
u" — I
0
8h3
1B
.1
. . .
. . .
on o
8h3
Bhl
Bhl
1A
EXISTING
WALL
SECTION A
END OF DAM
h2
Bh2i•y
31'r-o"
JtAf
ti"A
FIT, A)
4'- 0.
7'-0"
23 Lo.
1710"
4'-0"
7 -0"
8hl w/ MBED.
w/ MBED
XY GROUT
AND - XY GROUT —
(" �flcf;.� 'Js-
0 j'd'od�
Typ
TYP. 8v2
0
�01
0
co I
0
8,v2
PIER, ELEVATION
-8h3
4 V 0"-
18h I
9" 91 -9"
9'-0"
8h3
I SECTION B
4 5"
7al
�—q spol'-0=9,-O"
7a1
II 0-7o3
7a2
23'
4'-0"
7a2 I
4'-0" V
I -0-
i
5o4
01
(n
5s2
: 0
-4
C,
0
0
o
0 I
I I I I t 1 11
I
6b2
1.-t H
H
6b3
md
ol
Z8h4
10 5
8113
I T
6bl-
I
SECTION C
PIER 2 DETAILS
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
PLAN OF TOP OF PIER
SENT
CONCRETE PIERS AT DAM PILE SENT PIERS AT SPILLWAY
OVER THE IOWA
CITY OF IOWA CITY
IOWA CITY, IOWA
PRM= WAI"
7
I IMA
5
2-1
INC. (319)351-2 0256
F--
0 PH 3. 1
1-112
C L E [-�
TY, la,
PIER
bt b2
N
m
3"
3/4" URIP 7a3
GROOVE ALL tOh
AROUND
5sl
5s2
10h5
w
Q
8dl-
SECTION E
rKEYWAY FORMED
BEVELED 2x6 AL
I AROUND
1
-- 8v 1
0
TOP OF
ROCK
BENT BAR DETAILS PIER 2 REINFORCING BAR LIST
b54
LOCATION SHAPE LENGTH NO. WEIGHT
�~ TOP OF SLAB -RADIAL ---- 7 -9 28 44 . 'r..
TOP OF SLAB - RADIAL 5 -9 26 t
D=6 R C TOP OF SLAB - TRANVERSE 17 -8 11 397
o :7-9
14 11 TOP OF SLAB - TRANSVERSE 9'-0 12 1 . 18'-18hl R 6b� TOP OF SLAB - LONG6bl TOP OF SLAB ITUDINAL
VARIES
5 �t-71_
21 -3 rr, ,
U t
24'-4 6b3 TOP OF SLAB - CIRCUMFRENTIAL VARIES 5 16 27'-6
8d1 DOWELS TO EXISTING DAM 3 -0 20 160
4'-6 8h2 l SHAFT HOCPS n 38 -6 18 1850
8h3 g SHAFT HOOPS C 20 -9 4
9 8h3SHAFT HOOPS C 30 -9 9 739
6" 8h4 4 I SHAFT HOOPS C 12'-9 2 68
PIER CAP 28 -0 14 1687
8h2 4 R -g 14 C-11 5sl STIRRUPS O 74-6 28 423
I 8h3 C6b
STIRRUPS �� 11'-8 56 681
8h4 CO)6-9 21 -3 STIRRUPS 9 -0 12 545
7'-9 24'-4
8'-9 27'-6 8v1 SHAFT VERTICAL 27 -0 46 3316
8v2 SHAFT VERTICAL 5 -2 48 662
B 7•-8
o�N 5s2
o
5S 1 _L.5'-0 -I
Weight Total (Ibs) 12.253
TESTI5s3
MATE OF QUANTITIES
ITEM UNIT QUANTITY
CONCRETE,STRUCTURAL .Y. 181.1
STEEL REINFORCING EPDXY COATED L
1•-9 5'-0 EX AVATION C S 21 C.Y. 34
o�
I 5a4
Note: All dimensions are out to out N
PIER
PIER NOTES
ALL EXPOSED CORNERS 90 DEGREES AND SMALLER ARE TO BE
9'-0"
9•-0"
-----
FILLETED WITH A
3/4' DRESSED AND BEVELED STRIP.
z
o
MINIMUM CLEAR
DISTANCE FROM FACE OF CONCRETE TO NEAR
ry
KEYWAY FORMED Y
REINFORCING BAR
TO BE 2' UNLESS OTHERWISE NOTED OR SHOWN.
bl
b2
BEVELED 2x6 ALL
AROUND
ALL REINFORCING
STEEL TO BE ASTM A615-GR60 EXCEPT CAP
i
STIRRUPS MAY BE
ALL REINFORCING
ASTM A615-GR40,
STEEL IS TO BE SECURELY WIRED IN PLACE
3"
rn
BEFORE CONCRETE
IS POURED.
3/4" RIP 7a3
GROOVE ALL
Z'OhS
5s2 Zo
THE DESIGN BEARING FOR THE PIER PILES IS 55 TONS. BATTER ISor7stdE ACES
v
AROUND
"T
8v2
i P}iti•'" oP4`tE��l ^
Ssi
sh 1 (i ►�" r N
5s2
N�
--_---------
10h \_
;+(1/
k, EF\aJ
1 •-9 6 SP®
=4•-6 7 •-9
au
" +•
PIER 2 DETAILS
I __: 9
4'-0"
4•-0"
IOWA RIVER DAM RENOVATION &
6
°
-
PRE-ENGINEERED PEDESTRIAN
-
TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
SECTION
D
OVER THE IOWA RIVER
CITY OF IOWA CITY
PRp1ECf NUMBER
SAT[
51
1 22
1 35
REINFORCING BAR LIST — ONE PIER
BAR LOCATION SHAPE LENGTH NO. WEIGHT
4al Column Verticals 6'-8 12 2043
1 !1
�, RI
3a2 Column Spirals 0
8bl Pile Cap, Horizontal 13 -8 7 255
5b2 Pier Pile Cap. Hoops 10 1221
f lz" 3n2 t,
5b2
8b1
SEE ABUT �,_p�
DETAIL Ij�—
Sb2
✓
I
4n1
o
r e 12'O,C.
_L :µ Bbl
M
Weight T tat Clbs) 496
ENCASED PILE SECTION
q�yb
BENT BAR DETAILS
SCALE: J'=l'
PIER CAP ELEVATION
PIER CAP SECTION
D
SCALE: J'=1'
SCALE: J'=1'
a
:01D
Note: All dimensions are out to out
ESTIMATE OF QUANTITIES — ONE PIER
ITEM UNIT QUANTITY
CONCRETE STRUCTURAL 4.7
STEEL REINFORCING EPDXY COATED L
PILING FURNISH STEEL BEARING HP10x42 L.F. 90
L N L BLARING H 10x4
EXCAVATION CLASS 20 Y
a
PILING CONCRETE ENCASEMENT
SEE DOT STANDARD P10Acz o
PIER NOTES
w_
a
�~
h-
+/--I 78'-4 H-SECTION
ALL EXPOSED CORNERS 90 DEGREES AND SMALLER ARE TO BE
PRE-ENGINEERED
FILLETED WITH A 3/4' DRESSED AND BEVELED STRIP.
1'-6'
S'-6' S'-6' 1'-6,
STEEL TRUSS
MINIMUM CLEAR DISTANCE FROM FACE OF CONCRETE TO NEAR
i CONCRETE
REINFORCING BAR TO BE 2' UNLESS OTHERWISE NOTED OR SHOWN.
n
ti
/G
j
4' QALV.
STEEL PIPE SLEEVE
t„l a,,,. 11 ,,, {,r)
10' 0'
'� i PILE CAP
14'x3'x3'
ALL REINFORCING STEEL TO BE ASTM A615-GR60 EXCEPT CAP
STIRRUPS MAY BE ASTM A615-GR40.
TOP OF PIER r+•
ELEV. 657.00 +1v�'^7I1r
ALL REINFORCING STEEL IS TO BE SECURELY WIRED IN PLACE
n
>_
PksB^,I°
r�
BEFORE CONCRETE IS POURED.
v
14' 0' 3a2
@ 6' PITCH
EXISTING
GROUND LINE
THE DESIGN BEARING FOR THE PIER PILES IS 35 TONS. BATTER PLIES
HP10X42
6 TO I IN DIRECTION SHOWN.
4n1 BAR
ELEV._650.00
a
SLOPE TO DRAIN
ESTIMATED PILE LENGTH IS 30 FEET.
6:1 BATTER -
v
I
PIER CAP PLAN
HP10X42
SCALE: }'=1'
ENCASED
PIER ELEVATION FYP.)
TYPICAL PIER DETAILS
SCALE.
�'-l'
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
IOWA IOoWA
,
DISTS �
.EAR
A
®INC.
aSlAtbbCITY,
�o�A
a3
PH 1 3: 1
LI ER1-1
1 ttr•;tt a,
;. IU tFA
Pr 3: t 3
Y. i,, a;.
C.L. BRG. W. ABUT. STA. 100+00
EV. 660.00
C.L. PIER 1 STA. 101+47.75
EV. 660.00
C.L. PIER 2 ��L1
+
BRIDGE DECK
ELEV. 660.00
148-10�'
SET END OF
BRIDGE ON
NEW DAM WALL
144-1�' C.L.-C.L. BRG.
6•
144-1�' C.L.-C.L.
BRG.
0500 ELEV. 660.0 --
DAM CREST
ELEV. 648.5
LOW STEEL
ELEV. 657.50
LOW STEEL
ELEV. 657.5
BEDROCK ELEV. t641.0
EXIST. FISH LADDER &
CHUTE TO BE REMOVED
O50 ELEV 654.4
(3' FREEBOARD REO'D)
USE DAM ABUTMENT
FOR PIER FOUNDATION
(SEE PAGE 9)
BRIDGE ELEVATION
SCALE:
BRIDGE ELEVATION AT DAM
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
IOWACITY, IOWA
INC. 319 a51 2166 FAX 719 351-0256
PROJECT NUMBER
STATE
r AR
'H3EE5Ts
IOVR
5
25
BRIDGE DECK IL
MATCH A
MATCH 8
?
f
C.L. PIER 2
C.L. PIER 3
C.L. PIER 4
C.L. PIER 5
C.L. PIER 6
DECK ELL1/. 660.00
DECK ELEV. 660.00
DECK 60.00
DECK L 60.00
ELEV. 60.00
80-10'
78'-4'(END TO END)
78'-4'(END TO END)
78'-4'
(END TO END) 78'-4' (EN
STA. 103+01.92 76'-4'
L
BRG.
�oc�' •ti 54•'`
4 PRE-ENGINEERED H-SECTION STEEL TRUSS BRIDGES
10'
o.
3'-9 1/4'
8 3/4' 6'-0'
SPILLWAY AREA
I
I I
hi 1,�'4.•.r
�IE NEW PIER TO EXIST.
AM ABUTMENT
ELEVATION
-1 I I —I I i—I I �
'�����'
BEDROCK
SCALE: A"=1'
HP10x42
I I ELEV. t631.0
-�
3 ® DS' LONG
►'�+lr •"•'•F`
ENCAS
IDECK
TDECK M.
!
• Ir s ,,;TT
SIDEWALK RAIL QUANTITIES
ITEM UNIT QUANTITY
HANDRAIL ON LOOKOUTS LIN. FT. 152
7175 M
3
RAIL NOTES
MATERIAL FOR THE RAILING BARS AND PLATES DESIGNATED
WEATHERING STEEL SHALL BE WEATHERING STEEL ASTM A588, GRAD 1`y
sip
50W.
MATERIAL FOR THE RAILING BARS AND PLATES DESIGNATED S.S.SHf�W '
C!
3'0 STAINLESS
BE 18-8M, TYPE 316, STAINLESS STEEL MEETING THE REQUIREMENTS OF
2 STEEL PIPE
STM A'P76. WELDING OF STAINLESS STEEL SHALL USE THE METALLIC
28
ARC METHOD. STAINLESS STEEL SHALL RECEIVE A LIGHT SAND BLAST
lY2'0 STAINLESS
FINISH. THE CONTACTOR SHALL SUBMIT A SAMPLE OF THE FINISH, TO
THE ENGINEER, FOR APPROVAL PRIOR TO FINISHING RAILING.
STEEL PIPE
FINISHED STEEL SHALL BE FREE OF BURRS AND SHARP EDGES.
RAIL POSTS SHALL BE SET PERPENDICULAR TO THE BRIDGE DECK IN THE
LONGITUDINAL DIRECTION AND PLUMB IN THE LATERAL DIRECTION. USE
STAINLESS STEEL
SHIMS TO ACHIEVE THIS GEOMETRY. RAIL PANELS
SHALL BE PARALLEL TO THE DECK.
I
ANCHOR BOLTS SHALL BE TYPE 304 STAINLESS STEEL THREADED ROD
WITH STAINLESS STEEL NUTS AND WASHERS. ANCHORS SHALL BE SET
IN DRILLED HOLES USING EPDXY GROUT MEETING THE REQUIREMENTS OF
L 2'0 STAINLESS
IDOT MATERIALS I.M. 491.11.
(n f� STEEL BARS
SHOP DRAWINGS SHALL BE SUBMITTED TO AND REVIEWED BY THE
`n F///
ENGINEER PRIOR TO BEGINNING FABRICATION OF THE RAILING.
1
!
THE HANDRAIL SHALL BE BID ON A PER FOOT BASIS MEASURED END
v 1
TO END OF RAIL. THE PRICE BID, PER FOOT, FOR 'STEEL HANDRAIL-
1
SHALL BE FULL COMPENSATION FOR FURNISHING ALL MATERIAL
7
INCLUDING ANCHOR BOLTS, SHIMS, AND ALL OF THE EQUIPMENT AND
t
LABOR REQUIRED TO FABRICATE AND ERECT THE RAIL IN ACCORDANCE
1
WITH THESE PLANS AND SPECIFICATIONS.
SIDEWALK RAILING ELEVATION
(NO CAP) AT LOOKOUT AREA
SCALE: 1' = 1-0'
9'-0'
STAINLESS STEEL
POST CAP 3'0 STAINLESS
SAr4r� q�vvf�l.' STEEL PIPE
y,04
3
2R
IY2'0 STAINLESS
STEEL PIPC
4 (4) 110 IYz•
- I ti HOLES (TYP)
2i2'
0
0
DRAIL-
F
STAINLESS STEEL
W/ CAPS I
IIASE I'L 6x9xY2 PIER
III
I 3'4'0 STAINLESS
STEEL BARS
w/ (4) 3/4'0 S.S. ANCHOR
BOLTS
BASE t DETAIL
1
SCALES 1 1/2' = 1'-0' 27
\ /
7
i
SIDEWALK RAILING DETAILS
SIDEWALK RAILING ELEVATION
IOWA RIVER DAM RENOVATION
,5,„A•
«yP'
(w/ CAP) AT LOOKOUT AREA
PEDESTRIAN TRUSS BRIDGE
SCALE: -- 1' = 1'-0'
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
I'
CITY OF IOWA CITY
PROJECT MMBER JTP-V-0777(I5)--70-27
YERRSHEM
MWA
5
1
27
135
r 3:
E R
310 S.S.
PIPE-\
(GRIND WELD
VIEW 8
A 4' HANDRAIL
S.S.
POST CAP
FLUSH & SMOOTH)
A 4' Iye-0 S.S. PIPE IY210 S.S. PIPE
HANDRAIL HANDRAIL
B
J_ I
(SEE CAP
R�
DETAIL)
1
4
4 11
3'0 S - S PIPE
HA S.S.
(w/ END CAP) (TYP)
(T yp)
4
4
.0
%'o ss. F 4x2KA S.S.
9S6ELIF-TAPPING ROLLED
%'o S.S. I
SELF -TAPPING
FE 4x4x�6 S.S.
ROLLED w/ 121.' RAD.
SECTION A -A
IL il-
wl
SCREWS w/ WASHER %'
SCREWS w/ WASHER
4
1? 4x4x)fi
S.S.
---
RAD.
1 YV 41•
ROLLED w/
1304' RAD.
A ^7 I
S.S. 3�xIY2 BENT It
SECTION A -A
HANDRAIL SUPPORT DETAIL
Vo S.S. 4SCALE-
3' 1' -0-
Y2x2Y2xl)6 S.S.
SELF -TAPPING
HANDRAIL SUPPORT DETAIL
GUSSET
SCREWS w/ WASHER VIEW A
SCALE: 3' = 1'-0' \I28
HANDRAIL
SUPPORT DETAIL
SCALE:
3' = 11-0. 28
2- Y2.'
4x4x36 S.S.
ROLLED wl I:Y4' RAD.
CTRD. 4 Y8' 1
2. 4 Y2'
Ft 4x2Y4xY8 S.S.
ROLLED w/ 7fi' RAD.
4%'
It 4x2Y4xYa S.S.
2 y 4X�
Lx L E
ROLLED w/ 36' RAD.
ROLLED
D
17—
wNnTr A COMMERCIAL STAINLESS STEEL
4
S.S. POST CAP DETAIL
MOORING CLEAT MAY BE USED IN
LEIU OF THE FABRICATED CLEAT
o
SCALE: 6' 11-0.
SHOWN, UPON SUBMITTED REVIEW
& APPROVAL OF SUCH CLEAT.
cu
I
4
m CUT FROM S.S. fL 3'4x6 m
cu
m
CUT FROM S.S. IL 3/4x6
3h6'
�s�z)
STANCHION DETAIL
LOOKOUT AREA —NO CAP
SCALE: 1 112' = 1-0, STANCHION DETAIL
LOOKOUT AREA—w/ CAP
SCALE,
1 112' = 1-0,
SIDEWALK RAILING DETAILS
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE SENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
IOWA CITY IOWA
1�1-�NC.�M�
STP-U-0977(15)--70-29
STATE
—
I YE��
IOWA
5
FAX (3'19)351 0256
30 PM 3: 13
C I
��k C i T Y, f
-
I I
VERTICAL TRUSS
MEMBER 7
STEELEPIPFRING
4'
HANDRAIL QUANTITIES
SEE SHEET 14
I I
I ti
%-0 SELF -TAPPING
SCREWS w/ WASHER
c WEATHERING STEEL
\ Y2'xl BENT le\i
MTRUSS EMBER VERTICAL I TRUSS TOP CHORD I
i 1 j
o
-- I --
VIEW aHANDRAIL
I
1
r'
EXPANSION JOINTS
1
I
I I 3' 0 WEATHERING
I I
I
STEEL PIPE
4
I 4
I y I
3
—(�_
9 I
R %'x2)6' WEATHERING STEEL
I'
A STAINLESS STEAL PIPE
HANDRAIL
��
(SPACING TO MATCH
- 111' 0 STAINLESS
VERTICAL TRUSS MEMBER)
- - --
—I i
9 STEEL PIPE
WEATHERING STEEL
32'xlY2' BENT W_
- :Y, 0 WEATHERING
(TYP)ZI
II�---_
STEEL BAR
n _
_...--"
B
(TYP)
--_- dl
- - 1 %-0 STAINLESS STEAL SELF-TAPPIP
JI. SCREWS w/ WASHER (TYP)
cn
r1 ..l_ -_ _. -
(TYP) q
-
A VIEW A
'4'xiw' WEATHERING STEEL
- -- -
ED w/ 1iY RAD.
--- - i WOOD PLANKING
HANDRAIL SUPPORT DETAIL 1
(TYP)
SCALE 3' = 1'-0' 29
4RD
(TYP) a 4 (TYP)
_
10'-0' FACE to FACE
1t 2'x3Sa'x WEATHERING
STEEL (TYP)
1 'TRUSS BOTTOM
2 RUB RAIL
-
v CHORD
2�'
SIDEWALK RAILING ELEVATION
BRIDGE TRUSS 2. 3' 0 WEATHERING
(AT TRUSS FIELD JOINT)
STEEL PIPE (T&B)
1L WEATHERING
SCALE 3/4' = 1'-0'
II STEEL RROOLLED w/
RAD.
3'0 WEATHERING i
9
STEEL PIPE g
1'0 STAINLESS 1
STEEL PIPE g
lY2' 0 STAINLESS
STEEL PIPE
a` `�
in m f� %'x2Y,' WEATHERING STEEL
t—r _
$
0 BAR WEATHERING STEEL
-L- -J �- - --
4,'0 WEATHERING
STEEL BAR
'v
m
1 2'
N 1
iD - 2i¢'x%' WEATHERING
4
1 tea_ �z
2i�Z'0 WEATHERING
1'0 STAINLESS
STEEL BAR
m ih
d
(TYP) STEEL PIPE, 4' LONG (TYP)
STEEL PIPE, 4' LONG
=au SIM.
l
9 WOOD PLANKING
HANDRAIL SPLICE DETAIL z HANDRAIL SPLICE
DETAIL
--
SCALE: 3' = 1'-0' 29 SCALE:
3' = 1'-0' 29
STANCHION DETAIL
AT MAIN TRUSSES
1'0 WEATHERING
� STEEL PIPE, 3' LONG
$
L-
SCALE: 1 1/2' = 1'-0'
SIDEWALK RAILING ON BRIDGE ELEVATION
SCALE: 3/4' = 1'-0'
SIDEWALK RAILING DETAILS
34'0 RING
ly'
IOWA RIVER DAM RENOVATION
STEFt. BAR
(TYP) I. BAR
PEDESTRIAN TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
GUARDRAIL SPLICE DETAIL
OVER THE IOWA RIVER
SCALE: 6' - 1'-0• 29
CITY OF IOWA CITY
IOWA CITY, IOWA
"T """"R
STATEnisT
ID�w
6
29
35
C. 319 351-2166 FAX 310 351-0256
STP-U-0977(15)--70-29
0 P11 3: I �►
TY; It V
7
3'0 HANDRAIL SS
SEE DETAIL 'C'
If4x4xj S.S.
4
C4) 1'0 lip'
HOLES (TYP) IS¢'0
STEEL
STAINLESS
PIPE
1
8
ROLLED W/ Ij' RAD.
® ®
CENTERED (TYP.)
lj'0 HANDRAIL SS
STAINLESS STEEL
6'
L -. - - -
I'L 4x2jxj S.S.
BASE FL 6x9xY2
w/ (4) 9'0 ANCHOR
1
Y2' 1'0 STAINLESS
ROLLED W/ j' RAD.
BOLTS BASE f�
DETAIL A
(TYP)
STEEL PIPE, 4' LDNG
2Y2'
SEE DETAIL 'B'
SCALE:
1 1/2' 1•-0'
HANDRAIL
SPLICE DETAIL
iO b
e
SCALE
3' = 1'-0'
I
1
It �x2� SS
(n I �vI
m ' a
3'0 STAINLESS
STEEL PIPE
I
fu
I
8
�� 0 BAR SS
L-3x2xi S.S FOOT REST
-r-
-�---�
4-i'O SS CONC. ANCH.
—s I
8' LONG, 6' EMBED.
CONCRETE RAMP. SEE
PLAN VIEW FOR SLOPE
(SHEET 14)
S
S
(TYP)
INL4E
STEEL P LONG
SEE DETAIL 'A'
HANDRAIL SPLICE DETAIL
7
SCALE-
3' = 1'-0'
GUARDRAIL DETAIL @
BIKE TRAIL
SCALE
1 1/2' = 1'-0'
B
1'0 SS PIPE, 3' LONG
ly4
t�• 3.0 SS BAR
(TYP)
GUARDRAIL SPLICE DETAIL
VIEW E
SCALE,
6'
D 4' IY2'0 S.S.
HANDRAIL
PIPE IY,'A S.S. PIPE
r HANDRAIL
F - - - - - -
—
E /1
4 T
3'0 S.S. PIPL
-
_I
4
F 4'
HANDRAIL
D 11 %'0 S.S.
SELF -TAPPING
SCREWS w/
IC 4x2Y4x)6 S.S.
I ROLLED w/
WASHER %' RAD.
-- -- --
- -
1�' 2'
S.S. Y2x1Yt BENT R
--
SECTION D-D
F I
It 4x4xX S.S.
I ROLLED w/ Ill'RAD.
HANDRAIL SUPPORT DETAIL "B"
SELF -TAPPING I
SECTION F—F
WEST OUTLOOK RAILING DETAILS
SCALE:
3' = 1'-0
SCREWS w/ WASHER
4
IOWA RIVER DAM RENOVATION
PEDESTRIAN TRUSS BRIDGE
HANDRAIL
SUPPORT DETAIL " C "
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
SCALE:
3' = 1'-0'
OVER THE IOWA RIVER
CITY OF IOWA CITY
IOWA CITY,
IOWA
CT
STATE
AR
IOWA
5
1
1 30
1 35
INC. 319351-2166 FAX 319 351-0256
5 Jl1, 30 PH 3: 14
j ' L r C r,
SAFETY SWITCH AND METER
' MOUNTED ON SIDE OF STEPS
GROUND ROD
1 LIGHT SOURCE
FROM UTILITY POLE
ELECTRICAL CIRCUIT - QUANTITIES
FOR ESTIMATE PURPOSES ONLY
ITEM
UNIT
QUANTITY
CONDUIT RIGID STEEL 1 INCH DIA.
LIN.FT.
470
CONDUIT RIGID STEEL 4 INCH DIA.
LIN.FT.
1,600
CABLE I/C NO. 6 AWG 600 V.
LIN.FT.
940
GROUND WIRE BARE COPPER 6 AWG
LIN.FT.
GROUND ROD AS PER PLAN
EACH
1
LIGHTING NOTES
LIGHTING INSTALLATION SHALL BE IN ACCORDANCE WITH SECTION 2523 OF
THE STANDARD SPECIFICATIONS.
LIGHT FIXTURES (10 REQ'D) SHALL BE THE FOLLOWING
OR APPROVED EQUAL:
LUMEC-LUMINAIRE - CAND1-PCCPD, RACE III, CN4-1A
WATTAGE: 100 HPS
VOLTAGE 120 V
FINISH/COLOR FIXTURE -PAL, POLE-APR4-14-PAL (SILVER)-
LBC1
INSTALL LIGHTS AS RECOMMENDED BY MANUFACTURER
2-#6 WIRES AND 1-#6 BARE COPPER GROUND WIRE INSIDE OF THE 1"
RIGID STEEL CONDUIT.
ALL QUANTITIES SHOWN TO BE INCLUDED IN THE ELECTRICAL CIRCUIT PAY
ITEM ARE FOR ESTIMATING PURPOSES ONLY.
1-#6 BARE COPPER GROUND IN 1' DIA. RIGID STEEL CONDUIT FROM
FUSED SAFETY SWITCH TO GROUND ROD INSTALLED AS SHOWN ABOVE.
INSTALL 30 AMP FUSED SAFETY SWITCH, 600 VAC RATED, WITH GROUND
TERMINAL KIT, SERVICE ENTRANCE LABEL, NEMA 4 ENCLOSURE, FUSED
AT 20 AMP/TYPE LPN-RK.
LIGHT CONTROL BY PHOTOELECTRIC CONTROL, SHALL BE MOUNTED NEXT TO
SAFETY SWITCH.
RATING. 240 VAC, 2000 VA.
INSTALL LIGHTING TO MANUFACTURERS SPECIFICATIONS
4' CONDUITS ARE TO BE ATTACHED TO EACH TRUSS FLOOR
BEAM WITH GALVANIZED 1/4' U BOLTS OR APPROVED HANGERS.
SPACE HANGERS AS REQUIRED BY CONDUIT MANUFACTURER.
1" CONDUIT 4 LIGHTS
FOR LOCATON SEE
ISOMETRIC VIEW SHEET 27
PIER 1
LIGHTING PLAN
V=40•
o next To next
unction Junction To To
Box Box Service Junction
Pole Box
Y-3 Connectors L-2 Connectors
To Light
JUNCTION BOX HANDHOLE
Note; Use light pole
base for junction
box
To
Junction
Box
41
I. -1 Connectors
To Light
LIGHT CONNECTION
7075 JUN SO
4 LIGHTS i
Jh" 2
(EAST
DAM
ABUTMENT)
TRUSS --
i
i
� I
HANDRAIL
—TIMBER DECK
LIGHT POLE DETAIL
--
(10 REQUIRED)
i
1" DIA. GALVANIZED STEEL 4" DIA., SCH. 80,
CONDUIT TO BE HUNG GALVANIZED STEEL
BENEATH PRE-ENGINEERED BRIDGE CONDUITS FOR
FUTURE UTILITIES
BRIDGE LIGHTING DETAILS
ABUT. TO ABUT
TYP. BRIDGE CROSS SECTION
IOWA RIVER DAM RENOVATION &
PRE-ENGINEERED PEDESTRIAN
TRUSS BRIDGE
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
OVER THE IOWA RIVER
CITY OF IOWA CITY
PROJECT NUMBER
STATE
YEAR
mWA
1 5
1
31
ki9
3= l
z�
\
3 W
)�
As
J
REMOVE PAVEMENT AND
REPLACE w/ NEW 6' ACC CURB
SAWCUT
REMOVAL LINE
NEW RA-43 INTAKE & 24' RCP
(20' LONG)
TO RIVER (CUT HOLE
THRU SHEET PILING)
(SEE SHEET 32 FOR DETAIL)
O
1
�
O
n
1tY 00
-
1 701 00
---
los'
F.G.FI
CD
�1
6' TEMPORARY CHAIN LINK
CONSTRUCTION FENCE
AROUND SAWCUT LINE
E
FORM
PLAN VIEW
IOWA CITY, OWA
INC. 719 351 2166 NAX 819 351 -D256
'975 JCS N 3 0 P1
iOWA ul
-'lH PLAN
NATION
RIDGE
IERS AT SPILLWAY
VER
ry
IEZ
I
I sHEFTs
1 33
1 35
4
�rn
U\ �
� � n
10 175 Jill 30
P
w04 +
p
0
•n
o
O
ww n
_
I
Ir)
w
V)
I_7
t
W
N h
+ O
CL
Z
U J
_
n
O( 7 /
L
a
Ln
war
`_
�Ln
I O
w
n L)
v� `
U) j
H jn
co O
d
p
Oz 0
t!
L,
0c�0
lu-Z w
0<<
ww
00
�) 3
O. w
w
o73
3ww
U
O
z
O
V)
L,� n
aan-�
/tom w LC c9
n 0
o z 7
7
o x7 rr o
w
rry
7
W> z
r�1
F.
° w z
t\cTT"7�1 p w
W it
O 7
n 7 L
a
F--
L 0 1
a
`.�-' x O
lJ U
w n'
O
3 X n
L(I W
C]
w>i;i
li.
Q L)' O
rY- �1
I
J
Q
Ni n' 3
Q
O
� a
In
w
__._ In. , I Z -
Q U
—0
— U {
w
U7
roz
=aU
3z as
o o
Li
z gx
��w
�z's�a
a� a
u
�A V) c)3
a7cr¢
O
O
�`2
�+
4co L w
W
O/
1
'
Q
w
Q N
in w
O
O O
N S
bZ
O dcr
o
a
n
j Q
w U0
aw
O
O
CyO
U
Qc)0
'
U
3
J
Q
Og 0 cr
ED
O
n
O
x
Q�r
J
Q�
n
z r)
m
U
0 1 H
�m 00 o
I ~ +
a O
c� u
/
L�� .�
V) o
w
ICI -
u)
c3
_
N
_ n w
^ W z o
) ro o a o
ire
x `'
nwWU7
:tt7
J✓)
O
g0 m> ~�
a 0
0 <11
O
o,
Z
i p a of o Lr
oIw
w<) O
n.
O
n cw. O
w,.
Qv
J
Cl-
o� o� gwil�
1z
R7
W
n
0 na wJrY
Kc m (Lfal)
N
-
Ul
J
v) m Li iD
O
Qrt
W
O H
O
=
I m
W N
J (n
w
Twa
O
7 10
O
3AIda 2131VM3043
10 c'
r l
0
[] W
0 0 O C)
Q
z
Q N Q
W
w a ,7
10 (D (U
H w
U:
a
0 n LY
¢ a
w
o z
a
U)3 Q
a m
v
U)
r z
U <s 3:
a
Y
QUN
Q
wY
O
1
3 ' v-
rr
aQ
to z
'v
`la
v)az
3 wa
z O
a
L W Z)
C.)O
OL.)
nwn�
Nw Q 3w71
n > )w
0uj
N m z
a
ow
3z
wOL�w¢ p
I'IU
0
rry I,)
aw
3Tc�
LLI
>ix
-gwrn
S�aiLi�aa
=
z
it 5<
p
w
z w (1)
�lil
�Ln IO�(w/7
�L
N��d.OwU
O wZ
Ww W Sww�iJ
wm
w�JO U7H
W
W
Ow_wwM�
Ov~i
w 0 a Q d
cr aww
Or
J' W O O W W
MOOooJao~�
N
BOAT RAMP AND DRIVE
w CE
Er -awm~
<.
IOWA RIVER DAM RENOVATION
C)
�owowl0Q
W
PEDESTRIAN TRUSS BRIDGE
w g 0
ul
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
Z W ir W Zw
w
OVER THE IOWA RIVER
O
Z
OQ x�¢ w
Ia,30Q
w
w
CITY OF IOWA CITY
IOWACITY,
IOWA
PROJECT "DER
ST.TE
Y
7ovn
1 5
1
1 34
1 3
INC. 319 351 2166 FAX 319 351-0256
14
IRON PIN PLACED
508.b3' NORTH
N 1509.53
E 1000.00
oj=Nl..le
e
e
BFNCH MARK
52A5 60p SPIKF IN IIGHT POLF
ACROSS FROM PARK OFFICE.
N 1017.59
— --- - — ELEV. 6bb.01
F 1014.67
N 10-12.08
R = 40'
— -- F 7045.73
CORNER OF NFW ACC
IRON PIN ASSUMED
N 1000.00
U o
F 1000.00
�n
N 987.62
0
N 1028.4b
E I0T .80
R = 72.53'
36 E 993.05
R ' e R = tb' OR 36'
n A
- ---_
N 971.
N 969.07 -----_
--
f 991-13
BEGIN NEW
N 957.30
RAMP
--- --.--_ E 1126.40
-`--�--- - END OF NEW
----'- - RAMP AT Cl
100' CULVERT EEXTE SIGN
N 934.77 H
E 1015.42
R = 25
SURVEY INFORMATION
GROUND
CLASS "E" RIP RAP
is ❑EPTT I
TYPICAL SFCTION - FILL
6" PAVING (RLIN. AS SHOWN)
-I I—CL RAMP
CLASS "A" CRUSHED STONE
BASF 6' DEPTH
SECTION A -A
GROUND UNE
34
-LASS "F" RIP RAP
18" DEPTH
.�.� CLASS "A' CRUSHED STONE
POLYETHYI FNF MOISTURF BASE 6" DEPTH
BARRIER 0.004 THICKNESS.
(INCIDENTAL TO CONCRETE COSTS)
IYPICAI SECTION CU1
6.00' 15.00' 6 00'
6' PAVING (RFIN. AS SHOWN)
Cl ASS "E" RIP RAP LASS 'E" RIP RAP
18" DEPIFI I--rL RAMP 18" DEPTH
3T
0
CLASS "E" RIP RAP CLASS "A" CRUSHFD STONE TWO LAYERS POLYETHYLENE MOISTURE
BASE 6' DEPTH BARRIER 0.004 THICKNESS.
(INCIDENTAL TO CONCREIL COSTS)
SECTION B-B
N4'S M 1' -0-
EACH WAY
6x6-W2.9xW2.9 IN. LAP 24 BAR DIA.
WCLDLU WIRL IAt1NIC y/4' EXPANSION JOINT WITH TOP 1" DFEP SAW CUT FILLED
1" FILLED WITiI JOINT FILLER WITH JOINT FILLER
6xG-W2.9xW'2.9 6x6 W2.9zW2.9
WELDED WIRF FABRIC / WELD WINE IABRICo
6" OI CLASS "A'
CRLIVILD SIONL 1111E
6" 5"
\ POLYETHYLENE MOISTURE BARR!FR
ONE RFOUIHEC
JOINT @ EXISTING ROADWAY 1
BOAT RAMP ---ESTIMATE OF QUANTITIES
ITEM
QUANTITY
PCC PAVING, 6' REINFORCED, AS SHOWN,
SY.
226
REMOVAL OF BOAT RAP, AS PER PLAN
LIMP SUM
1
6' DIA POSTS AS SHOWN
EACH
36
4' ACC PAVEMENT
TON
83
12' CMP, COMPLETE
L.F.
100
SEEDING, FERT., MULCHING
ACRES
0.03
CLASS 'E' RIP -RAP, BOAT RAMP
TONS
600
GRANULAR SUBBASE
S.Y.
226
GENERAL. NOTES:
ALL CONCRETE SHAI I. CONFORM TO CLASS C - 4 MIX
OF THE IOWA DOT CURRENT SPECIFICATIONS
ALL EXPOSED EDGES OF CONCRFTF TO BE BEVELED
WITH A 3/4" CHAMITR STRIP.
THE TOP i" OF ALL EXPANSION JOINTS TO RECFIVF A
SILICONE BASE POURING TYPL SEALFR.
EXPANSION JOINTS ARE TO BE A 3/4" PRFFORMFD
RLSILILNI IILLLR MATERIAI.
RFINFORCING STFFL 10 BE EPDXY COATED AS PFR
AASHTO M284
WIRE FABRIC SHALL HAVE A MIN. OF A 6" IAP.
THAT PORTION OF THE RAMP TO BE PLACLU BELOW
THE WATERLINE MAY BE FORMED ABOVE IIIL
WATERLINE AND CAREFULLY PUSHED INTO POSITION
UNDERWATER TO THE LOCATION AND ELEVATION SHOWN
ON THE PIANS AND AS DIRLCILU BY THE ENGINFFR.
THE REMAINING SLCTIONS SHALL RF FORMED IN
PLACL.
��
CONCRETE RAMP TO BE FINISHED WITH A
DIAGONALLY GROOVED DEVICE TO FORM A
-
NONSKID SURFACE WITH A MIN. Or A 1'
-
_
ULPitI AND A MAX. 2 1/2' DISTANCE BLIWLLN
6- 1' 6"
6-
GROOVES OR AS DIRFCTFD BY TIIL ENGINEER.
6" 1' -6" 6"
SLOPE GROOVES TO DRAIN DOWNSIRFAM.
6" OF CLASS "A
IOWA UNN WILL FURNISH GROOVING DEVICE.
ti" OF CIASS "A"
CRUSHFD STONE BASE
CALL 615-761-5918
CRUSHED STONE BASF
POLYETIIYLLNL MOISTURE BARRIER -TWO
POLYETHYLENE MOISTURE BARRIER
LAYERS RFOUIRFD UNDER SECTION OF
RAMP AREA IF TO BF PUSHFD INTO
POSITION UNDER WATER.
BOAT RAMP DETAILS
IOWA RIVER DAM RENOVATION
ONE FRLQUIPLI
PEDESTRIAN TRUSS BRIDGE
SIX RCOLIIRFD
CONCRETE PIERS AT DAM PILE BENT PIERS AT SPILLWAY
EXPANSION JOINT
EXPANSION JOINT @ RIVER SECTION
OVER THE IOWA RIVER
CITY OF IOWA CITY
PROJECT NUMBER
STRTE
N
YEAR
N
lOVA
5
T 3'
\ lK
0W
1,G
Prepared by: Alin Dumachi, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319)356-5143
Resolution No. 25-16_5
Resolution setting a public hearing on August 5, 2025 on project
manual and estimate of cost for the construction of the Iowa River
Powerhouse Dam Repair Project, directing City Clerk to publish
notice of said hearing, and directing the City Engineer to place
said project manual on file for public inspection.
Whereas, funds for this project are available in the Iowa River Powerhouse Dam Repair Project
account #W3328.
Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that:
1. A public hearing on the project manual and estimate of cost for the construction of the above -
mentioned project is to be held on the 51h day of August, 2025, at 6:00 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. 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. A copy of the project manual 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 July , 2025.
Mayor
Approved by
Attest: � "
City Jerk City Attor y's Office
(Liz Craig - 07/03/2025)
It was moved by Moe
adopted, and upon roll call there were:
Ayes:
and seconded by
Nays:
Salih the Resolution be
Absent:
Alter
Bergus
X Harmsen
Moe
Salih
Teague
Weilein
Prepared by: Alin Dumachi, Engineering Division, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5143
Resolution No. 25-191
Resolution approving project manual and estimate of cost for the
construction of the Iowa River Powerhouse Dam Repair Project,
establishing amount of bid security to accompany each bid,
directing City Clerk to post notice to bidders, and fixing time and
place for receipt of bids.
Whereas, notice of public hearing on the project manual and estimate of cost for the above -
named project was published as required by law, and the hearing thereon held; and
Whereas, the City Engineer or designee intends to post notice of the project on the website
owned and maintained by the City of Iowa City; and
Whereas, funds for this project are available in the Iowa River Powerhouse Dam Repair Project
account #W3328.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that:
1. The project manual 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 post notice as required in Section 26.3,
not less than 13 days and not more than 45 days before the date of the bid letting, which
may be satisfied by timely posting notice on the Construction Update Network, operated
by the Master Builder of Iowa, and the Iowa League of Cities website.
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 3:00 p.m. on the 28th day of August,
2025. 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 6:00 p.m. on the 2nd day of September, 2025, or at a special meeting called for
that purpose.
Passed and approved this 5th day of August , 20 25
r-
Ma
Approved by
Attest:
City Clerk City Attorne s Office
(Liz Craig — 07/30/2025)
Resolution No. 25-191
Page 2
It was moved by Harmsen
adopted, and upon roll call there were:
Ayes:
x
and seconded by
Nays:
Weilein
Absent:
Alter
Bergus
Harmsen
Moe
Salih
Teague
Weilein
the Resolution be
A,-1-0141
IOWA
LEAGUE
QfCITIES
CERTIFICATE
The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its
member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby
certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting
Executive Director of the Iowa League of Cities, and that as such Executive Director of the League
and by full authority from the Executive Board, I have caused a
NOTICE TO BIDDERS
Iowa River Powerhouse Dam Repair Project
Classified ID: 111754574083
A printed copy of which is attached and made part of this certificate, provided on 08/07/2025 to be
posted on the Iowa League of Cities internet site on the following date:
2025-08-07
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is
true and correct.
08/07/2025
Alan Kemp, Executive Director
0100
NOTICE TO BIDDERS
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M.
on August 26th, 2025. Sealed proposals will be opened immediately thereafter. 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 6:00 P.M. on the 2"d day of September, 2025, or at special meeting called for that purpose.
The Project will involve the following: Repairs to the Iowa River Powerhouse Dam, including the
work required to access the site and for upgrades to the pedestrian trail. Repair of the dam generally
includes concrete surface repairs.
All work is to be done in strict compliance with the Project Manual prepared by Origin Design, Co.,
of Dubuque, Iowa, which has 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 submitted in a
sealed envelope. In addition, a separate sealed envelope shall be submitted containing a
completed Bidder Status Form and a bid security 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 (in
the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance
of said Project, if required, pursuant to the provisions of this notice and the other contract
documents. The City shall retain the bid security furnished by the successful bidder until
the approved contract has been executed, the required Performance, Payment, and Maintenance
Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance
of the contract, and the contract and security have been approved by the City. The City shall
promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the
successful bidder is determined or within thirty days, whichever is sooner.
The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond
in an amount equal to one hundred percent (100%) of the contract price and in the form shown in
Section 0510, 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
one (1) year from and after its completion and formal acceptance by the City Council.
The following limitations shall apply to this Project:
Specified Start Date: 2025 Construction Window:
September 12, 2025 — November 15, 2025
2026 Construction Window:
May 1, 2026 — October 31, 2026
Final Completion Date: All work to be completed within 90 days after
mobilization of the site and within the dates shown
above.
Liquidated Damages: $1,000.00 per day
The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank
forms may be secured at the office of Technigraphics, a division of Rapids Reproductions
located at 415 Highland Avenue, Suite 100, Iowa City, IA 52240, Phone: (319) 354-5950,
Fax: (319) 354-8973, Toll -Free: (800) 779-0093.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of Targeted Small Business contractors can be
obtained from the Iowa Department of Administrative Services at (515) 242-5120.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its 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 required
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.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE GRACE, CITY CLERK
Yulissa Caro
From: Cindy Adams <CAdams@mbi.build>
Sent: Thursday, August 7, 2025 10:03 AM
To: Yulissa Caro
Subject: Certificate for Notice to Bidders
Attachments: We sent you safe versions of your files; 08.07.25 Notice To Bidders.pdf
AI
** This email originated outside of the City of Iowa City email system. Please take extra care opening any links or
attachments. **
Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files.
This message is from an external sender.
Certificate
The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU
Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of
business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter
mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU
Network and by full authority from the Executive Board, he caused a
NOTICE TO BIDDERS
Iowa City — FY25 CDBG Fairmeadows Sidewalk Improvements Project
Iowa City — Iowa River Powerhouse Dam Repair Project
A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network
Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating
service with statewide circulation, on the following date(s):
August 07, 2025
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct.
August 07, 2025 [��
Date President/CEO of The Construction Update Plan Room Network
CgndyrAdamation mslist
�� ^► Master Builders of Iowa
P (515) 402-9858
E CAdams'.aMBI.Build I W www.MBl.Build
Effective May 27th our new summer office hours will be 7:30 AM — 4:00 PM
0100
NOTICE TO BIDDERS
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M.
on August 26th, 2025. Sealed proposals will be opened immediately thereafter. 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 6:00 P.M. on the 2"d day of September, 2025, or at special meeting called for that purpose.
The Project will involve the following: Repairs to the Iowa River Powerhouse Dam, including the
work required to access the site and for upgrades to the pedestrian trail. Repair of the dam generally
includes concrete surface repairs.
All work is to be done in strict compliance with the Project Manual prepared by Origin Design, Co.,
of Dubuque, Iowa, which has 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 submitted in a
sealed envelope. In addition, a separate sealed envelope shall be submitted containing a
completed Bidder Status Form and a bid security 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 (in
the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance
of said Project, if required, pursuant to the provisions of this notice and the other contract
documents. The City shall retain the bid security furnished by the successful bidder until
the approved contract has been executed, the required Performance, Payment, and Maintenance
Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance
of the contract, and the contract and security have been approved by the City. The City shall
promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the
successful bidder is determined or within thirty days, whichever is sooner.
The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond
in an amount equal to one hundred percent (100%) of the contract price and in the form shown in
Section 0510, 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
one (1) year from and after its completion and formal acceptance by the City Council.
The following limitations shall apply to this Project:
Specified Start Date: 2025 Construction Window:
September 12, 2025 — November 15, 2025
2026 Construction Window:
May 1, 2026 — October 31, 2026
Final Completion Date: All work to be completed within 90 days after
mobilization of the site and within the dates shown
above.
Liquidated Damages: $1,000.00 per day
The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank
forms may be secured at the office of Technigraphics, a division of Rapids Reproductions
located at 415 Highland Avenue, Suite 100, Iowa City, IA 52240, Phone: (319) 354-5950,
Fax: (319) 354-8973, Toll -Free: (800) 779-0093.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of Targeted Small Business contractors can be
obtained from the Iowa Department of Administrative Services at (515) 242-5120.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its 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 required
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.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE GRACE, CITY CLERK
Prepared by: Alin Dumachi, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5143
Resolution No. 25-212
Resolution rejecting bids received August 26, 2025 for the Iowa
River Powerhouse Dam Repair Project and setting a new date
for receipt of bids for the rebidding of the Iowa River
Powerhouse Dam Repair Project, directing City Clerk to post
notice to bidders, and fixing the time and place for receipt of
bids.
Whereas, bids were received on August 26, 2025 for the Iowa River Powerhouse Dam Repair
Project; and
Whereas, one bid was received and it exceeded the Engineer's Estimate by more than 100%; and
Whereas, the Department of Public works recommends that Council reject all bids; issue an
addendum, set a new date for receipt of bids, and revise the construction schedule, and
Whereas, funds for this project are available in the Iowa River Powerhouse Dam Repair Project
account #W3328.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that:
1. All bids received on August 26, 2025, for the Iowa River Powerhouse Dam Repair Project
are rejected.
2. An addendum shall be issued to the Project for the Iowa River Powerhouse Dam Repair
Project, approved by resolution on August 5, 2025, to revise the project schedule.
3. 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 City of Iowa
City, Iowa.
4. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3,
not less than 13 days and not more than 45 days before the date of the bid letting, which
may be satisfied by timely posting notice on the Construction Update Network, operated
by the Master Builder of Iowa, and the Iowa League of Cities website.
5. 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 3:00 p.m. on the 14t' day of October,
2025. 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 in the Emma J. Harvat Hall at 6:00 P.M. on the
21s' day of October, or at a special meeting called for that purpose.
Passed and approved this 2nd day of September 2025
May
Resolution No. 25-212
PageNo.2
Approved by
Attest: 1' Cam, zlt'---�
City Clerk City Attorney' Office — 08/28/2025
It was moved by salih and seconded by Alter the Resolution be
adopted, and upon roll call there were:
Ayes:
Nays: Absent:
x
Alter
x
Bergus
x
Harmsen
x
Moe
x
Salih
x
Teague
x
Weilein
A'roAl I I
IOWA
LEAGUE
QfCITIES
CERTIFICATE
The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its
member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby
certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting
Executive Director of the Iowa League of Cities, and that as such Executive Director of the League
and by full authority from the Executive Board, I have caused a
NOTICE TO BIDDERS
Iowa River Powerhouse Dam Repair Project
Classified ID: 111756907470
A printed copy of which is attached and made part of this certificate, provided on 09/04/2025 to be
posted on the Iowa League of Cities internet site on the following date:
2025-09-04
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is
true and correct.
09/04/2025
a w
4
Alan Kemp, Executive Director
0100
NOTICE TO BIDDERS
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M.
on October 141h, 2025. Sealed proposals will be opened immediately thereafter. 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 6:00 P.M. on the 211 day of October, 2025, or at special meeting called for that purpose.
The Project will involve the following: Repairs to the Iowa River Powerhouse Dam, including the
work required to access the site and for upgrades to the pedestrian trail. Repair of the dam generally
includes concrete surface repairs.
All work is to be done in strict compliance with the Project Manual prepared by Origin Design, Co.,
of Dubuque, Iowa, which has 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 submitted in a
sealed envelope. In addition, a separate sealed envelope shall be submitted containing a
completed Bidder Status Form and a bid security 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 (in
the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance
of said Project, if required, pursuant to the provisions of this notice and the other contract
documents. The City shall retain the bid security furnished by the successful bidder until
the approved contract has been executed, the required Performance, Payment, and Maintenance
Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance
of the contract, and the contract and security have been approved by the City. The City shall
promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the
successful bidder is determined or within thirty days, whichever is sooner.
The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond
in an amount equal to one hundred percent (100%) of the contract price and in the form shown in
Section 0510, 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
one (1) year from and after its completion and formal acceptance by the City Council.
The following limitations shall apply to this Project:
Specified Start Date: November 1, 2025
Substantial Completion Date: April 30, 2027
Final Completion Date: May 28, 2027
Liquidated Damages: $1,000.00 per day
All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial
Completion Date except seeding.
The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank
forms may be secured at the office of Technigraphics, a division of Rapids Reproductions
located at 415 Highland Avenue, Suite 100, Iowa City, IA 52240, Phone: (319) 354-5950,
Fax: (319) 354-8973, Toll -Free: (800) 779-0093.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of Targeted Small Business contractors can be
obtained from the Iowa Department of Administrative Services at (515) 242-5120.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its 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 required
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.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE GRACE, CITY CLERK
Yulissa Caro
From: Cindy Adams <CAdams@mbi.build>
Sent: Thursday, September 4, 2025 9:52 AM
To: Yulissa Caro
Subject: Certificate for Notice to Bidders
Attachments: We sent you safe versions of your files; 09.04.25 Notice to Bidders.pdf
Ai
RISK
** This email originated outside of the City of Iowa City email system. Please take extra care opening any links or
attachments. **
Mimecast Attachment Protection has deemed this file to be safe, but always exercise caution when opening files.
This message is from an external sender.
Certificate
The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU
Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of
business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter
mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU
Network and by full authority from the Executive Board, he caused a
NOTICE TO BIDDERS
Iowa River Powerhouse Dam Repair Project
A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network
Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating
service with statewide circulation, on the following date(s):
September 04, 2025
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct.
l/ ►�s-� rC - 0 0
September 04, 2025
Date President/CEO of The Construction Update Plan Room Network
1
0100
NOTICE TO BIDDERS
IOWA RIVER POWERHOUSE DAM REPAIR PROJECT
Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M.
on October 141', 2025. Sealed proposals will be opened immediately thereafter. 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 6:00 P.M. on the 21 SI day of October, 2025, or at special meeting called for that purpose.
The Project will involve the following: Repairs to the Iowa River Powerhouse Dam, including the
work required to access the site and for upgrades to the pedestrian trail. Repair of the dam generally
includes concrete surface repairs.
All work is to be done in strict compliance with the Project Manual prepared by Origin Design, Co.,
of Dubuque, Iowa, which has 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 submitted in a
sealed envelope. In addition, a separate sealed envelope shall be submitted containing a
completed Bidder Status Form and a bid security 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 (in
the form shown in Section 0510) ensuring the faithful performance of the contract and maintenance
of said Project, if required, pursuant to the provisions of this notice and the other contract
documents. The City shall retain the bid security furnished by the successful bidder until
the approved contract has been executed, the required Performance, Payment, and Maintenance
Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance
of the contract, and the contract and security have been approved by the City. The City shall
promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the
successful bidder is determined or within thirty days, whichever is sooner.
The successful bidder will be required to furnish a Performance, Payment, and Maintenance Bond
in an amount equal to one hundred percent (100%) of the contract price and in the form shown in
Section 0510, 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
one (1) year from and after its completion and formal acceptance by the City Council.
The following limitations shall apply to this Project:
Specified Start Date: November 1, 2025
Substantial Completion Date: April 30, 2027
Final Completion Date: May 28, 2027
Liquidated Damages: $1,000.00 per day
All of the bid items listed in Section 0400 — Proposal shall be completed by the Substantial
Completion Date except seeding.
The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank
forms may be secured at the office of Technigraphics, a division of Rapids Reproductions
located at 415 Highland Avenue, Suite 100, Iowa City, IA 52240, Phone: (319) 354-5950,
Fax: (319) 354-8973, Toll -Free: (800) 779-0093.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of Targeted Small Business contractors can be
obtained from the Iowa Department of Administrative Services at (515) 242-5120.
Bidders shall list on the Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. This list shall include the type of work and approximate
subcontract amount(s).
The Contractor awarded the contract shall list on the Contract its 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 required
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.
Posted upon order of the City Council of Iowa City, Iowa.
KELLIE GRACE, CITY CLERK
(V,
Prepared by: Alin Dumachi, Engineering Division, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5143
Resolution No. 25-247
Resolution rejecting all bids received October 14, 2025 for the
Iowa River Powerhouse Dam Repair Project.
Whereas, one bid was received on October 14, 2025 for the Iowa River Powerhouse Dam Repair
Project; and
Whereas, the bid received exceeded the Engineer's Estimate by more than 100%; and
Whereas, the Department of Public works recommends that Council reject the bid; and
Whereas, funds for this project are available in the Iowa River Powerhouse Dam Repair Project
account #W3328.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that:
1. All bids received on October 14, 2025, for the Iowa River Powerhouse Dam Repair Project
are rejected.
Passed and approved this 21st day of October , 2025
Mayor
I ) - .
Attest: '
City 6erk
It was moved by salih and seconded by
adopted, and upon roll call there were:
Ayes:
x
Y
Nays:
Approved by
City Attorn 's Office
(Liz Craig—10/16/2025)
Alter the Resolution be
Absent:
Alter
Bergus
Harmsen
Moe
Salih
Teague
Weilein