Loading...
HomeMy WebLinkAboutIC LANDFILL & RECYCLE DUAL EXTRACTION SYSTEMIC LANDFILL & RECYCLING CENTER DUAL EXTRACTION SYSTEM CONSTRUCTION 14 -May -2018 Plans, Specs, proposal and contract, opinion of cost. 15 -May -2018 Res 18-151, setting a public hearing 21 -May -2018 Notice of public hearing 29 -May -2018 Res 18-178, approving plans, specifications, form of agreement, estimate of cost 30 -May -2018 Notice to bidders 25 -Jun -2018 Addendum #1 03 -Jul -2018 Res 18-187, awarding contract (Tri Con Works LLC) 18 -Jul -2018 Performance and Payment Bond 20 -Aug -2018 Form of Agreement (Tri Con Works LLC) 18 -Dec -2018 Res 18-332, accepting the work FILED ^ntn"'Y IL PM 1,35 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION TY CLERK CITY, IOWA PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE IOWA CITY LANDFILL AND RECYCLING CENTER DUAL EXTRACTION SYSTEM CONSTRUCTION IOWA CITY, IOWA FESSlQ I hereby certify that a !ineering document was repared by�ne or under my direct personal supervisio and t a ury"licens d"� e i al gineer under the laws of the State of Iowa. - I �� 11 11Ma2018 Date: Y W� STEPHANIE Z S. STOLZ P.E.Stephanie S. Stolz, P. LLIU 2264 T License No. 22600 J m .a My license renewal date is December 31, 2018 Pages or sheets covered by this seal: • /�P, • Technical Specifications and Drawings. cF ATIONS 1 AtSCt�g[P�����p� rCCONTENTS 2018MAY 14 PM 14 35 Page Number TITLE SHEET CITY CLERK IOWA CITY, IOWA TABLE OF CONTENTS NOTICE TO BIDDERS.............................................................................................. AF -1 NOTE TO BIDDERS................................................................................................. NB -1 FORMOF PROPOSAL............................................................................................. FP -1 BIDBOND................................................................................................................. BB -1 FORMOF AGREEMENT.......................................................................................... AG -1 PERFORMANCE AND PAYMENT BOND............................................................... PB -1 CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS).................................................... CC -1 WAGETHEFT POLICY............................................................................................ WT -1 GENERALCONDITIONS......................................................................................... GC -1 SUPPLEMENTARY CONDITIONS.......................................................................... SC -1 BIDDERSTATUS FORM.......................................................................................... BF -1 TECHNICAL SPECIFICATIONS DIVISION 0 — CONTRACT DOCUMENTS Section 00 01 05 Certification...................................................................... 0001 05-1 Section 00 62 11 Submittal Transmittal Form .............................................. 00 62 11-1 DIVISION 1 -GENERAL PROVISIONS Section 01 20 00 Measurement and Payment Procedures ......................... 01 2000-1 Section 01 32 00 Progress and Schedules .................................................. 01 3200-1 Section 01 33 00 Submittal Procedures....................................................... 01 3300-1 Section 01 35 43 Environmental Procedures and Special Controls............ 01 3543-1 Section 01 57 00 Traffic Control and Construction Facilities ....................... 01 5700-1 Section 01 71 23 Field Engineering.............................................................. 0171 23-1 Section 01 77 00 Closeout Procedures........................................................ 01 7700-1 DIVISION 2 — TECHNICAL SPECIFICATIONS Section 02 42 00 Abandonment, Removal and Salvage ............................. 02 42 00-1 Section 25 15 19 Rotary Screw Air Compressor .......................................... 25 15 19-1 Section 331 23 16 Trenching and Backfilling ............................................... 31 1400-1 Section 31 25 00 Erosion and Sediment Controls ......... Section 32 92 00 Turf Establishment and Restoration... Section 33 05 33 Pipe and Appurtenances Installation . ATTACHMENT A ....................... 31 2500-1 .......................... 8292 00-1 J2.0L33-1 �1) ...... D HUNK 14 PM 1:35 ATTACHMENT B....................................................................SURVEY CONTffT CLERK IOWA CITY. IOWA NOTICE TO BIDDERS IOWA CITY LANDFILL AND RECYCLING CENTER DUAL EXTRACTION SYSTEM CONSTRUCTION Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 261' day of June, 2018. 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 7:00 P.M. on the 3rd1" day of July, 2018, or at special meeting called for that purpose. The Project will involve the following: at the Iowa City Landfill and Recycling Center located at 3900 Hebl Avenue Southwest in Iowa City, including; purchase and installation of a rotary screw air compressor; purchase and installation of pneumatic pumps; purchase and installation of High Density Polyethylene (HDPE) piping for air and leachate distribution; construction of a lift station including HDPE manhole and pump; seeding, mulching, and fertilizing; construction staking, and other miscellaneous work, including connecting the newly installed infrastructure to existing infrastructure. All work is to be done in strict compliance with the plans and specifications prepared by Barker Lemar Engineering Consultants, of West Des Moines, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and 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 form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond 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 bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantejgthe maintenance of the improvement for a period of two (2) year(s) from and after i1scomp'i3tion and formal acceptance by the City Council. A n = "n C-)-< �C-, r :<r rrn E; = Q g cn AF -1 The following limitations shall apply to this Project: Working Days: 24 Specified Start Date: No Later than September 4, 2018 Specified Completion Date: October 31, 2018 Liquidated Damages: $ 1,250 per day beyond the October 31, 2018 completion date The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer, 410 East Washington St., Iowa City, Iowa, by bona fide bidders. A pre-bid meeting will be held at 10:00 AM on Wednesday, June 13, 2018 at the Iowa City Landfill and Recycling Center office, 3900 Hebl Avenue SW, Iowa City. Attendance at the pre-bid conference is encouraged but not required. A $75.00 fee is required for each set of the Project Manual and Drawings provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully 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 FRUEHLING, CITY CLERK 0 �n p :<rr; - m v w CA AF -2 0 NOTE TO BIDDERS Ie% 0 r %� � -o The work comprising the Dual Extraction System Construction shall be performed in a� ane' withO the Project Manual and Drawings. Before submitting your bid, please review the requi' ts-V the Project Manual and Drawings, in particular, this Section regarding proposal requirembo"0g, cuent h contract execution and insurance requirements. Please be certain that all domave been completed properly, as failure to complete and sign all documents and to comply with the requirements listed below can cause your bid to be rejected. DEFINED TERMS: Terms used in these instructions to Bidders and the Advertisement for Bids which are defined in the General Conditions have the meaning assigned to the them in the General Conditions. The term "Bidder' means one who submits a Bid directly to Owner, as distinct from a sub -bidder, who submits a bid to a Bidder. 2. OTHER RELATED DATA: A. Copies of select existing information (drawings, examinations, investigations, explorations, tests, studies, data, on-site materials, etc.) are provided in the Appendices for reference of the Bidder. B. AutoCAD base files, model files, and sheet files of the Drawings will be made available for informational purposes only to plan holders registered with the Issuing Office with the exception of the "plan rooms," if applicable. Recipients of these electronic files, by virtue of opening the files, agree to and accept the following disclaimer and indemnification provisions: i. The ENGINEER makes no representation as to the compatibility of these files with your hardware or your software and does not warrant or guarantee the accuracy or content of the electronic files. ii. The data contained on these electronic files is part of ENGINEER's instruments of service and shall not be used by you or anyone else receiving this data through or from you for any purpose other than as a convenience. Any other use or reuse by you or by others, will be at your sole risk and without any liability or legal exposure to ENGINEER. You agree to make no claim and hereby waive, to the fullest extent of the law, any claim or cause of action of any nature against ENGINEER, its officers, directors, employees, agents, or subconsultants that may arise out of or in connection with your or others unauthorized use of these electronic files. iii. Significant differences may exist between these electronic files and corresponding hard copy documents due to addenda, change orders, or other revisions. ENGINEER makes no representation regarding the accuracy or completeness of the electronic files you receive. In the event that a conflict arises between the Project Manual and Drawings prepared by the ENGINEER and electronic files, the signed Contract Documents shall govern. You are responsible for determining if any conflict exists. By your use of these electronic files, you are not relived of your duty to fully comply with the Contract Documents, including and without limitation, the need to check, confirm, and coordinate all dimensions and details, take field measurements, and verify field conditions. iv. Because of the potential that the information presented on the electronic files can be modified, unintentionally or otherwise, ENGINEER reserves the right to remove all indicia of its ownership and/or involvement from each electronic display. 3. BIDDERS EXAMINATION OF BIDDING DOCUMENTS AND SITE: It is the responsibility of each Bidder before submitting a Bid: NB -1 A. To examine and carefully study the Project Manual and Drawings, and the other related data identified in the Project Manual and Drawings, including any Addenda; B. Visit the Site and become familiar with and satisfy Bidder as to the general local site conditions that may affect cost, progress, and performance of the work; C. Become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the work; D. Agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the work at the price(s) bid and within the times and in accordance with the other terms and conditions of the Project Manual and Drawings; E. Become aware of the general nature of the work to be performed by OWNER and others at the Site that relates to the work as indicated in the Project Manual and Drawings; F. Correlate the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Project Manual and Drawings, and all additional examinations, investigations, explorations, tests, studies, and data with the Project Manual and Drawings; G. Promptly give ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the project manual and drawings and confirm that the written resolution thereof by ENGINEER is acceptable to Bidder, and H. Determine that the Project Manual and Drawings are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the work. I. Reference is made to the Appendices for identification of: i. Underground Facilities: Information and data shown or indicated in the Bid Documents with respect to existing Underground Facilities at or contiguous to the Site are based upon information and data furnished to OWNER and ENGINEER by owners of such Underground Facilities, including OWNER, or others. ii. Site Access: On request (with 24 hours advance notice), OWNER will provide Bidderaccess to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all boreholes with impermeable bentonite via a tremie tube (per the Iowa Administrative Code) and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. iii. Subsurface Conditions: Those reports of explorations and tests of subsurface conditions at the site which have been utilized by ENGINEER in the preparation of the Bid Documents. The bidder may rely upon the accuracy of the technical data contained in such reports. However, the interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretattos, and opinions contained therein or the completeness thereof is respWsibility of the Bidder. 4. PRE-BID: A voluntary pre-bid meeting will be held at the time and locatio 4d iRectfn AF —Notice to Bidders. Representatives of the OWNER and ENGINEER�e p�seni discuss the Project. Bidders are encouraged to attend and participates j�e=eetipg., ENGINEER will transmit to all prospective Bidders of record such Addend�EVINE� considers necessary in response to questions arising at the meeting. W 5. INTERPRETATIONS AND ADDENDA: NB -2 A. All questions about the meaning or interest of the Project Manual and Drawings are to be submitted to ENGINEER in writing. Interpretations or clarifications considered necessary by ENGINEER in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by ENGINEER as having received the Project Manual and Drawings. Questions received less than seven (7) day prior to the date for opening of Bids may not be answered. B. Addenda may be issued to clarify, correct, or change the Project Manual and Drawings as deemed advisable by OWNER or ENGINEER. 6. Provisions for liquidated damages, if any, are set forth in Section AF — Notice to Bidders. 7. BID SUBMISSION: The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this document, that without exception the Bid is premised upon performing and furnishing the work required by the Project Manual and Drawings and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Project Manual and Drawings, that Bidder has given ENGINEER written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Project Manual and Drawings and the written resolutions thereof by ENGINEER are acceptable to Bidder, and that the Project Manual and Drawings are generally Wcient to indicate and convey understanding of all terms and conditions for performing anSurnishing CID the work. G� =9-� A. Bidder shall submit with the Bid a list of Subcontractors. f Ei B. The Bid shall contain an acknowledgement of receipt o?plkAdi4 numbers of which shall be filled in on the appropriate locations th Fo Proposal. :�� = v C. Bid submittals are: o;K i. Envelope 1: Bid Bond and Bidder Status Form w ii. Envelope 2: Form of Proposal cn 8. PRIOR TO AWARD: A. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. B. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 9. EVALUATION OF BIDS: A. OWNER reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. OWNER further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to not be responsible. OWNER may also reject the Bid of any Bidder if OWNER believes that it would not be in the best interest of the Project to make an award to that Bidder. OWNER also reserves the right to waive all informalities not involving price, time, or changes in the work and to negotiate contract terms with the Successful Bidder. B. Upon request of the OWNER or ENGINEER, the apparent lowest responsive, responsible bidder, whose bid is under consideration for award of the Contract, shall submit evidence to the ENGINEER of its financial resources, construction experience, and personnel available for performance of the proposed work. This information shall be submitted using Section 00 45 13 — Bidder's Qualifications. A Bidder's ability to promptly secure the required bonds and insurance coverages for the proposed work, as well as the Bidder's demonstrated ability to continuously maintain insurance coverages on past projects, may be N&3 considered an indication of financial responsibility and the Bidder's qualification as a responsive, responsible bidder. C. The apparent low bid will be determined by evaluating each responsive, responsible bidder, whose bid is under consideration for award of the Contract. Each contractor's low bid will be determined as the lower of either the base bid (without any alternates) or the base bid with Alternate Bid Items 1A and 2A (collectively Bid Alternate 1, including those base bid items removed with said Alternate). 10. EXAMINATION OF BIDDING DOCUMENTS AND SITE A. Underground Facilities: Information and data shown or indicated in the Project Manual and Drawings with respect to existing Underground Facilities at or contiguous to the Site are based upon information and data furnished to OWNER and ENGINEER by owners of such Underground Facilities, including OWNER, or others. B. Site Access: On request, OWNER may provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all boreholes with impermeable bentonite via a tremie tube (per the applicable Iowa Administrative Code) and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. 11. SALES AND TAXES: This Project shall be considered exempt from all State Sales and Use Tax. The OWNER shall provide the CONTRACTOR with a copy of their Tax Exemption Certificate following Notice of Award. The exemption does not apply to materials, equipment and supplies consumed by the contractor or subcontractor that are not incorporated into the real property being constructed. 1041:31 o_ o m �n r f- m s S' w m 1041:31 FORM OF PROPOSAL IOWA CITY LANDFILL AND RECYCLING CENTER DUAL EXTRACTION SYSTEM CONSTRUCTION CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE STAPLED COPIES OF THIS FORM ARE CON- TAINED WITHIN THIS DOCUMENT. Name of Bidder CD Address of Bidder *C TO: City Clerkrc'� -: rn City of Iowa City rn =cCity Hall 0 410 E. Washington St. Iowa City, IA 52240 y m The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Project Manual and Drawings, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. 7--0- - ; I FP -1 Estimated Extended Item Description Unit Quantity Unit Price Amount 1 Mobilization and Miscellaneous L.S. 1 $ $ 2 Rotary Screw Air Compressor, Purchase L.S. 1 $ $ and Installation 3 Trenching, 0 to 5 feet Depth L.F. 6,524 $ $ 4 Additional Trenching Depth, 5 to 10 feet L.F. 500 $ $ 5 3" HPDE Forcemain Pipe, Procurement and L.F. 4,625 $ $ Installation 6 2" HDPE Air Line Pipe, Procurement and L.F. 6,211 $ $ Installation 7 Air Line Termination Each 8 $ $ 8 Valve, 3" Butterfly with 2 Piece Stem Each 3 $ $ Extension, Procurement and Installation 9 Valve, 2" Butterfly with 2 Piece Stem Each 6 $ $ Extension, Procurement and Installation 10 Manhole Pump Station, Procurement and L.S. 1 $ $ Installation FP -1 11 Stickup, 3" Force Main, Procurement and Each 17 $ $ Dy Installation � 12 Stickup, 2" Air line, Procurement and Each 17 $ $ o Installation 0 D 13 Cleanout, 3" HDPE, Single, Procurement Each 1 $ $ and Installation 14 Cleanout, 3" HDPE, Double, Procurement Each 3 $ $ and Installation 15 Tee and 10' Stub (2" Air Line, 3" Force Main) Each 4 $ $ 16 Corrugated Metal Pipe (CMP) Casing Pipe, Each 3 $ $ Procurement and Installation 17 Air Pumps, Procurement and Installation Each 13 $ $ 18 Condensate Sump Modifications and L.S. 1 $ $ Discharge Line 19 Geosynthetic Clay Liner, Procurement and L.F. 1,758 $ $ Installation 20 Seeding, Mulching, and Fertilizing L.S. 1 $ $ 21 Project Surveying and Construction Staking L.S. 1 $ $ 22 Project Closeout and Records L.S. 1 $ $ TOTAL EXTENDED AMOUNT $ 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: Name: Type of Work: Aoox $ Amount: NOTE: All subcontractors are subject to approval by City. FP -2 N 0 O m Dy � M M o = 0 D Ca rn FP -2 The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the "Contract Documents' and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the "Contract Documents" prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name Title: Address: Phone: Contact: FP -3 F CD n = =ic-) r -<m M D W M as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall biniSur heirs, executors, administrators, and successors jointly and severally. This obligation!16nd%pned brf s the Principal submission of the accompanying bid, dated P� Project. fir- M NOW, THEREFORE, �� r CP (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful 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 bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney 9M FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the day of , 20_, for the Project ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract; and WHEREAS, the parties hereto now wish to enter into this agreement 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 Form of Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: a. Addenda Numbers , attached hereto; b. "Standard Specifications for Highway and Bridge Construction," ries of 2015, Iowa Department of Transportation, as amended; a D� s C. Plans; < — d. Technical Specifications and Supplementary Conditions; '�rn o� = m o e. Performance and Payment Bond; n Q m f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and i. This Instrument. The above components are deemed complementary and should be read together. In the AG -1 event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): Name: Quantity: Unit Price: $ Amount: DATED this day of By Mayor ATTEST: 20_ Contractor (Title) ATTEST: City Clerk (Company Official) AG -2 Approved By: City Attorney's Office N 0 A a� � -_ T •1 -iAr .c -0 M.m o=v = CA or PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee,,, hereingler ca lt4 the Owner. in the amount of 3QDnll�z v -+ for the payment for which Contractor and• -Sur* herAb -: n bind themselves, their heirs, executors, administrators, successors and ass joVy a severally. 11FK o+ WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable PB -1 by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of ( ) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS IN THE PRESENCE OF: Witness Witness DAY OF (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phcwe) _ o m C*) r C)= _ C4 M Contract Compliance Program � r 1 I �LA w 0 g �-C CITY of IOWA CITY SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. mgr\asst\oontractcompliance.doc CC -1 99 o c M m rn mgr\asst\oontractcompliance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 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 seg.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, allrequired by federal and state law for the duration of the contract. NOTE: The City can psIte a`Listarlcg in obtaining the necessary posters. D.i s 1 II m -0 m 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? mgrlasstcontractcompliance.doc CC -2 The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date mgMsshcontractcompliance.doc CC -3 0 O gn m �x D A W m mgMsshcontractcompliance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone thNsponsibility, of administering and promoting your company's Equal Employment Opportuniteprogra,20. Thferson should have a position in your organization which emphasizes the importance oroWm.. .A- C-) - 3. INSTRUCT STAFF nt Your staff should be aware of and be required to abide by your Equal Employment o ity ram. All employees authorized to hire, supervise, promote, or discharge employees otfare in ved in such actions should be trained and required to comply with your policy and the curre t equ mployment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. 12/01 mgMsshcontractcompliance.doc CC -4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 N O_ ca i �. ;-� �� r :<m 'o m D � CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 034105, 12-16- 2003) B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed.by thet 1. A written or unwritten employment policy or practice which excludes froqp,�pkatmenL..Z applicants or employees because of the employee's pregnancy is a prinj%faiepolati ff - of this title. -<r -o m 2. Disabilities caused or contributed to by the employee's pregnancy, misc $fie,= Q childbirth and recovery therefrom are, for all job related purposes, tempo_ tlisa�iilities and shall be treated as such under any health or temporary disability insance sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a CC -6 bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105,12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-4312, 8-11-2008) CC -7 N O ::En ao b r— M D � w U CC -7 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, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the Name: Address: is: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -8 m m � s v w CC -8 CITY OF IOWA CITY 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. b. 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. 11. 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); c. Remedial action has been taken to prevent a recurrence of the ae givi rise_jp the disqualification or default; 20 or A� t d. Other factors that the person or entity believes are relevant. rrrn ME The City Manager or Designee shall review the documentation submitted, make j&�ingC0es d9med necessary, request additional documentation if warranted and determine whethe?a reduction in the ineligibility period orwaiver is warranted. Should the City Manager or Designee determine thala 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. P11101 WAGE THEFT AFFIDAVIT STATE OF ss: COUNTY M upon being duly sworn, state as follows: 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. This instrument was acknowledged before me by WT -2 Signature on Notary Public in and for the State of 20 o v :4C r o� W GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 FD v.C'14� "r gx :. a (e " GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations k S-3 Insurance o S-4 Supervision and Superintendence mac? S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations �Cm S-7 Employment Practices (T} S-8 Contract Compliance Program (Anti -Discrimination Requirements) or v S-9 Wage Theft Policy g ». S-10 Measurement and Payment Y' S-11 Taxes S-12 Construction Stakes S-13 Bidder Status Form Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICA- TIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION SC -1 Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Excess Liability Each Occurrence Ag $1,000,000 $2, $1, $1,000,000 $1, Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance SC -2 C. coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. g 7. In the event that any of the policies or insurance coverage identifie�C act4R�� Certificate of Insurance are canceled or modified, the City may in ib re i eithaf� suspend Contractor's operations or activities under this Contract, imtormiaate t)� Contract, and withhold payment for work performed on the Contract. "in (' HOLD HARMLESS o= _= :91E tp 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa 4 and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. SC -3 S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRAC- TOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHF*nd State laws regarding hazardous chemicals and right -to -know. S-7 EMPLOYMENT PRACTICES. y� `�C, " Neither the Contractor nor his/her subcontractors, shall employ any person "ice" p�sica mental condition is such that his/her employment will endanger the health and safelt cf thr nsel or others employed on the project. _ Contractor shall not commit any of the following employment practices and agrees to jn> de the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's SC -4 Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 WAGE THEFT POLICY. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, which is included with these Specifications beginning on page WT -1. S-10 MEASUREMENT AND PAYMENT. Section 01-20-00, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-11 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-12 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. S-13 BIDDER STATUS FORM. The Contractor awarded the project together with all Subcontractors shall be required to complete the form included with these specifications (and entitled the same as this section) and submit it to the Engineer before work can begin on the project. SC -5 O s :<m �mc v w CD SC -5 Bidder Status Form To be completed by all bidders Part A Please answer "Yes' or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ 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 nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: to Address: City, State, Zip: Dates: to Address: City, State, Zip: Dates: /—/—to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: 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 preferences 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 o a. I certify that the statements made on this document are true and complete to the best of my know D."anft knot my failure to provide accurate and truthful information may be a reason to reject my bid. C13� �t Firm Name: D '• You must submit the completed form to the governmental body requesting bids per 675 IowaOD Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet maybe 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 it's 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 anal�6e certificate has not been revoked or canceled.Ca y DZC4) A C .... ��..r. rn D w CO BF -2 ARC 1271C LABOR SERVICES DIVISION[875] Adopted and Filed Pursuant to the authority of Iowa Code section 73A.21, the Labor Commissioner hereby adopts a new Chapter 156, 'Bidder Preferences in Government Contracting," Iowa Administrative Code. This amendment adopts new rules concerning preferences for resident bidders on government construction projects.The new chapter sets forth requirements for a public body involved in a public improvement and sets forth enforcement procedures. Notice of Intended Action was published in the October 30, 2013, Iowa Administrative Bulletin as ARC 1160C. Public comments regarding the proposed rules were received. Commenters stated that some of the rules could be misinterpreted and that some of the rules were beyond the statutory authority of Iowa Code section 73A.21. Commenters expressed ideas on how to make the bidding process more efficient. Commenters also questioned the constitutionality of Iowa Code section 73A.21. One commenter suggested adding compliance with Iowa Code chapter 91 C as a basis to find that a company is authorized to transact business in Iowa. These rules are not identical to those published under Notice of Intended Action. Some changes are technical; other more substantive changes are described below. References to "domicile" were removed from several rules. Subrule 156.2(1) was changed to clarify that the requirements apply only to a project to be awarded to the lowest responsible bidder; to clarify that only office addresses, not construction worksites, must be reported; to remove a reference to perjury; and to change the deadline for submitting a statement to the public body. Paragraph 156.2(2)"b" was changed by deleting the phrase "under this Act." Subrule 156.2(3) was changed by adding new paragraph "k" concerning construction contractor registration, and by clarifying that compliance with only one of the lettered paragraphs in the subrule is necessary. Paragraph 156.2(4)"b" was changed by adding the phrase "if applicable." In rule 875-156.3(73A), the term "public body' replaced the term "nonresident bidder." A new rule 875-156.9(73A) containing a severability clause was added. The principal reason for adoption of this amendment is to implement legislative intent o van once included in these because forth in 8hiler 1 } procedures are rules variance provisions are set �., After analysis and review of this rule making, no impact on jobs has been found. These rules are intended to implement Iowa Code section 73A.21. These rules shall become effective on February 12, 2014. r _ ' W, Will The following amendment is adopted. . 0 Adopt the following new 875—Chapter 156: :. D ca CHAPTER156 co BIDDER PREFERENCES IN GOVERNMENT CONTRACTING 875-156.1(73A) Purpose, scope and definitions. These rules institute administrative and operational procedures for enforcement of the Act. The definitions and interpretations contained in Iowa Code section 73A.21 shall be applicable to such terms when used in this chapter. "Act" means Iowa Code section 73A.21. "Affiliate," when used with respect to any specified person or entity, means another person or entity that, either directly or indirectly through one or more intermediaries, controls, or is controlled by, or is under common control or ownership with, such specified person or entity. "Commissioner" means the labor commissioner appointed pursuant to Iowa Code section 91.2, or the labor commissioner's designee. "Division" means the division of labor of the department of workforce development. BF -3 "Nonresident bidder" means a person or entity that does not meet the definition of a resident bidder, including any affiliate of any person or entity that is a nonresident bidder. "Parent,"when used with respect to any specified person or entity, means an affiliate controlling such specified person or entity directly or indirectly through one or more intermediaries. "Public body"means the state and any of its political subdivisions, including a school district, public utility, or the state board of regents. "Public improvement" means a building or other construction work to be paid for in whole or in part by the use of funds of the state, its agencies, and any of its political subdivisions and includes road construction, reconstruction, and maintenance projects. "Public utility" includes municipally owned utilities and municipally owned waterworks. "Resident bidder" means a person or entity authorized to transact business in this state and having a place of business for transacting business within the state at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. "Resident labor force preference" means a requirement in which all or a portion of a labor force working on a public improvement is a resident of a particular state or country. "Subsidiary "when used with respect to any specified person or entity, is an affiliate controlled by such specified person or entity directly or indirectly through one or more intermediaries. 875-156.2(73A) Reporting of resident status of bidders. 156.2(1) Reporting to public body. When a contract for a public improvement is to be awarded to the lowest responsible bidder, the public body shall request a statement from each bidder regarding the bidder's resident status. The statement shall be on the form designated by the commissioner. The statement shall require the bidder to certify whether the bidder is a resident bidder or a nonresident bidder. In the case of a resident bidder, the statement shall require the resident bidder to identify each office at which the resident bidder has conducted business in the state during the previous three years and the dates on which the resident bidder conducted business at each office. In the case of a nonresident bidder, the statement shall require the nonresident bidder to identify the nonresident bidder's home state or foreign country as reported to the Iowa secretary of state, to identify each preference offered by the nonresident bidder's home state or foreign country, and to certify that, except as set forth on the form, there are no other preferences offered by the nonresident bidder's home state or foreign country. The statement shall include such additional information as requested by the commissioner. The statement must be signed by an authorized representative of the bidder. A fully completed statement shall be deemed to be incorporated by reference into all project bid specifications and contract documents with any bidder on a public improvement. Failure to provide the statement with the bid may result in the bid being deemed nonresponsive. This may result in the bid being rejected by the public body. 156.2(2) Determining residency status. a. For purposes of the Act, a person or entity is a resident bidder if the person or entity: (1) Is authorized to transact business in Iowa; and (2) Has had one or more places of business in Iowa at which it is conducting or has conducted business in this state for at least three years immediately prior to the date of the first advertisement for the public improvement. b. If the person or entity is a resident of a state or foreign country that has a more stringent definition than is set forth in paragraph 156.2(2)"a"for determining whether a person or entity in that state or country is a resident bidder, then the more stringent definition applies. 156.2(3) Determining authorization to transact business. A person or entity is authorized to transact business in the state if one or more of the following accurately describes the person or entity: a. In the case of a sole proprietorship, the sole proprietor is an Iowa resident for Iowa income tax purposes; b. In the case of 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; m O m` BF -4 � c. In the case of a limited liability partnership which has filed a statement of qualification in this state, the statement has not been canceled; d. In the case of a limited liability partnership whose statement of qualification is filed in a state other than Iowa, the limited liability partnership has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed pursuant to Iowa Code section 486A.105(4); e. In the case of a limited partnership or limited liability limited partnership whose certificate of limited partnership is filed in this state, the limited partnership or limited liability limited partnership has not filed a statement of termination; f. In the case of 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; g. In the case of a limited liability company whose certificate of organization is filed in this state, the limited liability company has not filed a statement of termination; h. In the case of a limited liability company whose certificate of organization is filed in a state other than Iowa, the limited liability company has received a certificate of authority to transact business in this state and the certificate has not been revoked or canceled; i. In the case of a corporation whose articles of incorporation are filed in this state, the corporation (1) has paid all fees required by Iowa Code chapter 490, (2) has filed its most recent biennial report, and (3) has not filed articles of dissolution; j. In the case of a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation (1) has received a certificate of authority from the Iowa secretary of state, (2) has filed its most recent biennial report with the secretary of state, and (3) has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked; or k. The person or entity is registered with the Iowa division of labor as a construction contractor pursuant to Iowa Code chapter 91 C. 156.2(4) Determining if bidder has conducted business in state. In order to determine if a bidder has a place of business for transacting business within Iowa at which it is conducting and has conducted business for at least three years prior to the date of the first advertisement of the public improvement, the bidder shall meet the following criteria for the three-year period prior to the first advertisement for the public improvement: a. Continuously maintained a place of business for transacting business in Iowa that is suitable for more than receiving mail, telephone calls, and e-mails; and b. Conducted business in the state for each of those three years and filed an Iowa income tax return, if applicable, made payments to the Iowa unemployment insurance fund, if applicable, and maintained an Iowa workers' compensation policy, if applicable, in effect for each of those three years. 675-156.3(73A) Application of preference. When awarding a contract for a public improvement to the lowest responsible bidder, the public body shall allow a preference to a resident bidder as against a nonresident bidder that is equal to any preference given or required by the home state or foreign country in which the nonresident bidder is a resident without regard to whether such preferences are actually enforced by the applicable regulatory body in each state. If the bidder is a subsidiary of a parent that would be a nonresident bidder if such parent were to bid on the public improvement in its own name, then the public body shall allow a preference as against such bidder that is equal to the preference given or required by the home state or foreign country of the bidder's parent. In the instance ofa lab force preference, a public body shall apply the same resident labor force preference to a public im vemejnthjs state as would be required in the construction of a public improvement by the home state o apaigVuntry p4 of the nonresident bidder, or the parent of a resident bidder if the parent would qualify V orwoident ■�■ 1 bidder if such parent were to bid on the public improvement in its own name. A preference shall not be applied to a subcontractor unless the home state or foreign country- non�resideM1t bidder to whom the contract was awarded would apply a preference to the subcontractor. o ern = ( ] Specific methods of calculating and applying a preference shall mirror those that applyWrthe hege state or foreign country of the nonresident bidder to whom the contract was awarded. In the event that thApecif} bl. BF -5 method used by the nonresident bidder's home state or foreign country cannot be determined, the calculation for a labor force preference shall include only the labor force working on the public improvement in Iowa on a regular basis calculated by pay period. 875-156.4(73A) Complaints regarding alleged violations of the Act. 156.4(1) Complaints. Any person with information regarding a violation of the Act may submit a written complaint to the commissioner. Any complaint must provide the information required pursuant to subrule 156.4(2) or as much of such information as is reasonably practicable under the circumstances. The completed written complaint form shall be submitted to the commissioner at Labor Services Division, 1000 East Grand Avenue, Des Moines, Iowa 50319. 156.4(2) Written complaint form. The commissioner shall prepare a written complaint form that a person with information regarding a potential violation of the Act may submit pursuant to subrule 156.4(1). The written complaint form shall request the following information: the name, address, telephone number, and e-mail address of the complainant; the name of the bidder that is believed to have violated the Act; a description of any relationships between the complainant and the bidder; an identification of the public body to which the bidder submitted a bid; the home state or foreign country of the bidder; a description of the goods and services provided under the bid; and such additional information as requested by the commissioner. 156.4(3) Availabilityof written complaint form. The written complaint form shall be available in all 875-156.5(73A) Nonresident bidder record-keeping requirements. While participating in a public improvement, a nonresident bidder from a home state or foreign country with a resident labor force preference shall make and keep, for a period of not less than three years, accurate records of all workers employed by the contractor or subcontractor on the public improvement. The records shall include each worker's name, address, telephone number if available, social security number, trade classification, and starting and ending date of employment. 875-156.6(73A) Investigations; determination of civil penalty. The commissioner or an authorized designee shall cause an investigation to be made into charges of violations of the Act, including allegations set forth in a written complaint. 156.6(1) Investigative powers. The commissioner or the authorized designee shall have the following powers: a. Hearings. The commissioner may hold hearings and investigate charges of violations of the Act. b. Entry into place of employment. The commissioner may, consistent with due process of law, enter any place of employment to inspect records concerning labor force residency, to question an employer or employee, and to investigate those facts, conditions, or matters as are deemed appropriate in determining whether any person has violated the provisions of the Act. The commissioner shall only make an entry into a place of employment in response to a written complaint. C. Residency of workers. The commissioner may investigate and ascertain the residency of a worker engaged in any public improvement in this state. d. Oaths; depositions; subpoenas. The commissioner may administer oaths, take or cause to be taken deposition of witnesses, and require by subpoena the attendance and testimony of witnesses and the production of all books, registers, payrolls, and other evidence relevant to a matter under investigation or hearing. e. Employmentofpersonnel. The commissioner may employ qualified personnel as are necessary for the enforcement of Iowa Code section 73A.21. The personnel shall be employed pursuant to the merit system provisions of Iowa Code chapter 8A, subchapter IV. +� BF -6 f*1 k, •S BF -6 f. Request for records. The commissioner shall require a contractor or subcontractor to file, within 10 days of receipt of a request, any records enumerated in rule 875-156.5(73A). If the contractor or subcontractor fails to provide the requested records within 10 days, the commissioner may direct, within 15 days after the end of the 10 -day period, that the fiscal or financial office charged with the custody and disbursement of funds of the public body that contracted for construction of the public improvement or undertook the public improvement, to withhold immediately from payment to the contractor or subcontractor up to 25 percent of the amount to be paid to the contractor or subcontractor under the terms of the contract or written instrument under which the public improvement is being performed. The amount withheld shall be immediately released upon receipt by the public body of a notice from the commissioner indicating that the request for records as required by this paragraph has been satisfied. 156.6(2) Division determination. Upon conclusion of an investigation, the commissioner or an authorized designee shall issue a written determination to the party that was the subject of the investigation. The determination shall indicate whether or not the division finds a violation of the Act by the party. If the determination indicates that the party engaged in a violation of the Act, the determination shall also indicate the remedies the division intends to pursue as a result of the violation. 156.6(3) Informal conference. A party seeking review of the division's determination pursuant to this rule may file a written request for an informal conference. The request must be received by the division within 15 days after the date of issuance of the division's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the division's determination should be amended or vacated. The division shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the informal conference. 875-156.7(73A) Remedies. Following the conclusion of the informal conference, or following the expiration of the time in which a party may file a written request for an informal conference, the division may pursue the following remedies. 156.7(1) Injunctive relief. If the division determines that a violation of the Act has occurred, the division may sue for injunctive relief against the awarding of a contract, the undertaking of a public improvement, or the continuation of a public improvement. 156.7(2) Civil penalty. Any person or entity that violates the provisions of this chapter is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in a first investigation by the division, not to exceed $5,000 for each violation found in a second investigation by the division, and not to exceed $15,000 for a third or subsequent violation found in any subsequent investigation by the division. Each violation of this chapter for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the division shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violation(s). The collection of these penalties shall be enforced in a civil action brought by the attorney general on behalf of the division. 875-156.8(73A) Compliance with federal law. If it is determined that application of this chapter and the Act may cause denial of federal funds which would otherwise be available for a public improvement, or would otherwise be inconsistent with requirements of any federal law or regulation, the application of this chapter shall be suspended to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 875-156.9(73A) Severability. If any rule under this chapter, any portion of a rule under this chapter, or the applicability of any rule under this chapter to any person or circumstance is held invalid by court, the remainder of these rules or the rules' applicability to other persons or circumstances shall not be affected. These rules are intended to implement Iowa Code section 73A.21. a �a+r3 [Filed 12/16/13, effective 2/12/14] [Published 1/8/141 —Icy r (�- EDITOR'S NOTE: For replacement pages for IAC, see IAC Supplement 1/8/14. : Cm = 0ca:* D tf co BF -7 TECHNICAL SPECIFICATIONS AND DRAWINGS FOR IOWA CITY LANDFILL AND RECYCLING CENTER DUAL EXTRACTION SYSTEM CONSTRUCTION IOWA CITY, IOWA PROJECT NO. IACLF 18002 MAY 2018 END OF SECTION 00 01 05 M:IIACLFU8002-Dua1 Extraction System De6ignBocwnentsi8ld Package100-01-05_Certi(ication-Page.docx SECTION 00 01 05 -CERTIFICATION PAGE Page 1 FESSIO �/,9 I hereby cqktify that this en ineering document was prepared by me or under my direct �� persl10"�dal sdpervisipnyand thail I #dulyed Professional Engineer under the laws of 2 the?5 C Date: 11May2018 v STEPHANIE :0= z S. STOLZ z StepbanWS. Stbiz, P.E. U 22604 m T License No. 22604 J a My license renewal date is December 31, 2018 Pages or sheets covered by this seal: • / A • Technical Specifications and Drawings. END OF SECTION 00 01 05 M:IIACLFU8002-Dua1 Extraction System De6ignBocwnentsi8ld Package100-01-05_Certi(ication-Page.docx SECTION 00 01 05 -CERTIFICATION PAGE Page 1 N O_ O �n m a {m v :0= v w 00 END OF SECTION 00 01 05 M:IIACLFU8002-Dua1 Extraction System De6ignBocwnentsi8ld Package100-01-05_Certi(ication-Page.docx SECTION 00 01 05 -CERTIFICATION PAGE Page 1 This page intentionally left blank. SECTION 00 01 05 - CERTIFICATION PAGE Page 2 ro m o �n m a m D w co SECTION 00 01 05 - CERTIFICATION PAGE Page 2 Shop Drawing Transmittal No. (Specification Section) (Series) SECTION 00 62 11 - SUBMITTAL TRANSMITTAL FORM Project Name: Dual Extraction System Construction Date Received: Project Owner: City of Iowa City / Iowa City Landfill and Recycling Center Checked By: Contractor: Engineer: Barker Lamar Engineering Consultants a`s Wo Log Page: Address: Address: No.: Spec Section: Drawing/Detail No.: Attn:Attn: 1st. Sub lo, ReSub. Date Transmitted: Previous Transmittal Date: Item No. No. Copies Description Manufacturer MfrNendor Dwg or Data No. Action Taken* Remarks: O * The Action Designated Above is in Accordance with the Legend on the following page. �n a`s Wo $ lo, ."� /ca W SECTION 00 62 11 - SUBMITTAL TRANSMITTAL FORM Page 1 Shop Drawing Transmittal No. Legend: A - Furnish as Submitted B - Furnish as Noted C - Revise and Resubmit 1. Not enough information for review. 2. No reproducibles submitted. 3. Copies illegible. 4. Not enough copies submitted. 5. Wrong sequence number. 6. Wrong resubmittal number. 7. Wrong spec. section. 8. Wrong form used. 9. See comments. Comments: a Distribution: Contractor ❑ File (Specification Section) (Series) D - Rejected E - Engineer's review not required 1. Submittal not required. 2. Supplemental Information. Submittal retained for informational purposes only. 3. Information reviewed and approved on prior submittal. 4. See comments. Field ❑ Owner ❑ END OF SECTION 00 62 11 M:IIACLR18002-Dual Extraction System DesignlOocumentsOid PackageW-62-11_Submitti*C113 Transmittal Form.docx --i C7-< Al O a SECTION 00 62 11 — SUBMITTAL TRANSMITTAL FORM Page 2 Date Other ❑ SECTION 01 20 00 — MEASUREMENT AND PAYMENT PROCEDURES PART 1 -GENERAL 1.01 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Unit price for work completed under the Contract shall be measured by the ENGINEER. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The CONTRACTOR will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The CONTRACTOR shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the Contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. 1.04 APPLICATION FOR PAYMENT: A. Each Application for Payment shall be consistent with previous applications and payments as recommended by the ENGINEER and approved by OWNER. B. The following administrative actions and submittals shall precede or coincide with submittals of first Application for Payment: 1. List of subcontractors. 2. CONTRACTOR's construction schedule. 3. Copies of applicable permits. 4. Copies of authorizations and licenses from authorities having jurisdiction for performance of the work. C. Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. T 2. Insurance certificates for products and completed operations where re taxes, fees and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract 4. Consent of Surety to Final Payment. 5. Final lien waivers as evidence that claims have been settled. 6. Final liquidated damages settlement statement. SECTION 01 20 00 - MEASUREMENT AND PAYMENT PROCEDURES Paoe 1 7. Requirements listed in Section 01 77 00 — Closeout Procedures. 00 ` PART 2 -PRODUCTS Cl rn^^, NOT USED. 3 `J PART 3 - EXECUTION y � 3.01 PROCEDURE: A. Payment under this Contract shall occur no more than once per month for work completed by the CONTRACTOR. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the OWNER's policy to pay for materials and equipment stored or furnishings fabricated off site. B. The 5% retainage will be released 31 days after the project is accepted by the OWNER, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the Form of Proposal. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the Project Manual and Drawings, including clean up. Payment will be made for actual quantities installed, except for items designated as Established or Plan Quantities, for the items listed in the proposal and installed in strict accordance with the drawings and specifications and payment therefore shall be considered full and final compensation. It is the CONTRACTOR's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the CONTRACTOR or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in this Form of Proposal. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the CONTRACTOR's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the ENGINEER. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve grading or excavation shall include compensation for topsoil removal and replacement (unless it is listed as an item in the Form of Proposal), disposal of surplus excavated material, handling water, installation of all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. SECTION 01 20 00 - MEASUREMENT AND PAYMENT PROCEDURES Paae 2 The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the Form of Proposal. The CONTRACTOR must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The CONTRACTOR must figure these costs into their bid prices. The OWNER will not waive parking fees or fines. Permits paid for by the CONTRACTOR will be issued only for construction vehicles, not personal vehicles. The CONTRACTOR shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of cleanup shall be incidental. B. BASE BID ITEM DESCRIPTIONS Mobilization and Miscellaneous: The lump sum price for this item covers the cost required to furnish transportation, deliver and remove necessary equipment, materials and labor to the job site throughout the duration of the project, and provide for construction surveying services necessary to maintain horizontal and vertical control during trenching at the site. The CONTRACTOR shall retain the services of a surveyor and will be required to do all construction layout, staking, and final grade control necessary to complete the Work. Includes all work and expenses necessary for the completion of the project in accordance with the Contract Documents that are not covered under any other item, including materials, equipment, tools, and labor incidental to the Work. May include but is not limited to CONTRACTOR's fee, overhead expenses, field office, insurance, bonds, environmental controls, project close-out, and administrative expenses. Unit of measure is Lump Sum. This item shall be paid at the contract price as follows: • When 5 percent of the original project sum is earned, either 25 percent of the original contract price for this item or 2.5 percent of the original contract sum, whichever is less, will be paid. • When 10 percent of the original project sum is earned, either 50 percent of the original contract price for this item or 5 percent of the original contract sum, whichever is less, will be paid. • When 25 percent of the original project sum is earned, either 100 percent of the original contract price for this item or 10 percent of the original contract sum, whichever is less, will be paid. • Upon completion of all work on the project under contract, full payment will be made for this contract item, including and amount not paid as partial payment, less retainage. 2. Rotary Screw Air Compressor, Purchase and Installation: See Specifications and Drawings for requirements. This lump sum bid item includes labor, purchase and/or construction of a weatherproof enclosure with concrete pad, procurement and installation of necessary electrical services to the compressor by a professional electrician, purchase and installation of the air compressor and related components including heatless desiccant drier, dry receiver tank, and any and all associated piping, fittings, €iters, Ad other appurtenances as required or recommended by the manufacturer. Cosocfed with obtaining the necessary permits and system start-up shall be considere e l to the bid item. This item shall be compensation of all materials, labor,aqd qui'mentjQ. complete the Work. This item will be paid in full once the compressor s, �tgm jg.rnstal�ed in accordance with the specifications and drawings and is functioning ae0LMnded. o zi Z Q C^) cv SECTION 01 20 00 - MEASUREMENT AND PAYMENT PROCEDURES Paoe 3 3. Trenching, 0 to 5 Feet Depth: See Specifications and Drawings for requirements. The unit price per lineal foot for this item covers the excavation of the piping trenches to a depth of 0 to 5 feet. This item shall be compensation of all materials, labor, and equipment to complete the Work. Finish -grading and the hauling of excess excavated materials to either the working face (if containing waste) or an on-site stockpile (if clean soils) are considered incidental to this Work, as is hauling and placement of any clean fill material from on-site stockpiles. This item will be paid based on the actual lineal feet of trench based on an as - built survey conducted by the CONTRACTOR. 4. Additional Trenching Depth, 5 to 10 Feet: See Specifications and Drawings for requirements. The unit price per lineal foot for this item covers the additional depth of excavation of the piping trenches to a depth of 5 to 10 feet. This item shall be compensation of all materials, labor, and equipment to complete the Work. The hauling of excess excavated materials to either the working face (if containing waste) or an on-site stockpile (if clean soils) are considered incidental to this work, as is hauling and placement of any clean fill material from on-site stockpiles. This item will be paid based on the actual lineal feet of trench between 5 and 10 feet deep based on an as -built survey conducted by the CONTRACTOR. Note that this bid item is for additional depth of a trench that will also be paid based on bid item #2. 5. 3" HDPE Gravity Drain and Force Main Pipe, Procurement and Installation See Specifications and Drawings for manufacturing and installation requirements. The unit price per lineal foot installed for this item covers the procurement, delivery, installation, and any required testing of the 3 -inch HDPE piping, as well as associated fittings, pipe bedding materials and backfill materials, pipe tracer wire and/or location tape as shown on the Drawings. This item shall be compensation of all materials, labor, and equipment to complete the Work. This item will be paid based on the actual lineal feet of piping installed based on an as -built survey conducted by the CONTRACTOR. 6. 2" HDPE Air Line Pipe, Procurement and Installation: See Specifications and Drawings for manufacturing and installation requirements. The unit price per lineal foot installed for this item covers the procurement, delivery, installation, and any required testing of the 2 -inch HDPE air line piping, as well as associated fittings, pipe bedding materials and backfill materials as shown on the Drawings. This item shall be compensation of all materials, labor, and equipment to complete the Work. This item will be paid based on the actual lineal feet of piping installed based on an as -built survey conducted by the CONTRACTOR. 7. Air Line Termination: See Specifications and Drawings for manufacturing and installation requirements. The unit price for this item covers the procurement, delivery, installation, and any required testing of the valves and flanges necessary to terminate the air lines as shown on the Drawings. This item shall be compensation of all materials, labor, and equipment to complete the Work. This item will be paid based on the actual number of air line terminations installed. 8. Valve, 3", Butterfly, with 2 -Piece Stem Extension, Procurement and Installation: See Specifications and Drawings for manufacturing and installation requirements. The unit price for this item covers the procurement, delivery, and installation of the 3 -inch butterfly valve as shown on the Drawings. This item shall be compensation of all materials, labor, and equipment to complete the Work. This item will be paid based on the actual number of valves installed. 9. Valve, 2", Butterfly, with 2 -Piece Stem Extension, Procurement and InjBllatio4gsee Item 16 of Bid Worksheet): See Specifications and Drawings for manufactu�gn stallali}q requirements. The unit price for this item covers the procurement, deli n stall t�.2 of the 2 -inch butterfly valves as shown on the Drawings. This item shRl 6gcolwens of all materials, labor, and equipment to complete the Work. This iter be paid brseed on the actual number of valves installed. !-- _ y ca Co SECTION 01 20 00 - MEASUREMENT AND PAYMENT PROCEDURES Paae 4 10. Manhole Pump Station, Procurement and Installation: See Specifications and Drawings for manufacturing and installation requirements. The lump sum for this item covers the procurement, delivery, and installation of the prefabricated HDPE, 6' diameter, 15 -feet deep manhole as shown on the Drawings. This item includes the pump, associated connections, flat switch, piping/tubing, miscellaneous fittings and appurtenances. Costs associated with the procurement and installation of necessary electrical services to the pump by a professional electrician are to also be included in this bid item. Waste and leachate are anticipated to be encountered during excavation and hauling of excess excavated materials to either the working face or an on-site stockpile are considered incidental to this Work, as is the hauling and placement of any clean fill material from on- site stockpiles. This item shall be compensation of all materials, labor, and equipment to complete the Work. This item will be paid on a lump sum basis for the item being completed and accepted. 11. Stickup, 3" Force Main, Procurement and Installation: See Specifications and Drawings for manufacturing and installation requirements. The unit price for this item covers the procurement, delivery, fabrication, and installation of the 3 -inch force main stickups as shown on the Drawings. This item shall be compensation of all materials, labor, and equipment to complete the Work. This item will be paid based on the actual number of stickups installed. 12. Stickup, 2" Air Line, Procurement and Installation: See Specifications and Drawings for manufacturing and installation requirements. The unit price for this item covers the procurement, delivery, fabrication, and installation of the 2 -inch air line stickups as shown on the Drawings. This item shall be compensation of all materials, labor, and equipment to complete the Work. This item will be paid based on the actual number of stickups installed. 13. Cleanout, 3" HDPE, Single, Procurement and Installation: See Specifications and Drawings for manufacturing and installation requirements. The unit price per cleanout installed for this item covers the procurement, delivery, fabrication, excavation and installation as shown on the Drawings. This item shall be compensation of all materials, labor, and equipment to complete the Work. Hauling of excess excavated materials to either the working face or an on-site stockpile are considered incidental to this Work, as is the hauling and placement of any clean fill material from on-site stockpiles. This item will be paid based on the actual number of 3" single cleanouts installed. 14. Cleanout, 3" HDPE, Double, Procurement and Installation: See Specifications and Drawings for manufacturing and installation requirements. The unit price per cleanout installed for this item covers the procurement, delivery, fabrication, excavation and installation as shown on the Drawings. This item shall be compensation of all materials, labor, and equipment to complete the Work. Hauling of excess excavated materials to either the working face or an on-site stockpile are considered incidental to this Work, as is the hauling and placement of any clean fill material from on-site stockpiles. This item will be paid based on the actual number of 3" double cleanouts installed. 15. Tee and 10' Stub (2" Air Line, 3" Force Main), Procurement and Installation: See Specifications and Drawings for manufacturing and installation requirements. The unit price per 10 -foot stub installed covers the procurement, delivery, fabrication, excavation and installation of each stub, including the 2 -inch air line and 3 -inch force main, as shown on the Drawings. This item shall be compensation of all materials, labor, and 2 ggqqqQuipment to complete the Work. Hauling of excess excavated materials to either the work' face or an r on-site stockpile are considered incidental to this Work, as is the hadKDg andcement of any clean fill material from on-site stockpiles. This item will be paid the 2"o number of 10 -foot stubs installed. c�� oMcor s m w SECTION 01 20 00 - MEASUREMENT AND PAYMENT PROCEDURES Paoe 5 16. Corrugated Metal Pipe (CMP) Casing Pipe, Procurement and Installation: See Specifications and Drawings for manufacturing and installation requirements. The unit price for this item covers the procurement, delivery, excavation, and installation of the CMP casing pipe at each road crossing as shown on the Drawings. This item shall be compensation of all materials, labor, and equipment to complete the Work. Hauling of excess excavated materials to either the working face or an on-site stockpile are considered incidental to this Work, as is the hauling and placement of any clean fill material from on-site stockpiles. This item will be paid based on the actual linear feet of CMP installed. 17. Air Pumps, Procurement and Installation: See Specifications and Drawings for performance and installation requirements. The unit price for this item covers the procurement, delivery, and installation of air powered well pumps as shown on the Drawings including associated connections, pumps, stainless steel cable, tubing, etc. This item shall be compensation of all materials, labor, and equipment to complete the Work. This item will be paid on a per pump installation basis for the item being completed and accepted. 18. Condensate Sump Modification and Discharge Line: See Specifications and Drawings for performance and installation requirements. The lump sum price for this item covers the procurement, delivery, and installation of the pump, associated connections, piping/tubing, miscellaneous fittings and appurtenances. Costs associated with the procurement and installation of necessary electrical services to the pump by a professional electrician are to also be included in this bid item. Any necessary permits shall be considered incidental to this bid item. This item shall be compensation of all materials, labor, and equipment to complete the Work. This item will be paid on a lump sum basis for the item being completed and accepted. 19. Geosynthetic Clay Liner, Procurement and Installation: See Specifications and Drawings. Geosynthetic Clay Liner (GCL) shall be installed in trench excavations as shown in the drawings. This bid item will be paid on a per lineal foot installation basis. The trench cross section assumes that a 5' wide section of GCL will be needed to close trenches. 20. Seeding, Mulching, and Fertilizing: See Specifications and Drawings for requirements. Seeding area includes the entire disturbed area. Seed mix and fertilizer shall be dependent on the location as stated in the Specifications. Warranty as stated in the Specifications is required. This item shall be compensation for all materials, labor, equipment, and maintenance to complete the Work. This item will be paid on a lump sum basis for the item being completed and accepted. 21. Project Surveying and Construction Staking: See Specifications and Drawings for requirements. The Owner has established survey control points which are included in Appendix B. The Engineer will provide the Contractor with an electronic CAD sitemap (AutoCAD Civil 3D and the Engineer's CAD standards) upon their request. The Contractor is responsible for all construction staking as well as providing as -constructed survey documentation per the Specifications. This item will be paid on a lump sum basis for the item being completed and accepted. 22. Project Closeout and Records: See Specifications for requirements. This item includes, but is not necessarily limited to, work necessary for furnishing all requir close-out documentation and record documents in accordance with the Contr= Docuftnts. This item will be paid on a lump sum basis for the item being completed aVScead. =4 n r END OF SECTION 01 20 00 Z<m= m CD~ _ M: IIACLF118002-Dual Extraction System Design lDocuments lBid Package lSpec Sections 101-20-00_Me*emen tend- v Payment.docx D SECTION 01 20 00 - MEASUREMENT AND PAYMENT PROCEDURES Paoe 6 SECTION 0132 00 – PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work. 1.02 SUBMITTALS: A. The CONTRACTOR shall submit, prior to the pre -construction meeting, a detailed schedule of the proposed work with the controlling operation identified. Work may not begin until the schedule is approved by the ENGINEER. PART 2 - EXECUTION 2.01 MEETINGS PRIOR TO CONSTRUCTION: A. A pre -construction meeting will be held at the 3900 Hebl Avenue, Iowa City, Iowa 52246 (phone: (319) 356-5185) prior to beginning work. B. Attendance at the pre -construction meeting will include the CONTRACTOR, the ENGINEER, the RESIDENT PROJECT REPRESENTATIVE, and OWNER. Refer to General and Supplementary Conditions for additional information. 2.02 PROGRESS OF WORK: A. Work is anticipated to take approximately 4 weeks. B. See Section AF -1 Notice to Bidders for the specified completion dates and/or timeframes along with liquidated damages (if applicable). C. Prior to commencing work, verify site conditions under provisions of Section GC -1 General Conditions, and verify that survey benchmarks and controls for the work are as indicated; locate utilities; confirm tie in elevations, etc. D. Drainage: 1. Where drainage structures, ditches, or flow paths are removed, installed, or modified, plan work to ensure continuous proper drainage, and reinstall at soonest opportunity. E. Vegetation: 1. Verify that existing plant fife and features designated to remain are tagged or identified. 2. All trees, shrubs, and plant growth not required to be removed to complete the work shall be tagged or identified and protected from damage during the performance of the work. 3. Restore all disturbed vegetation to pre -construction conditions. - F. See Supplementary Conditions for work time restrictions, including weekends j�pd legal holidays. -- o CD m G. Work will proceed in a well -organized and continuous manner to minimize tggrup:lon to tq OWNER's operations and their patrons. Adjacent vehicular access shall tLQ,,4inta—Ai led at-" times during operating hours. :::�i-j r j r- M �"' a D W SECTION 01 32 00 - PROGRESS AND SCHEDULES Paoe 1 2.03 USE OF PREMISES A. CONTRACTOR shall have use of the OWNER's premises within the designated limits of construction for construction operations, including use of the Site, as allowed by law, ordinances, permits, easements agreements, and the Project Manual and Drawings, except as noted herein. B. CONTRACTOR's use of premises is limited by OWNER's ongoing operations, right to perform work or to retain other contractors on portions of the Project. C. CONTRACTOR shall enter and exit through the main facility gate and stop at scale office to notify attendant upon entering. D. All road crossings along any portion of the main access roads need to be coordinated such that the Work is completed when the Landfill is not open to customer traffic. Landfill operating hours are: 7:00 AM to 4:30 PM Monday through Saturday. E. If access beyond the public use hours is required, the CONTRACTOR must inform the OWNER's designated representative of the required hours of access and must make arrangements with the OWNER to obtain such access. CONTRACTOR shall obtain prior written permission from the OWNER and ENGINEER for performing construction activities outside of normal landfill operating hours. F. CONTRACTOR shall obtain prior written permission from the OWNER and ENGINEER for Sunday operations and holiday operations as further discussed in the Supplementary Conditions. G. No work shall be done between the hours of 10:00 PM and 7:00 AM without the approval of the OWNER or ENGINEER. H. If the CONTRACTOR is present on site during non-public use hours, the CONTRACTOR must maintain the site secured from unauthorized access. CONTRACTOR shall maintain a daily employee roster of all employees on site, including subcontractor employees. 2.04 WORK BY OTHERS A. OWNER will perform certain construction operations which will be conducted at the Project sites simultaneously with work under this Contract. The construction operations performed by the OWNER and others includes the following: 1. Earthwork and excavation for ongoing soil needed to undertake the operation of the landfill at the Site. 2. Monitoring and tuning of the gas collection and control system. 2.05 MISCELLANEOUS PROVISIONS u* A. CONTRACTOR shall be responsible for negotiations of any waivers or alternate areggements ' required to enable transportation of materials to the site. o m C-) B. Maintain conditions of existing access and haul roads on the site and adj faffities subR that access is not hindered as the result of construction related activities-* deterioratr Restore roads to pre -construction condition. —+� �rn rn oz = END OF SECTION 0132 00 D w M:�IACLFI18001-Dual Extraction System Design JDocumentsl8,- :7elSpec Sections 101-32-00_Pt^, gyp: - - SECTION 01 32 00 - PROGRESS AND SCHEDULES Paoe 2 SECTION 01 33 00 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Mechanics and administration of the submittal process for: a. Shop Drawings. b. Samples. C. Miscellaneous submittals. 2. General content requirements for Shop Drawings. B. Related Sections include but are not necessarily limited to: 1. Division 0 - Contract Documents: a. Section 00 62 11 - Submittal Transmittal Form 2. Sections in Division 1 - General Provisions identifying required submittals. 3. Sections in Division 2 -Technical Specifications identifying required submittals. C. Related Requirements 1. All submittals to ENGINEER unless otherwise noted. 1.02 REFERENCES A. DEFINITIONS 1. Shop Drawings: a. See General Conditions. b. Product data and samples are Shop Drawing information. 2. Miscellaneous Submittals: a. Submittals other than Shop Drawings. b. Representative types of miscellaneous submittal items include but are not limited to: 1) Construction schedule. 2) Concrete, soil compaction, and pressure test reports. N 0 _ 3) Installed equipment and systems performance test repor%n z 4) Manufacturer's installation certification letters. T'__4 C-)-< r 5) Instrumentation and control commissioning reports. --ice m -<r- 6) Warranties. —rn s 7) Service agreements. o D w 8) Evidence of Health and Safety Plan implementation. uo 9) Survey data. 10) Cost breakdown (Schedule of Values). 1.03 ADMINISTRATIVE REQUIREMENTS A. Schedule of Shop Drawings: 1. Prepare a schedule identifying all submittals anticipated and the timeframe in which they will be submitted. SECTION 01 33 00 - SUBMITTAL PROCEDURES Facie 1 2. Schedule of Shop Drawing submittals shall be submitted and approved within 10 days of receipt of Notice to Proceed. 3. Account for multiple transmittals under any specification section where partial submittals will be transmitted. B. Shop Drawings: 1. Submittal and approval shall be made and obtained within 90 days of Notice to Proceed. 1.04 PREPARATION OF SUBMITTALS A. General: 1. All submittals and all pages of all copies of a submittal shall be completely legible. 2. Submittals which, in the ENGINEER's sole opinion, are illegible will be returned without review. B. Shop Drawings: 1. Scope of any submittal and letter of transmittal: a. Limited to one specification section. b. Do not submit under any specification section entitled (in part) "Basic Requirements" unless the product or material submitted is specified in a "Basic Requirements" section. 2. Numbering letter of transmittal: a. Include as prefix the specification section number followed by a series number, "- xx", beginning with "01" and increasing sequentially with each additional transmittal. b. If more than one submittal under any specification section, assign consecutive series numbers to subsequent transmittal letters. 3. Describing transmittal contents: a. Provide listing of each component or item in submittal capable of receiving an independent review action. b. Identify for each item: e 1) Manufacturer and Manufacturer's drawing or data numb(S m ) 2) Contract Document tag number(s). D=; �'h 3) Unique page numbers for each page of each separate itQ.-< F r ...DC7 4) When submitting "or equal" items that are not the ts-of AM manufacturers, include the words "or equal" in the item djapillitiorp. 0 4. Contractor stamping: P 9: y tas a. General: `Q 1) CONTRACTOR'S review and approval stamp shall be applied either to the letter of transmittal or a separate sheet preceding each independent item in the submittal. a) CONTRACTOR's signature and date shall be original ink signature. b) Shop Drawing submittal stamp shall read "(Contractor's Name) has satisfied Contractor's obligations under the Contract Documents with respect to Contractor's review and approval as stipulated under General Conditions Paragraph 6.17C." c) Letters of transmittal may be stamped only when the scope of the submittal is one item. SECTION 01 33 00 - SUBMITTAL PROCEDURES Pace 2 2) Submittals containing multiple independent items shall be prepared with an index sheet for each item listing the discrete page numbers for each page of that item, which shall be stamped with the CONTRACTOR's review and approval stamp. 3) Individual pages or sheets of independent items shall be numbered in a manner that permits CONTRACTOR's review and approval stamp to be associated with the entire contents of a particular item. b. Electronic stamps: 1) CONTRACTOR may electronically embed CONTRACTOR's review and approval stamp to either the letter of transmittal or a separate index sheet preceding each independent item in the submittal. 2) CONTRACTOR's signature and date on electronically applied stamps shall be original ink signature. 5. Resubmittals: a. Number with original root number and a suffix letter starting with "A" on a (new) duplicate transmittal form. b. Do not increase the scope of any prior transmittal. C. Account for all components of prior transmittal. 1) If items in prior transmittal received "A" or "B" Action code, list them and indicate "A" or "B" as appropriate. a) Do not include submittal information for items listed with prior "A" or "B" Action in resubmittal. 2) Indicate "Outstanding -To Be Resubmitted At a Later Date" for any prior "C" or "D" Action item not included in resubmittal. a) Obtain ENGINEER's approval to exclude items. 6. For 8'%"x11 ", 8'/z"x14", and 11 "x17" size sheets, provide four (4) copies of each page for ENGINEER plus the number required by the CONTRACTOR. a. The number of copies required by the CONTRACTOR will be defined at the Pre - Construction Meeting, but shall not exceed 3. b. All other size sheets: 1) Submit one (1) reproducible transparency or high-resolution print and one (1) additional print of each drawing until approval is obtained. 2) Utilize mailing tube; do not fold. 3) The ENGINEER will mark and return the reproducible to the CONTRACTOR for his reproduction and distribution. Provide clear space (3"x3") for ENGINEER stamping of each component defined in PREPARATION OF SUBMITTALS — Contractor Stamping. 8. CONTRACTOR shall not use red color for marks on transmittals. a. Duplicate all marks on all copies reproducible. b. Outline CONTRACTOR marks on box. 9. Transmittal contents: transmitted, and ensure marks af%photocopy 0 W o reproducible transparence nth 3:Erectar"ar w <r— a. Coordinate and identify Shop Drawing contents so that alr-itgs Qn befdAily o verified by the ENGINEER. CD _ 0 b. Identify equipment or material use, tag number, drawing dAil refeewce, weight, and other project specific information. %a SECTION 01 33 00 — SUBMITTAL PROCEDURES Pace 3 C. Provide sufficient information together with technical cuts and technical data to allow an evaluation to be made to determine that the item submitted is in compliance with the Contract Documents. d. Submit items such as equipment brochures, cuts of fixtures, product data sheets or catalog sheets on 8'/"x11" pages. 1) Indicate exact item or model and all options proposed. e. When a Shop Drawing submittal is called for in any specification section, include as appropriate, scaled details, sizes, dimensions, performance characteristics, capacities, test data, anchoring details, installation instructions, storage and handling instructions, color charts, layout drawings, rough -in diagrams, wiring diagrams, controls, weights and other pertinent data in addition to information specifically stipulated in the specification section. 1) Arrange data and performance information in format similar to that provided in Contract Documents. 2) Provide, at minimum, the detail specified in the Contract Documents. If proposed equipment or materials deviate from the Contract Drawings or Specifications in any way, clearly note the deviation and justify the said deviation in detail in a separate letter immediately following transmittal sheet. 10. Samples: a. Identification: 1) Identify sample as to transmittal number, manufacturer, item, use, type, project designation, tag number, standard specification section or drawing detail reference, color, range, texture, finish and other pertinent data. 2) If identifying information cannot be marked directly on sample without defacing or adversely altering samples, provide a durable tag with identifying information securely attached to the sample. b. Include application specific brochures, and installation instructions. C. Provide CONTRACTOR's stamp of approval on samples or transmittal form as indication of CONTRACTOR's checking and verification of dimensions and coordination with interrelated work. d. Resubmit samples of rejected items. C. Miscellaneous Submittals: 1. Prepare in the format and detail specified in specification requiring the miscellaneous", submittal. m 1.05 TRANSMITTAL OF SUBMITTALS on s -� A. Shop Drawings, Samples: 1. Transmit all submittals to: r FT'I As designated at Pre -Construction Meeting :.4m Z 2. Utilize two (2) copies of Section 00 62 11 — Submittal Transmittal For[ansrnit all Qp .OpmDrawings and samples. y cp 3. All submittals must be from CONTRACTOR. 4. Submittals will not be received from or returned to subcontractors. 5. Provide submittal information defining specific equipment or materials utilized on the project. a. Generalized product information, not clearly defining speck equipment or materials to be provided, will be rejected. B. Miscellaneous Submittals: SECTION 01 33 00 — SUBMITTAL PROCEDURES Pace 4 1. Transmit under CONTRACTOR's standard letter of transmittal or letterhead. 2. Submit in triplicate oras specified in individual specification section. 3. Transmit to: As designated at Pre -Construction Meeting 4. Provide copy of letter of transmittal to OWNER's and ENGINEER's Representative. a. Exception for concrete, soils compaction and pressure test reports. a) Transmit one copy to OWNER and ENGINEER's Representative. b) Transmit one copy to location and individual indicated above for other miscellaneous submittals. C. Expedited Return Delivery: 1. Include prepaid express envelope or airbill in submittal transmittal package for any submittals CONTRACTOR expects or requires express return mail. 2. Inclusion of prepaid express envelope or airbill does not obligate ENGINEER to conduct expedited review of submittal. D. Electronic submittals will not be accepted. E. Fax Transmittals: 1. Permitted on a case-by-case basis to expedite review when approved by ENGINEER. 2. Requires hard copy transmittal to immediately follow. a. ENGINEER will proceed with review of fax transmittal. b. ENGINEER's approval or rejection comments will be recorded and returned on hard copy transmittal. 3. Provisions apply to both: a. Initial transmittal contents. b. Supplemental information required to make initial transmittal contents complete. 1.06 ENGINEER'S REVIEW ACTION A. Shop Drawings and Samples: 1. Items within transmittals will be reviewed for overall design intent and will rive one of the following actions: o s A a. A - FURNISH AS SUBMITTED. b. B - FURNISH AS NOTED (BY ENGINEER). C. C - REVISE AND RESUBMIT. m z M d. D - REJECTED. 5" Me » . e. E - ENGINEER'S REVIEW NOT REQUIRED. D ce 2. Submittals received will be initially reviewed to ascertain inclusion of CONTRACTOR's approval stamp. a. Submittals not stamped by the CONTRACTOR or stamped with a stamp containing language other than that specified herein will not be reviewed for technical content and will be returned without any action. 3. In relying on the representation on the CONTRACTOR's review and approval stamp, OWNER and ENGINEER reserve the right to review and process poorly organized and poorly described submittals as follows: a. Submittals transmitted with a description identifying a single item and found to contain multiple independent items: SECTION 01 33 00 — SUBMITTAL PROCEDURES Paqe 5 1) Review and approval will be limited to the single item described on the C7% transmittal letter. C."2 2) Other items identified in the submittal will: © _ z g a 2 a) Not be logged as received by the ENGINEER. W °_ �� b) Be removed from the submittal package and returned without review —..r c.)� „ J _ and comment to the CONTRACTOR for coordination, description and < stamping. ls.. o c) Be submitted by the CONTRACTOR as a new series number, not as a Q re -submittal number. o N b. ENGINEER, at ENGINEER's discretion, may revise the transmittal letter item list v<, and descriptions, and conduct review. 1) Unless CONTRACTOR notifies ENGINEER in writing that the ENGINEER's revision of the transmittal letter item list and descriptions was in error, CONTRACTOR's review and approval stamp will be deemed to have applied to the entire contents of the submittal package. 4. Submittals returned with Action "A" or "B" are considered ready for fabrication and installation. a. If for any reason a submittal that has an "A" or "B" Action is resubmitted, it must be accompanied by a letter defining the changes that have been made and the reason for the resubmittal. b. Destroy or conspicuously mark "SUPERSEDED" all documents having previously received "A" or "B" Action that are superseded by a resubmittal. 5. Submittals with Action "A" or "B" combined with Action "C" (Revise and Resubmit) or "D" (Rejected) will be individually analyzed giving consideration as follows: a. The portion of the submittal given "C" or "D" will not be distributed (unless previously agreed to otherwise at the Preconstruction Conference). 1) One copy or the one transparency of the "C" or "D" drawings will be marked up and returned to the CONTRACTOR. a) Correct and resubmit items so marked. b. Items marked "A" or "B" will be fully distributed. C. If a portion of the items or system proposed are acceptable, however, the major part of the individual drawings or documents are incomplete or require revision, the entire submittal may be given "C" or "D" Action. 1) This is at the sole discretion of the ENGINEER. 2) In this case, some drawings may contain relatively few or no comments or the statement, "Resubmit to maintain a complete package." 3) Distribution to the OWNER and field will not be made (unless previously agreed to otherwise). 6. Failure to include any specific information specified under the submittal paragraphs of the Specifications will result in the submittal being returned to the CONTRACTOR with "C" or "D" Action. 7. Calculations required in individual specification sections will be received for information purposes only, as evidence calculations have been performed by individuals meeting specified qualifications and will be returned stamped "E. Engineer's Review Not Required" to acknowledge receipt. 6. All costs, associated with the review of any Shop Drawing resubmitted more than once shall be borne by the CONTRACTOR with said costs being deducted from the lump sum amount shown in the CONTRACTOR's Bid. SECTION 01 33 00 — SUBMITTAL PROCEDURES Paoe 6 9. Transmittals of submittals which the ENGINEER considers as "Not Required" submittal information, which is supplemental to but not essential to prior submitted information, or items of information in a transmittal which have been reviewed and received "A" or "B" Action in a prior submittal, will be returned with Action "E. Engineer's Review Not Required." 10. Samples may be retained for comparison purposes. 11. Remove samples when directed. Include in bid all costs of furnishing and removing samples. 12. Approved samples submitted or constructed, constitute criteria for judging completed work a. Finished work or items not equal to samples will be rejected. a% Cl) Q RTS- P$1 --J T lD Jy —PART 3- E7 EWTION y �T UbWD. o 0 N END OF SECTION 01 33 00 M:�IACLFt 18002 -Dual Extraction System Design �Documentst8id PackogetSpec Sections t01-33-00_Submlttal-Procedures.docx SECTION 01 33 00 - SUBMITTAL PROCEDURES Paae 7 SECTION 01 35 43 - ENVIRONMENTAL PROCEDURES AND SPECIAL CONTROLS PART 1 - GENERAL cr% 1./01^� SFf v1MAP�t t mak! Sy-ctic�,U�hdresses: W %P;sizing the pollution of air, water, or land; control of noise; prevent the improper 4t osal of chemicals, liquids and solids waste materials; and protect the site from causing ite discharges. ILSWencing site controls using a work schedule that balances the timing of land =' d rbance activities and the installation of measures to control erosion and sedimentation N in order to reduce on-site erosion, off-site sedimentation and maintain water quality in a ' receiving stream. B. Related Sections include but are not necessarily limited to: 1. Sections in Division 0 - Contract Documents. 2. Sections in Division 1 - General Provisions. 3. Sections in Division 2 - Technical Specifications identifying Existing Conditions. 4. Sections in Division 31 -Technical Specifications identifying Earthwork. 5. Sections in Division 32 — Technical Specifications identifying Exterior Improvements. 6. Sections in Division 33 — Technical Specifications identifying Utilities. 1.02 SUBMITTALS A. OWNER has determined that they comply with their NPDES General Permit No. 1 for Industrial Activities (Stormwater Discharge Permit) requirements at the Site. OWNER has determined that no additional NPDES permit is required if CONTRACTOR directs runoff from within the limits of construction to the on-site sediment pond and CONTRACTOR complies with soil erosion and sediment control Best Management Practices (BMPs). As such, a Project specific NPDES permit for Construction Activities is not required. If the CONTRACTOR does not comply with these requirements then the CONTRACTOR shall prepare and submit all required compliance permits and storm water pollutions prevention plans necessary for alternate management strategies. PART 2 -PRODUCTS NOT USED. PART 3 - EXECUTION 3.01 INSTALLATION A. Employ and utilize environmental protection methods, obtain all necessary permits, and fully observe all local, state, and federal regulations. 1. CONTRACTOR may work under current NPDES (Stormwater) Permit held by OWNER. 2. OWNER is responsible for obtaining any local permits (such as a building permit), K applicable. B. Employ and utilize environmental protection methods, obtain all necessary permits, and fully observe all local, state, and federal 'regulations. C. Land Protection: 1. Except for any work or storage area and access routes specifically assigned for the use of the CONTRACTOR, the land areas outside the Project limits shall be preserved in their present condition. CONTRACTOR shall confine construction activities to areas defined for SECTION 01 35 43— ENVIRONMENTAL PROCEDURES AND SPECIAL CONTROLS Page 1 rn work within the Contract Documents. Alternate access routes which will result in land r�, disturbance shall be submitted for approval as part of work plan. Q 2 ge and control all borrow areas, work or storage areas, access routes and W a nkments to prevent sediment from entering nearby waters or land adjacent to the wU?k site. 3- bleu and execute earthwork in a manner to minimize duration of exposure of unprotected LL _ 4o TI® CONTRACTOR shall not deface, injure or destroy trees and vegetation, nor remove, H cut, or disturb them without approval of the ENGINEER. Any damage caused by the CONTRACTOR's equipment or operations shall be restored as nearly as possible to its original condition at the CONTRACTOR's expense. 5. Grade areas to drain and prevent on-site ponding of water. D. Erosion Protection: 1. Utilize methods necessary to effectively prevent erosion and control of sedimentation and include the following: a. Retardation: Mechanically retard rate of runoff by construction of diversion ditches, terraces, and berms. b. Borrow constraints: Do not borrow soils from areas where environmental controls are not possible. C. Protect side and backslopes as soon as rough grading is complete. 2. Erosion and sedimentation controls shall be provided prior to disturbing area. E. Solid Waste Disposal: 1. CONTRACTOR shall maintain the working area in a reasonably clear and orderly condition and collect solid waste on a daily basis or as ordered by ENGINEER. CONTRACTOR is responsible for maintaining a refuse bin and/or receptacle at field office (if applicable). 2. Degradable, non -hazardous solid waste generated on-site is approved for disposal at the active face of the landfill on site, at no cost to CONTRACTOR. 3. Solid waste generated off-site will not be brought onto or accepted at the site without payment of appropriate fees. F. Control of Chemical Waste: 1. Store and dispose of chemical wastes in a manner approved by regulatory agencies. 2. Take special measures to prevent chemicals, fuels, oils, oil filters, greases, herbicides, and insecticides from being disposed of, spilled, or entering drainage ways. 3. Do not allow water used in on site material processing, or other waste waters to enter a drainage way(s) or stream. 4. Spilled material and resulting contaminated soils shall be removed and disposed of in accordance with regulatory guidance. 5. CONTRACTOR to pay all regulatory and OWNER -incurred costs resulting from improper discharges and corrective actions. G. Control of Dust: The control of dust shall mean that no construction activity shall take place without applying all such measures, as required to prevent particulate matter from becoming airborne so that it remains visible beyond the limits of construction. Reasonable measures may include application of water. 2. Utilize methods and practices of construction to eliminate dust in full observance of current regulations. SECTION 01 35 43 - ENVIRONMENTAL PROCEDURES AND SPECIAL CONTROLS Page 2 3. The ENGINEER will determine the effectiveness of the dust control program and may request the CONTRACTOR to provide additional measures, at no additional cost to 1. When the work involves or disturbs areas within the waste, there will be a potential for the release and/or generation of leachate. The CONTRACTOR shall be required to appropriately manage leachate generated during trenching activities. 2. Proper management is considered an important aspect of Project and CONTRACTOR's responsibility. Management may include collection, pumping, handling, and transfer to the on-site leachate management system. Coordinate transfer with the OWNER. Management may also include temporary on-site storage in an environmentally acceptable manner (e.g. tank(s)) prior to transfer to the on-site leachate management system. 3. Provide control measures to ensure that leachate is not discharged to any surface waters. 4. Leachate generation can be highly variable. Management activities are a 7 -day per week, 24-hour per day requirement. CONTRACTOR shall grade and maintain access to leachate collection points to allow for access at all times. Periods of high precipitation and snow melt also tend to be periods of high leachate generation. 5. Any leachate spillage resulting from CONTRACTOR management activities shall be cleaned up immediately. Clean-up may include soil excavation and ground restoration. All costs of clean-up shall be at CONTRACTOR's expense without additional compensation. CONTRACTOR shall notify the OWNER of any and all spillage. K. Stormwater Controls: 1. Provide control measures to ensure that stormwater does not enter the leachate collection or conveyance system or groundwater separation systems. Management activities are a 7 -day per week, 24-hour per day requirement. 2. Proper management is considered an important aspect of Project and CONTRACTOR's responsibility. Management may include collection, pumping, diversion, valving/plugging, etc.. Management may also include temporary on-site storage in an environmentally acceptable manner. SECTION 01 35 43 — ENVIRONMENTAL PROCEDURES AND SPECIAL CONTROLS Page 3 OWNER. m m Vater shall be applied by means of a water truck or similar equipment equipped with a Q _ YWay system or hoses with nozzles that will ensure a uniform application of water, if log mr_"uired. A daily shall be maintained and provide to the OWNER at the closeout of W a project. J 41. � NTRACTOR shall comply with the Landfill's Title V Air Permit. CONTRACTOR shall >- vide a monthly Equipment Usage Report for equipment used on-site to haul and place (l c, 'Is and aggregates. Report should include drill rigs, dozers, compaction equipment, X: dump trucks, and water trucks. The following shall be logged: N a. Equipment type/model. b. Approximate weight. C. Number of axles, if wheeled. d. Hours operated or distance traveled. e. Number of trips and average trip distance. H. Control of Noise: 1. Control noise by fitting equipment with appropriate mufflers in good repair. I. Equipment Maintenance: 1. Waste oils, fuels, lubricants and filters shall be contained and removed from site. Disposal at the landfill is not allowed. 2. Open oil containers exposed to rain shall not be permitted and all spills shall be reported to OWNER immediately. J. Leachate Management: 1. When the work involves or disturbs areas within the waste, there will be a potential for the release and/or generation of leachate. The CONTRACTOR shall be required to appropriately manage leachate generated during trenching activities. 2. Proper management is considered an important aspect of Project and CONTRACTOR's responsibility. Management may include collection, pumping, handling, and transfer to the on-site leachate management system. Coordinate transfer with the OWNER. Management may also include temporary on-site storage in an environmentally acceptable manner (e.g. tank(s)) prior to transfer to the on-site leachate management system. 3. Provide control measures to ensure that leachate is not discharged to any surface waters. 4. Leachate generation can be highly variable. Management activities are a 7 -day per week, 24-hour per day requirement. CONTRACTOR shall grade and maintain access to leachate collection points to allow for access at all times. Periods of high precipitation and snow melt also tend to be periods of high leachate generation. 5. Any leachate spillage resulting from CONTRACTOR management activities shall be cleaned up immediately. Clean-up may include soil excavation and ground restoration. All costs of clean-up shall be at CONTRACTOR's expense without additional compensation. CONTRACTOR shall notify the OWNER of any and all spillage. K. Stormwater Controls: 1. Provide control measures to ensure that stormwater does not enter the leachate collection or conveyance system or groundwater separation systems. Management activities are a 7 -day per week, 24-hour per day requirement. 2. Proper management is considered an important aspect of Project and CONTRACTOR's responsibility. Management may include collection, pumping, diversion, valving/plugging, etc.. Management may also include temporary on-site storage in an environmentally acceptable manner. SECTION 01 35 43 — ENVIRONMENTAL PROCEDURES AND SPECIAL CONTROLS Page 3 3. All costs for management shall be at CONTRACTOR's expense without additional compensation. L. Completion of Work: SECTION 01 35 43 - ENVIRONMENTAL PROCEDURES AND SPECIAL CONTROLS Page 4 1. Upon completion of work, leave area in a clean, natural -looking condition. cT @i Epgure all signs of temporary construction and activities incidental to construction of ® _Wired permanent work are removed. 6�o.�� �So�ade to drain all disturbed areas. W r UF= f.,j Al: y.ACLF, l� END OF SECTION 0135 43 02&gExtraction System DesignlDocuments0id PackagelSpec Sections101-35-43-Environmental- r�i SECTION 01 57 00 — TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1-GENERAL 1.01 SUMMARY A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES A. IDOT Standard Specifications, B. Iowa Statewide Urban Design and Standards (SUDAS) C. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 Edition, as revised. D. Traffic Control Notes on project plans. 1.03 SUBMITTALS A. Submit a Traffic Control Plan for all activities requiring traffic control whether stated or not in the Project Manual and Drawings. Traffic Control Plan is subject to OWNER approval. PART 2 CON WqTEJJ�jS A. Tr6p--control devices may be new or used, but must meet the requirements of the IDOT � Sta --d Specifications or SUDAS Standards. 135zAll&wruction fence shall be new and securely fastened to approved posts. ao O 0 PART 3 -EXECUTION 3.01 TECHNIQUES A. Implement the Traffic Control Plan and adjust as necessary for changing conditions. B. Conform with the applicable divisions and sections of the IDOT Standard Specifications or SUDAS. C. OWNER's "Main Access Road" shall remain a two-lane, unobstructed road at all times the site is open for public use unless approved in writing by OWNER. 1. Outside of the hours listed as open for public use (Monday -Saturday 7:00 AM - 4:30 PM), the Site is closed to landfill activities and work may be conducted without restriction. 2. Under no circumstances shall work on or adjacent to Main Access Road result in less than a two-lane unobstructed (full access) roadway when it is reopened to traffic for public use. D. Where work is completed during active site hours on other roads and has the potential to restrict traffic flow, plan work to ensure a minimum of one lane of roadway shall remain open to traffic at all times unless otherwise approved by the OWNER. SECTION 01 57 00 — TRAFFIC CONTROL AND CONSTRUCTION FACILITIES Page 1 E. All road crossings along any portion of the OWNER's main access roads need to be coordinated such that the work is completed when the Landfill is not open to customer traffic unless specifically noted otherwise or provided in writing by the OWNER. Landfill operating hours are: Monday -Saturday 7:00 AM - 4:30 PM. 3.02 MAINTENANCE OF FACILITIES A. The CONTRACTOR shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Work will proceed in a well -organized and continuous manner to minimize the disruption to the Landfill operations and their patrons. Adjacent vehicular access shall be maintained at all times during operating hours. 3.03 EXCAVATIONS A. No excavations shall be left open at the end of the day without approval from the ENGINEER. B. All excavations left open at the end of the working day shall be fenced. 3.04 ADDITIONAL FACILITIES A. All signs, barricades and fences within and beyond the project area deemed appropriate by the ENGINEER or OWNER shall be the responsibility of the CONTRACTOR. END OF SECTION 01 57 00 M:IIACLFI18002-Dual Extraction System DesignlDocumentsOid PackagelSpec Sections101-57-00_Traffic-Control- Construction-Facilities. docx SECTION 01 57 00 — TRAFFIC CONTROL AND CONSTRUCTION FACILITIES Page 2 . C a� �r UJ }t•„.,.. SECTION 01 57 00 — TRAFFIC CONTROL AND CONSTRUCTION FACILITIES Page 2 SECTION 01 7123 — FIELD PART 1 -GENERAL 1.01 SUMMARY A. Section includes: 1. Engineering surveys provided by the OWNER's Representative or Quality Assurance Consultant. 2. Surveying provided by the CONTRACTOR. 3. Profile and topography shown on the Drawings. 4. Record measurements and markers. 1.02 SUBMITTALS A. Provide interim survey documentation data to the ENGINEER weekly or as requested. B. Provide record measurements of vertical gas extraction wells, leachate wells, monitoring well, and gas probes (boring logs) as installed. C. Using methods acceptable to the ENGINEER provide record measurements of installed work including but not limited to location and depths of piping (air and leachate drain lines), valves, culverts, fittings, condensate drains, cleanouts, roads, berms, ditches, etc. 0 ru Q PART 2 - OnuMtS l NfiTJUSE1E tJJ U1- rU P3-aEQUTQN 3'l71' PI&PA�ON A.f5nvestigate and verify the existence and location of site improvements, utilities, and other existing facilities. B. Before construction, verify the location of invert elevations at points of connection of sanitary sewer, storm sewer, culverts, leachate piping, Landfill Gas (LFG) piping, groundwater separation piping, manholes, clean -outs, condensate lines, and underground electrical services, as applicable. C. Furnish information to the ENGINEER, OWNER, and the appropriate utility (as applicable) regarding conflicts that are necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, culverts, storm water or sanitary sewer conveyance, leachate piping, LFG piping, groundwater separation piping, or other appurtenances located in or affected by construction. D. All survey shall use same control datum as that established in the Project Manual and Drawings. 3.02 ENGINEERING SURVEYS PROVIDED BY THE OWNER'S REPRESENTATIVE A. Prior to the start of construction, OWNER will be responsible to establish benchmarks for construction, at the locations shown on the Drawings or in the general vicinity of the work. B. Prior to start of construction, OWNER will be responsible to undertake surveys required to establish basis of Unit Price work, if necessary. C. Quality Assurance surveys as OWNER deems necessary to document compliance. D. The OWNER's Representative will, for the CONTRACTOR's convenience, provide AutoCAD base files, model files, and sheet files of the Drawings for informational purposes. Elevations may require adjustments based on actual construction. SECTION 01 71 23 — FIELD ENGINEERING Page 1 E. As-built survey documentation of previously built infrastructure, if available. 3.03 CONSTRUCTION SURVEYS PERFORMED BY THE CONTRACTOR A. General 1. Provide, locate, preserve and protect established construction reference stakes, benchmarks and control points. Locate, preserve and protect property comers and section corner monuments. If moved or qLatroyed due to CONTRACTOR activities, then replace in accordance with applicable tions or requirements. ((j n3. 017"de construction staking as necessary to layout and complete construction. e beginning construction staking, verify the information shown on the Drawings or > ded by the OWNER's REPRESENTATIVE, in relation to the established construction _ T� ence stakes, bench marks, control points and property corners. Notify the ENGINEER ee ofoaly discrepancies. 0 N5. Remove CONTRACTOR installed construction reference stakes when directed by the ENGINEER. B. Gravity and Pressure Piping Systems and Miscellaneous Appurtenances/Structures 1. Provide any intermediate construction reference points required to verify installation at the line and grade established and locate appurtenant structures. 2. Check the line and grade with the construction reference stakes at each pipe length. C. Site Improvements 1. Provide construction reference stakes for site improvements including pavements, roadways, grading, fill and topsoil placement, pump stations, utility lines and grades, as applicable. 3.04 PROFILE AND TOPOGRAPHY SHOWN ON THE DRAWINGS A. Contours or profiles of the ground are shown on the Drawings. These profiles and contours are reasonably correct, but are not guaranteed to be absolutely so, and together with any schedule of quantities are presented only as an approximation. See also notes on drawings for features not in contours or profiles. 3.05 RECORD MEASUREMENTS AND MARKERS A. Provide record survey information of the as-constructed facilities showing the exact horizontal and vertical location of all constructed work to develop record drawings. B. As-built survey shall be the ENGINEER's basis for calculation of quantities used for payment as outlined in Section 0120 00 - Measurement and Payment Procedures. C. Record drawings shall include information based on field surveys (x, y, z) for the following improvements, at a minimum: 1. Elevations and horizontal locations for all piping, vertical gas wells, piping, drains, cleanouts, risers, structures, valves, and fittings including locations where piping changes in vertical and/or horizontal direction or elevation occur and at a minimum of 100 foot intervals for straight runs of pipe or other materials. 2. Limits of seeding/re-vegetation. 3. Erosion/sedimentation and stormwater control systems. 4. Other improvements related to the work. END OF SECTION 01 71 23 WIACLFI18002-Dual Extract, , , � -„'je,01-71-23_Field-Engineering.docx SECTION 01 71 23 - FIELD ENGINEERING Page 2 SECTION 01 77 00 – CLOSEOUT PROCEDURES PART 1 -GENERAL 1.01 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: A. Before notifying OWNER and ENGINEER that the work is substantially complete, undertake the following, as applicable: 1. Demonstrate to the ENGINEER that systems and system components operate as intended. 2. Advise OWNER of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents, as appropriate. 4. Obtain and submit releases permitting OWNER unrestricted use of the work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases, as applicable. 5. Deliver tools, spare parts, extra materials, and similar items to location designated by OWNER. Label with manufacturer's name and model number where applicable. 6. Advise OWNER's personnel of changeover in security provisions. 7. Complete startup testing of systems. 8. Submit test/adjust/balance records. a. Coordinate and conduct an operating test of the completed systems and components of their work under normal full operating conditions of use. b. Make adjustments and replacements necessary to bring all work into compliance with the Contract Documents; all applicable codes, regulations and laws, and system manufacturer requirements. C. Operating systems and equipment shall be adjusted to provide smooth, unhindered operation satisfactory to the OWNER. SECTION 01 77 00 – CLOSEOUT PROCEDURES Page 1 1. Substantial Completion. 2. Final Completion. 3. Project Record Documents. 4. Warranties. 5. Instruction of OWNER's personnel. 6. Final Cleaning. B. Related Sections include but are not necessarily limited to: 1. Division 0–Contract Documents: CD '* a. Section GC – General Conditions Q = a :k3 Section SC – Supplementary Conditions UJ p, aGV0 IBion 1 –General Provisions J - W.!= Section 01 32 00 – Progress and Schedules IJLm 114. Section 01 35 43 – Environmental Procedures and Special Controls L.O Section 01 7123 – Field Engineering. 1.02 SSMSTANTIAL COMPLETION A. Before notifying OWNER and ENGINEER that the work is substantially complete, undertake the following, as applicable: 1. Demonstrate to the ENGINEER that systems and system components operate as intended. 2. Advise OWNER of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents, as appropriate. 4. Obtain and submit releases permitting OWNER unrestricted use of the work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases, as applicable. 5. Deliver tools, spare parts, extra materials, and similar items to location designated by OWNER. Label with manufacturer's name and model number where applicable. 6. Advise OWNER's personnel of changeover in security provisions. 7. Complete startup testing of systems. 8. Submit test/adjust/balance records. a. Coordinate and conduct an operating test of the completed systems and components of their work under normal full operating conditions of use. b. Make adjustments and replacements necessary to bring all work into compliance with the Contract Documents; all applicable codes, regulations and laws, and system manufacturer requirements. C. Operating systems and equipment shall be adjusted to provide smooth, unhindered operation satisfactory to the OWNER. SECTION 01 77 00 – CLOSEOUT PROCEDURES Page 1 9. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 10. Submit changeover information related to OWNER's occupancy, use, operation, and maintenance. � 1. Ccplete final cleaning requirements, including touchup painting, including a thorough Q c Wing, of all work as appropriate to remove all foreign matter, spots, stains, and soil so _ put all work in a complete and finished condition. W 12.WTnbch up and otherwise repair and restore marred exposed finishes to eliminate visual ` J } acts. a a 3.tp1epning and touch up shall be repeated as necessary until final completion of all punchlist m N14. Exterior cleaning shall include washing down and sweeping of all paved areas and removal of all trash and debris from the Site. 15. After OWNER acceptance, costs incurred by the OWNER for cleaning attributable to work of the Contract will be charged to the CONTRACTOR. B. Submit written notification to OWNER and ENGINEER that the entire work is ready for its intended use and the entire work is substantially complete. 1. If the items in paragraph A. above are complete, then within 14 days OWNER, CONTRACTOR, and ENGINEER will make an inspection of the work to determine status of completion. 2. If ENGINEER considers the work substantially complete, then ENGINEER will prepare and deliver to the OWNER a tentative Certificate of Substantial Completion fixing the date of Substantial Completion with an attached tentative list of items to be completed or corrected before final payment. 3. ENGINEER will issue a definitive Certificate of Substantial Completion with list of items to be completed or corrected or notify CONTRACTOR that the work is not substantially complete within 21 days after submittal to OWNER. 4. The CONTRACTOR shall request re -inspection when the work identified in previous inspections as incomplete is completed or corrected. 5. Results of completed inspection will form the basis of requirements for Final Completion. 6. Costs associated with the re -inspections by the ENGINEER due to the work not meeting Substantial Completion requirements after CONTRACTOR notification shall be charged to the CONTRACTOR. 1.03 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for certification of final payment, complete the following: 1. Submit a list of items identified as requiring correction or completion. a. List exceptions in the request. 2. Instruct OWNER's personnel in operation, adjustment and maintenance of products, equipment and systems in accordance with the Contract Document requirements. 3. Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. 4. Submit an updated final statement, accounting for final additional changes to the Contract Sum. 5. Submit a written notice that the work is complete including a certified copy of the ENGINEER's final inspection list of items to be completed or corrected, endorsed and dated by the ENGINEER. The certified copy of the list shall state that each item has been SECTION 0177 00 — CLOSEOUT PROCEDURES Page 2 completed or otherwise resolved for acceptance and shall be endorsed and dated by the ENGINEER. a. On receipt of request, ENGINEER will either proceed with inspection or notify CONTRACTOR of unfulfilled requirements. 6. Submit consent of surety to final payment. 7. Submit a final liquidated damages settlement statement. 08. Submit OWNER with Iowa Department of Revenue and Finance Form 35-002 "Iowa -7 Caoractor's Statement" certifying payment of all applicable sales, consumer use, and other Q — tpj ar taxes and such other documentation as may be necessary for OWNER to make 6ZOest for tax refund as provided by law. W 06 9. ii�nit evidence of final, continuing insurance coverage complying with insurance _J -* Seatryrements. =0.it Project Record Documents, Record Measurements and Markers, drawings, project LL m mater ti, operation and maintenance manuals, product test data and similar final record o information. N 11. Deliver tools, spare parts, extra stock and similar items. B. Re -inspection Procedure: 1. The ENGINEER will re -inspect the work upon receipt of notice that the work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the OWNER and ENGINEER. 2. Upon completion of re -inspection, the ENGINEER will prepare a certificate of final acceptance. If the work is incomplete, the ENGINEER will advise the CONTRACTOR of work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. 3. If necessary, re -inspection will be repeated. a. Costs associated with re -inspections by the ENGINEER due to the work not meeting Final Completion requirements, after CONTRACTOR notification, shall be charged to the CONTRACTOR. 1.04 PROJECT RECORD DOCUMENTS A. General: 1. Do not use Record Documents for construction purposes. 2. Protect Record Documents from deterioration and loss in a secure, fire-resistant location. 3. Provide access to Record Documents for ENGINEER's reference during normal working hours. B. Record Drawings: 1. Furnish a complete set of construction document drawings to be utilized by CONTRACTOR and all Subcontractors for recording all changes and variations from the original Drawings and shop drawings. a. Mark the set to show the actual installation where the installation varies from the work as originally shown. b. Mark which drawing is most capable of showing conditions fully and accurately. C. Where shop drawings are used, record a cross-reference at the corresponding location on the contract drawings. 1) Give particular attention to concealed elements that would be difficult to measure and record at a later date. 2. Mark record sets with red erasable pencil. SECTION 01 77 00 - CLOSEOUT PROCEDURES Page 3 a. Use other colors to distinguish between variations in separate categories of the SECTION 01 77 00 - CLOSEOUT PROCEDURES Page 4 work. 3. Mark new information that is important to the OWNER but was not shown on Contract Drawings or shop drawings. c=)4. Note related Change Order numbers where applicable. 5. (*anize Record Drawing sheets into manageable sets. _ Q �o Bind sets with durable paper cover sheets; print suitable titles, dates, and other W _5>: identification on the cover of each set. ;. J _6.>C& particular attention to substitutions and selection of options and information on �— a- 1-eQQcealed construction that cannot otherwise be readily discerned later by direct LL. = C nervation. 07. IdShtify and date each Record Drawing; include designation "PROJECT RECORD DRAWING" in a prominent location. 8. Upon completion of the work, submit Record Drawings to the ENGINEER for the OWNER's records. C. Record Specifications: Furnish a copy of the Project Manual for recording changes. 1. Mark these documents to show substantial variations in actual work performed in comparison with the text of the specifications and modification. 2. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. 3. Note related Record Drawing information and product data. 4. Identify and date Record Specification; include "PRODUCT RECORD SPECIFICATION" in a prominent location. 5. Upon completion of the work, submit record specifications to the ENGINEER for the OWNER's records. D. Record Product Data: Furnish one copy of each product data submittal. Note related Change Orders and markup of Record Drawings and Record Specifications. 1. Mark these documents to show significant variations in actual work performed in comparison with information submitted. 2. Include variations in products delivered to the site and from the manufacturer's installation instructions and recommendations. 3. Give particular attention to concealed products and portions of the work that cannot otherwise be readily discerned later by direct observation. 4. Upon completion of markup, submit complete set of Record Product Data to the ENGINEER for the OWNER's records. E. Record Sample Submitted: 1. Immediately prior to Substantial Completion, the CONTRACTOR shall meet with the ENGINEER and the OWNER's personnel at the project site to determine which samples are to be transmitted to the OWNER for record purposes. 2. Comply with the OWNER's instructions regarding delivery to the OWNER's sample storage area. SECTION 01 77 00 - CLOSEOUT PROCEDURES Page 4 F. Miscellaneous Record Submittals: 1. Refer to individual specification sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of the work. Im diately prior to the date or dates of Substantial Completion, complete miscellaneous Q _ ds and place in good order. W O -Z. ify miscellaneous records properly and bind or file, ready for continued use and .reO ence. J C-) �- _ --4. ,&Snit to the ENGINEER for the OWNER's records. 1W OtERPM§ AND MAINTENANCE MANUALS A.o ssemWe and deliver three (3) complete sets and one (1) electronic PDF copy of operation Send maintenance data indicating the operation and maintenance of each system, subsystem, and piece of equipment not part of a system, as applicable. 1.06 WARRANTIES A. Submit written warranties for designated portions of the work where commencement of warranties other than date of Substantial Completion is indicated. B. Submit properly executed warranties of completion of designated portions of the work that are completed and occupied or used by OWNER during construction period by separate agreement with CONTRACTOR. C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, 3 -ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8Yz" x 11" (115 mm x 280 mm) paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of CONTRACTOR. D. Provide additional copies of each warranty to include in operation and maintenance manuals. E. Submit one (1) electronic PDF copy of warranty documents. PART 2 -PRODUCTS NOT USED. PART 3 - EXECUTION 3.01 FINAL CLEANING A. General: 1. Conduct final cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: SECTION 01 77 00 - CLOSEOUT PROCEDURES Page 5 a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other j. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. 1) Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 2) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. k. Wipe surfaces of mechanical and electrical equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. I. Replace parts subject to unusual operating conditions. M. Leave Project clean and ready for occupancy. C. Comply with safety standards for cleaning. 1. Do not discharge volatile, harmful, or dangerous materials on the site. 2. Properly and lawfully dispose of waste materials from Project site. END OF SECTION 0177 00 M.*UACLR18002-Dual Extraction System Design0ocumentslBid Package101-77-00_Closeout-Procedures.docx SECTION 01 77 00 - CLOSEOUT PROCEDURES Page 6 foreign substances. o b. Sweep paved areas broom clean. .. C. 3 Remove petrochemical spills, stains, and other foreign deposits. = QK M Rake grounds that are neither planted nor paved to a smooth, even -textured surface. W LLJ �r Remove tools, construction equipment, machinery, and surplus material from J -* >,,E3 Project site. LL Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, o free of stains, films, and similar foreign substances. m N g.� Remove debris and surface dust from limited access spaces, including vaults, manholes, pipes, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Remove labels that are not permanent. j. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. 1) Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 2) Do not paint over "UL" and similar labels, including mechanical and electrical nameplates. k. Wipe surfaces of mechanical and electrical equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. I. Replace parts subject to unusual operating conditions. M. Leave Project clean and ready for occupancy. C. Comply with safety standards for cleaning. 1. Do not discharge volatile, harmful, or dangerous materials on the site. 2. Properly and lawfully dispose of waste materials from Project site. END OF SECTION 0177 00 M.*UACLR18002-Dual Extraction System Design0ocumentslBid Package101-77-00_Closeout-Procedures.docx SECTION 01 77 00 - CLOSEOUT PROCEDURES Page 6 SECTION 02 42 00 — ABANDONMENT, REMOVAL, AND SALVAGE PART 1 -GENERAL 1.01 SUMMARY A. Section includes: 1. Removal and salvage of select elements. 1.02 REFERENCE A Definitions: ..:r 1.FLtmove: The partial or complete removal and disposal of designated existing elements of © struction. When the term "Remove," is used in the Specifications or on the Drawings, it az II grant the CONTRACTOR the following options for material management, as W �ulated further in this Specification: >.t..) a) Remove, handle and transport to off-site facilities for reuse or recycling at ;. a �Q CONTRACTOR's sole discretion and expense. mz Uo_ b) Remove, handle, transport and dispose on-site at active landfill area. 92. Protect: Action or activities required to ensure the integrity of structures affected by removal, demolition, abandonment or relocation activities such that they will remain undamaged and functional in subsequent construction. 3. Remove and Relocate or Remove and Salvage: a. The careful and complete removal of a designated existing element of construction. b. When the terms "Remove and Relocate", "Remove and Salvage" or "Salvage," are used in the Specifications or on the Drawings, they shall obligate the CONTRACTOR's best efforts to reclaim material in an undamaged manner and carefully stockpile or reuse it at a location designated by the OWNER. 1) Damaged material which in the OWNER's or ENGINEER's judgment does not permit salvage or reuse may be disposed at the active landfill area. C. Material that has been salvaged may be utilized in subsequent construction provided: 1) Condition of material is undamaged and all related contaminates have been removed. 2) This option shall only extend to inorganic material. 4. Abandon: Render unserviceable in-place. 5. The terms defined above shall convey the same intent whether used in the form of nouns, verbs, or various tenses. B. References: 1. Iowa Administrative Code (IAC) 567 Chapter 113. PART 2 -PRODUCTS NOT USED. PART 3 - EXECUTION 3.01 REMOVE AND SALVAGE MATERIALS A. Undamaged prior to removal or as a result of removal action and subsequent reuse: SECTION 02 42 00 — ABANDONMENT, REMOVAL, AND SALVAGE Page 1 1. CONTRACTOR shall verify functional integrity of elements designated for "remove and salvaged" prior to removal. 2. If removal represents a risk for damage or in-place material is deemed damaged, CONTRACTOR shall notify ENGINEER and OWNER to obtain concurrence that salvage may not be viable without loss of integrity. 3. If functional integrity of elements scheduled for "remove and salvage" are subsequently compromised, CONTRACTOR shall replace elements at CONTRACTOR's cost. 3.02 ITEMS FOR REMOVAL OR DEMOLITION A. Items or materials designated for removal or demolition shall be managed or disposed of on- site in accordance with applicable laws. B. The following procedure should be followed regarding the abandonment of any landfill gas and leachate lines: 1. The piping shall be cut and removed to a minimum of 3 feet below grade. 2. A cap shall be placed on the end(s) of the lines. o s 3. Bentonite shall be placed around the piping to minimize gas migration and the area �kfilled and compacted with controlled fill to match existing grade with soil material _ EtSsistent with the surrounding cover soils. Bentonite shall be mixed 50/50 with backfill W o- erial. Backfill shall be placed in 12 -inch lifts and hydrated before placement of next lift. C> F'• _3jVg6ff-MATERIALS AND STOCKPILE F E` AjiMi neous Materials: 201. Material removed as a part of relocation of existing structures, which is functionally usable y- N or reusable shall be removed in a manner that will prevent damage. 2. For material not deemed re -usable: a. Prior to on-site disposal or off-site re -use and recycling, CONTRACTOR shall offer the OWNER the option of salvage. B. Stockpile: 1. Stockpile salvaged material on-site in area designated by OWNER or ENGINEER. 2. Stockpile in a neat and orderly fashion. 3. To the extent possible stockpile above ground to avoid degradation. 4. Segregate dissimilar material in separate stockpiles. END OF SECTION 02 42 00 MMACLR18002-Dual Extraction System Design0ocumentsOid Package102-42-00—Abandonment-Removal- Salvage. docx SECTION 02 42 00 — ABANDONMENT, REMOVAL. AND SALVAGE Page 2 SECTION 2515 19 –ROTARY SCREW AIR COMPRESSOR PART 1 - GENERAL pttijt��gLIkv,0WA A. The CONTRACTOR shall furnish and install an oil filled rotary screw air compressor system which will include a weatherproof enclosure, air compressor with storage tank, and desiccant dryer system. 1.02 MANUFACTURER A. The manufacturer's standard published warranty shall cover 100% of material and workmanship for a minimum of five full years with no pro -rated period of coverage. The warranty shall be displayed on the manufacturer's website. B. The manufacturer's compressor system shall have a detailed Operation & Maintenance manual, which shall be available on the manufacturer's website. 1.03 SUBMITTALS A. The following additional documentation shall be submitted with the bid: 1. Product data for selected model(s), including physical dimensions, weight, rated flow range (Free Air Demand), air pressure rating, power rating, materials of construction, general specifications, accessories, and warranty coverage. 1.04 DELIVERY, STORAGE, AND HANDLING A. The air compressor system shall be delivered to the site and placed at the location shown on the drawings or in a secure location to be stored until installation is to occur. Compressor system and associated components shall be stored indoors if installation of the compressor enclosure is not yet complete. PART 2 -PRODUCTS 2.01 GENERAL A. All materials shall meet or exceed all applicable referenced standards, federal, state and local requirements, and conform to codes and ordinances of authorities having jurisdiction. The air compressor shall be an oil filled rotary screw compressor of 30 HP or greater, capable . of su ying a minimum of 117 CFM of free air at 125 psi gauge pressure. ppao0—roved models or equal are: LU v Ingersoll Rand Model UP6S-30 t3at Quincy Compressor Model OGD -30 LL m o c c. — Or ENGINEER approved alternative. N 2. Compressor package shall include manufacturer recommended heatless desiccant dryer system sized and fitted for the selected model to provide dry air to the piping network. 3. Compressor system shall include a minimum of 240 gallons of wet compressed air storage capacity and a 250 gallons dry air receiver tank. 4. Compressor system shall include all necessary software and controls for automatic restart protocol after power failure, programable pressure set points, and be capable of remote control and online connectivity features. SECTION 2515 19 – ROTARY SCREW AIR COMPRESSOR Page 1 5. Compressor system shall include the manufacturer recommended Dry Receiver system and filters. 2.02 EQUIPMENT DESIGN REQUIREMENTS A. Standard product design shall include complete compressor assembly, including valves, filters desiccant dryer, dry receiver tank, and cooling system meeting the following specifications: 1. Minimum 30 HP Rating 2. Maximum Operating Pressure 125 psig. 3. Minimum Operating Pressure 65 psig 4. Minimum Free Air Demand of 117 SCFM at 125 psi 5. Maximum Operating Temperature 105° F 6. Minimum Operating Temperature 36° F 7. Compressor shall be Tank Mounted, 240-gallon compressed air tank or provide an Engineer approved external wet storage tank of similar capacity. 8. Heatless desiccant dryer shall be from same manufacturer as the compressor and rated for the air flow rates of the selected system. 9. Dry receiver tank to be provided with a minimum capacity of 250 gallons. B. Required Compressor fittings to be provided by the CONTRACTOR to ensure connection to o the proposed 2-inch HDPE air lines. Threaded compressor fittings shall be installed with Teflon -* threaf eating tape and or lock tight and provide air tight connections throughout the system. © CSC ssor shall be installed in a weather proof enclosure with wood frame and white steel sind roof materials, including finishing steel (soffit, facia, drip edge, etc.) standard for J rsteWtMilding construction. Building shall be large enough to house the entire system (colr*�ssor, heatless desiccant dryer, dry receiver tank, air storage tank, etc.), and provide athmmended setbacks for selected equipment. Building shall be erected on a 6-inch thick, 'L g3,*18gsi compressive strength concrete slab. Building shall provide adequate space for ©maintt?PS2nce access on all sides of each piece of equipment and be fitted with an electric "adiant heater with thermostat capable of maintaining a minimum of 40° F for periods of -15° F �L with the selected heating device. Building shall be insulated with 3-inch-thick extruded polystyrene panels with minimum R value of 15 or approved equal. Contractor to provide manufacturer recommended power supply panel on the interior of the building to operate selected equipment and shall be installed per local electric code. Entire structure shall meet local building codes. D. Required Compressor fittings to be provided by the CONTRACTOR to ensure connection to the proposed 2-inch HDPE air lines. 2.03 OPERATION AND PERFORMANCE PARAMETERS A. Manufacturer shall have published compressor engineering specifications showing the system meets the design requirements. B. Compressor system shall be tested when installation is complete to inspect for leaks and to ensure it is in operable condition. SECTION 25 15 19 - ROTARY SCREW AIR COMPRESSOR Page 2 PART 3 -EXECUTION 3.01 GENERAL A. Compressor system shall be installed per the manufacturers recommendations. B. Installation shall provide air tight connections throughout the system. C. Building and electrical shall meet applicable local code. D. Compressor and other equipment shall be secured to the concrete floor sufficiently to limit vibrations and potential tip overs. END OF SECTION 2515 19 WIACLP18002-Dual Extraction System DesignOocumentsOid PackagelSpec Sectionsl25-15-19 - Rotary Screw Air Compressors. docx SECTION 2515 19 - ROTARY SCREW AIR COMPRESSOR Page 3 N 0 m v� J. C7—< ern = m .. o � 0 SECTION 2515 19 - ROTARY SCREW AIR COMPRESSOR Page 3 1. ASTM D6913/D6913M-17 — Standard Test Methods for Particle -Size Distribution (Gradation) of Soils Using Sieve Analysis 2. ASTM D7928-17 — Standard Test Method for Particle -Size Distribution (Gradation) of Fine - Grained Soils Using the Sedimentation (Hydrometer) Analysis 3. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ib/ft3) 4. ASTM D1140- Standard Test Methods for Amount of Material in Soils Finer than the No. 200 (75 um) Sieve 5. ASTM D1556- Standard Test Method for Density and Unit Weight of Soil in -Place by the Sand Cone Method 6. ASTM D1557 — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ib/ft3) 7. ASTM D2167-15- Standard Test Method for Density and Unit Weight of Soil in -Place by the Rubber Balloon Method 8. ASTM D2321-18 — Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications 9. ASTM D2487-17- Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 10. ASTM D2774-12 - Standard Practice for Underground Installation of Thermoplastic Pressure Piping 11. ASTM D4643-00 — Standard Test Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method 12. ASTM D5887/D5887M-16 - Standard Test Method for Measurement of Index Flux Through Saturated Geosynthetic Clay Liner Specimens Using a Flexible Wall Permeameter 13. ASTM D5890-11 - Standard Test Method for Swell Index of Clay Mineral Component of Geosynthetic Clay Liners 14. ASTM D5891 /D5891 M-02(2016) - Standard Test Method for Fluid Loss of Clay Component of Geosynthetic Clay Liners 15. ASTM D5993-14 - Standard Test Method for Measuring Mass Per Unit of Geosynthetic Clay Liners 16. ASTM D6102-15 — Standard Guide for Installation of Geosynthetic Clay Liners SECTION 31 23 16 — TRENCHING AND BACKFILLING Page 1 0 SECTION 31 23 16 - TRENCHING AND BACKFILLING C:) CO = n PART 1 - GENERAL 5:::; 1.01 SUMMARY m -v A. Section includes: O; o 1. The Work described in this section includes trenching and bedding material r-Arired for leachate and air piping and other underground installations as shown on th -ngs. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM D6913/D6913M-17 — Standard Test Methods for Particle -Size Distribution (Gradation) of Soils Using Sieve Analysis 2. ASTM D7928-17 — Standard Test Method for Particle -Size Distribution (Gradation) of Fine - Grained Soils Using the Sedimentation (Hydrometer) Analysis 3. ASTM D698 - Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ib/ft3) 4. ASTM D1140- Standard Test Methods for Amount of Material in Soils Finer than the No. 200 (75 um) Sieve 5. ASTM D1556- Standard Test Method for Density and Unit Weight of Soil in -Place by the Sand Cone Method 6. ASTM D1557 — Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ib/ft3) 7. ASTM D2167-15- Standard Test Method for Density and Unit Weight of Soil in -Place by the Rubber Balloon Method 8. ASTM D2321-18 — Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications 9. ASTM D2487-17- Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) 10. ASTM D2774-12 - Standard Practice for Underground Installation of Thermoplastic Pressure Piping 11. ASTM D4643-00 — Standard Test Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Method 12. ASTM D5887/D5887M-16 - Standard Test Method for Measurement of Index Flux Through Saturated Geosynthetic Clay Liner Specimens Using a Flexible Wall Permeameter 13. ASTM D5890-11 - Standard Test Method for Swell Index of Clay Mineral Component of Geosynthetic Clay Liners 14. ASTM D5891 /D5891 M-02(2016) - Standard Test Method for Fluid Loss of Clay Component of Geosynthetic Clay Liners 15. ASTM D5993-14 - Standard Test Method for Measuring Mass Per Unit of Geosynthetic Clay Liners 16. ASTM D6102-15 — Standard Guide for Installation of Geosynthetic Clay Liners SECTION 31 23 16 — TRENCHING AND BACKFILLING Page 1 SECTION 31 2316—TRENCHING AND BACKFILLING Page 2 17. ASTM D6243/D6243M-16 - Standard Test Method for Determining the Internal and Interface Shear Strength of Geosynthetic Clay Liner by the Direct Shear Method 18. ASTM D6496/D6496M-04A(2015) - Standard Test Method for Determining Average Bonding Peel Strength Between the Top and Bottom Layers of Needle-Punched Geosynthetic Clay Liners 19. ASTM D6768/D6768M-04(2015) - Standard Test Method for Tensile Strength of Geosynthetic Clay Liner 20. ASTM D6938-17a - Standard Test Methods for In-place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) B. Geosynthetic Research Institute (GRI) Standards: 1. GRI Test Method GCL3: Test Methods, Required Properties, and Testing Frequencies of Geosynthetic Clay Liners (GCLs) N o 1.03 SUBMITTALS A. Additional soil testing results may be required. B. Submit for documentation Certificates of Compliance from the manufactureHiMl roll clay liner delivered to the Site. The document shall certify the Z0,ilesaftft of t i geosynthetic physical properties specified below. C. CONTRACTOR shall submit certification in writing that the surface �Don i h the geosynthetic clay liner is to be installed is acceptable. D. Installation layout for GCL, identifying placement patterns and overlap orientations, as applicable E. Upon completion of the geosynthetic clay liner installation, a letter certifying that the materials were installed in accordance with the plans and specifications. F. All material and installation warranty submittals as defined in Section 01 33 00. 1.04 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect, and handle products to make sure that the geosynthetics are not damaged. B. The materials shall be delivered to the site in rolls wrapped with protective covering to protect the material from mud, dirt, dust, debris, ultraviolet radiation, and abrasion due to shipping and handling. The material shall be stored such that it is raised off of the ground and in accordance with all manufacturer's storage recommendations. The material shall be free of defects or flaws which significantly affect its physical properties. C. Rolls of GCL shall be stored on a flat dry surface raised several inches above the ground. Tarping stored materials is required to avoid any unnecessary stress on the packaging and to protect materials from moisture in the event of rain. Damaged materials will be rejected and replaced at no additional expense to the OWNER. D. When loading/unloading the GCL, rolls shall be handled utilizing a solid steel bar inserted through the core bar and slings or chains attached to the ends of the bar. The core bar shall be suspended from a spreader bar so that the edges of the GCL are not damaged by the suspending straps or chains. E. Each roll of material shall be labeled with the following: 1. Manufacturer's name SECTION 31 2316—TRENCHING AND BACKFILLING Page 2 2. Product identification 3. Lot number 4. Roll number 5. Roll dimensions 6. Product properties such as mass, mil, etc. F. Care shall be taken while loading/unloading and moving the geosynthetics at the site prior to installation. Any material found to be damaged by the ENGINEER shall be removed from the site by the CONTRACTOR. The geosynthetics shall be handled and placed in accordance with the manufacturer's recommendations or as specified within the Contract Documents. 1.05 OWNER WARRANTY A. The manufacturer shall furnish the OWNER with the manufacturer's written warranty against manufacturing defects and material degradation. B. Installation Warranty 1. The CONTRACTOR shall warrant the installation of the GCL against defects for a period of six months from the date of Official Acceptance by the OWNER. 2. The CONTRACTOR shall repair any defects due to improper installation, which occur during the warranty period at no cost to the OWNER. 3. The CONTRACTOR shall furnish the OWNER with a written warranty covering the above requirements. 1.06 FIELD MEASUREMENTS N o � s A. Verify control monuments and intended elevations for Work as shown on 10=g EEZ PART 2 -PRODUCTS <r —o M 2.01 BEDDING m �� Q A. Bedding material will consist of general fill to be supplied by OWNER. 3> F 0 B. Any other bedding or soil material will be supplied by CONTRACTOR. C. Geosynthetic Clay Layer Performance Specifications 1. The GCL shall be needle -punched reinforced, 6 ounces per square yard non -woven (both sides) and meet GRI-GCL3 except where the specified product exceeds those requirements. The GCL shall be Cetco Bentomat DN, GSE Bentoliner NWL or equivalent. Equivalency shall be demonstrated by submittal of shop drawings to the ENGINEER at least 2 weeks prior to scheduled installation for review and approval. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine and verify acceptability and condition of surfaces to perform Work. B. Examine surfaced to receive fill to determine existence of areas loosened by frost action, softened by flooding or weather or of unsuitable materials. SECTION 31 23 16 — TRENCHING AND BACKFILLING Page 3 C. OWNER shall be given a certification form from the CONTRACTOR that certifies in writing that the surface upon which the GCL is to be installed is acceptable. D. After subgrade surface has been accepted, it shall be CONTRACTOR's responsibility to indicate to OWNER any change in subgrade condition that may require repair work. Special care shall be taken to maintain prepared GCL subgrade (i.e., dry and free of foreign matter). Daily observations shall ascertain the integrity of subgrade. Damage to subgrade caused by CONTRACTOR shall be repaired at CONTRATOR's expense. GCL placement over subgrades having damage or excessive moisture as determined by OWNER is not acceptable. Place, support, and secure reinforcement against displacement. Do not deviate from required position. 3.02 PREPARATION A. Keep construction site free -draining. 3.03 TRENCHING A. Excavate trenches by open cut method to depths, elevations and dimensions necessary to complete construction. 1. Support existing utility lines where proposed work crosses at a lower elevation. 2. Field adjust limitations as weather conditions dictate. B. Trench width shall be as shown in the Drawings. Structure excavation width shall W twice theme" dimension(s) of structures but no less than 12 inches. o G9 � a n C. During excavation, material satisfactory for backfilling shall be stockpiled id;6aprd maiilaw . at a distance from the banks of the trench equal to half the depth of the eaoa6ati but 'IM" instance closer than 2 feet. Place spoils pile up -gradient of trench such lnoif frorry�ylfr would drain to trench. Excavated material not required or not satisfactory ac shall b� removed from the site. Grading shall be done as necessary to preventce ater h flowing into the excavation, and any water accumulating shall be remo D Fmtain t e stability of the bottom and sides of the excavation. o D. Comply with OSHA Health and Safety Standards, state and local trench safety regulations. Use trench boxes or other trench support systems as needed. Trench support designs shall be prepared by a Professional Engineer registered in the State of Iowa. E. Trenching Tolerances: 1. Excavate so pipes can be laid straight at uniform grade, without sags or humps, between elevations shown on Drawings. 2. Maximum width of excavation on top of pipe shall be outside diameter of pipe plus 24 inches. When stringers and sheathing are required, width of trench may be increased to allow for their use, provided provisions for this excess width of trench are met. 3. Where trench width for that portion of trench depth between trench bottom and outside top of pipe barrel, for any reason within CONTRACTOR'S control, exceeds specified limits, CONTRACTOR, at his expense, shall furnish pipe with strength adequate for actual trench width. 4. Cut trench wall vertically from bottom of trench to 1 foot above top of pipe. F. Do not advance excavation of trenches more than 300 feet ahead of completed pipe installation. Coordinate installation of piping, fill and backfill to leave no more than 300 lineal feet of open trench at any time. G. Trenching will be performed in areas where contact with leachate may be expected. CONTRACTOR shall be aware that trenches may be wet. SECTION 31 23 16 — TRENCHING AND BACKFILLING Page 4 H. Keep trenches free of surface water runoff. No separate payment for surface water runoff, or groundwater pumping will be made. I. The bottoms of trenches shall be appropriately graded to provide uniform bearing and support for the bottom quadrant of each section of the pipe. Bell holes shall be excavated to the necessary size at each joint or coupling to eliminate point bearing. Stones of 3 inches or greater in any dimension, or as recommended by the pipe manufacturer, whichever is smaller, shall be removed to avoid point bearing. J. Excess excavated waste shall be hauled to the active working face of the Landfill and disposed of in OWNER designated areas daily. Daily cover of such waste shall be coordinated with the ENGINEER and OWNER. CONTRACTOR shall not perform waste excavation outside of normal Landfill operating hours without prior approval from the ENGINEER. K. CONTRACTOR shall temporarily cover any excavated waste material hauled to the working face after 4:30 PM, as well as any waste material to be exposed overnight. CONTRACTOR shall also cover any open excavations with exposed waste at the end of each working day. L. Any trench or portion of trench which is opened and remains idle for 5 calendar days, or longer, as determined by the OWNER or ENGINEER, may be directed to be immediately refilled, without completion of work, at no additional cost to OWNER. 1. Said trench may not be reopened until OWNER is satisfied that work associated with trench will be completed within an appropriate timeframe. 3.04 BACKFILLING METHODS A. Notify ENGINEER before placing fill material. B. Do not backfill until testing confirms that the system is in full compliance with specified requirements. C. Bedding Material Limits for Pipe Bedding: 1. Minimum of 6 -inches below, to spring line, and entire trench. D. Bedding Material Limits for Pipe Cover: N m 1. Minimum 6 -inches above and 6 -inches each side. E. Carefully Place Bedding and Initial Backfill: �r— 1. Furnish where indicated on Drawings, specked for trench embedmer ditl0al s an;j,�p} �j'� backfill conditions up to 12 inches above top of pipe. CD= 2. Comply with the following: D p a. Place backfill in lifts not exceeding 6 inches (loose thickness). b. Hand place, shovel slice, and pneumatically tamp all backfill. C. Observe speck manufacturer's recommendations regarding backfilling and compaction. 1) Compact each lift to specified requirements F. Common Backfill: 1. Perform in accordance with the following: a. Place backfill in lift thicknesses capable of being compacted to densities specified. SECTION 31 23 16—TRENCHING AND BACKFILLING Page 5 b. Observe specific manufacturer's recommendations regarding backfilling and compaction. C. Avoid displacing joints and appurtenances or causing any horizontal or vertical misalignment, separation, or distortion. G. Where pipes or electrical conduits cross, protect piping or conduits at higher elevation by backfilling trench within higher pipe or conduit influence zone down to bedding of lower pipe or conduit with structural or controlled fill. H. Where pipes or electrical conduits leave structures, protect by backfilling pipe or duct influence zone down to undisturbed soil with controlled fill. Water flushing for consolidation is not permitted. 3.05 COMPACTION A. Place and ensure backfill materials achieve an equal or "higher" degree of compaction than undisturbed materials adjacent to the work. 1. Provide mechanical compaction for cohesive material and vibratory compaction for cohesionless and granular materials. 2. In general, compaction shall be to a density where subsequent passes with ttteepechanical '# or vibratory compaction device will not reduce the surface elevation of the bEftf'ill by more than three quarters of an inch or be compacted to at least 90 percent ma>gum ty unless otherwise specified or directed by ENGINEER. 3.06 GCL PLACEMENT A. Install GCL at the locations shown on the Drawings. �m rn3 B. Installation shall be in general accordance with ASTM D6102. D. r C. Do not expose GCL to precipitation prior to being installed, and do not expose to Act sunlight for more than 15 days unless otherwise specified. D. All seam shall be augmented with granular bentonite to ensure seam integrity as necessary or as required by manufacturer's recommendations. Granular bentonite, where required, shall be dispersed evenly from the panel edge to the lap line at a minimum rate of % pound per lineal foot continuously along all seams or overlap areas. Accessory bentonite shall be of the same type as the material within the geosynthetic clay liner. E. The CONTRACTOR shall only work on an area that can be completed in one working day or before an in inclement weather condition. Any GCL that is pre -hydrated prior to placement shall not be used. 3.07 FIELD QUALITY CONTROL A. CONTRACTOR shall utilize compaction methods standard to the industry to achieve levels of compaction appropriate for this application. 3.08 ADJUSTMENT AND CLEANING A. Remove excess material suitable for backfilling or site grading to on-site stockpile. END OF SECTION 3123 16 M:IIACLF118002-Dual Extraction System Design lDocumentslBid PackogelSpec Sectioosi31-23-16_Trenchiog-and- Backfilling.docx SECTION 31 23 16 - TRENCHING AND BACKFILLING Page 6 SECTION 31 25 00 — EROSION AND SEDIMENT CONTROLS PART 1 -GENERAL 101 SUMMARY A Section Includes: 1. Work includes furnishing, installing, and maintenance of temporary and permanent erosion control/ Best Management Practices (BMPs), including but not limited to silt fence, rip rap, filter socks, wattles, check dams, compost blanket, temporary rolled erosion control blanket, and other materials herein to comply with the Project Manual and Drawings as well as applicable permits. 2. Compliance with applicable permits discussed in SECTION 01 35 43 — Environmental Procedures and Special Controls. 1.02 REFERENCE A. The latest published edition of a reference shall be applicable to this Project unless identified by a specific edition date. B. All reference amendments adopted prior to the effective date of this Contract shall be applicable to this Project. C. All materials, installation and workmanship shall comply with the applicable requirements and standards addressed within the following references: 1. Iowa Statewide Urban Design and Specifications 2. Iowa DOT Standard Specifications 1.03 SUBMITTALS A. If required in SECTION 01 35 43 — Environmental Procedures and Special Controls, CONTRACTOR shall submit copies of the stormwater inspection reports required by the NPDES ' permit to the OWNER or ENGINEER within three days of the inspection. o B. Manufacturer's certificates indicating specification conformance of furnished .,n a C. Manufacturer's installation requirements for compost blankets and turf reinforlm nt mets. D. Shop drawings under provisions of SECTION 01 33 00 — Submittal Procedurg4n i- {rrn = rn PART 2 - PRODUCTS am 201 GENERAL D A. All materials shall meet or exceed all applicable referenced standards, federal, state and local requirements, and conform to codes and ordinances of authorities having jurisdiction. 2.02 BOUNDARY CONTROL BEST MANAGEMENT PRACTICES (BMP) A. Filter fabric for silt fence shall be IDOT Section 4196.01 Type A geotextile. B. T -posts shall be four feet long and weigh a minimum of 1.25 pounds per foot. C. Fasteners shall be steel or plastic ties with minimum tensile strength of 50 pounds. D. Filter socks, wattles, and check dams may be substituted for silt fence with approval of the ENGINEER. Materials and installation shall comply with SUDAS Specification 9040. 1. Filter Socks shall conform to SUDAS Standard Specification Manual, 9040, 2.04 and Detail No 9040.102. 2. Wattles shall conform to SUDAS Standard Specification Manual, 9040, 2.06 and Detail No 9040.105. SECTION 31 25 00 — EROSION AND SEDIMENT CONTROLS Page 1 3. Check Dams shall conform to SUDAS Standard Specification Manual, 9040, 2.07 and Detail No 9040.107 2.03 COMPOST BLANKET A. Compost Blanket shall conform to SUDAS Specification 9040, 2.02. 2.04 TEMORARY ROLLED EROSION CONTROL PRODUCT A. Temporary Rolled Erosion Control Products (RECP) shall conform to SUDAS Specification 9040, 2.05. 2.05 RIP RAP AND EROSION STONE A. Where called for on the Drawings, shall conform to the requirements of [DOT Section 4130 "Revetment Stone, Erosion Stone, and Gabion Stone." B. Filter fabric for use under rip rap shall be IDOT Section 4196.01-3 geotextile. PART 3 - EXECUTION 3.01 PREPARATION A. Prepare area as required by applicable specifications and/or manufacturer's recommendations. 3.02 SILT FENCE, FILTER SOCKS, WATTLES AND CHECK DAMS A. Prior to construction, perform temporary erosion control to conform to the Project Manual and Drawings and applicable permits, including but not limited to: 1. Furnish, install, and maintain temporary erosion controls necessary to prevent the erosion and transport of soils, silt, mud, and debris off site or to other areas of the site where damage could result. 2. Construct temporary erosion controls where there is evidence that sediment is being transported off site, where drainage ways flow from the site, and elsewhere as required to control erosion. 3. Complete inspections, maintenance, and recordkeeping. Any required repairs will be made as soon as practicable. If sediment deposit reaches 50% of the height of the barrier, the sediment shall be removed. a. Boundary control BMPs (e.g. filter berms, filter socks, silt fencing, and wattles) will be inspected and maintained weekly and after each rain event to make sure that surface erosion and sedimentation are not occurring and the BMPs are firmly anchored and not damaged. These BMPs will be replaced when no longer effective due to sediment accumulation. When accumulated sediment reaches one-half of the BMP height, the sediment can be cleared from the BMP without removing it. During cleaning, care will be taken to not damage the BMP. Otherwise, new materials will be installed leaving the existing measures in place. Repair or replace non- functioning BMPs that allow water to flow under the BMP, the BMP material is torn, or the BMP is otherwise damaged. Upon final stabilization of a disturbed portion of the project, these BMPs can be removed. Collect and dispose of accumulated sediment upon removal of these BMPs. b. Until final stabilization is completed, the surface of the rolled erosion control products and geotextiles will be inspected regularly for signs of movement of the fabric, degradation of the fabric, and rill or gully erosion below the fabric. Aroma signs of erosion, tearing of the product, or areas where the product is e longeg�pnchored firmly to the ground will be repaired immediately. Indications thr slope statailltY might be compromised will be addressed immediately. A*A M'*invo14� reconstruction of the slope and reinstallation of fabric and seed % < - -�� rri -0 r— M y1 SECTION 31 25 00 — EROSION AND SEDIMENT CONTROLS Page 2 C. Until final stabilization is completed, riprap will be inspected for signs of sloughing, erosion, and degradation on a regular basis. Degradation of riprap materials includes bare areas indicating material loss, reduction in riprap thickness, and movement of riprap materials which would compromise the area's stability. 4. Notify OWNER and ENGINEER immediately of any spills that have the potential to create a hazardous condition. 5. Submit required paperwork following completion of the project to the applicable regulatory agency and copy the OWNER and ENGINEER prior to submittal. 6. Silt Fence shall be installed in accordance with SUDAS Standard Specifications Manual 9040, 3.18 and Detail No. 9040.119. 7. Filter Sock shall be installed in accordance with SUDAS Standard Specifications Manual, 9040, 3.07 and Detail No. 9040.102. 8. Wattles shall be installed in accordance with SUDAS Standard Specifications Manual, 9040, 3.09 and Detail No. 9040.105. 9. Check Dams shall be installed in accordance with SUDAS Standard Specifications Manual, 9040. 3.10 and Detail No. 9040.107. B. Schedule operations to minimize the amount of area disturbed and thus susceptible to erosion at any given time. 3.03 RIP RAP A. Rip rap or erosion stone shall be installed at the aprons of the culverts/drainage piping, letdowns, or other drainage outlets where shown on the Drawings and in accordance with SUDAS Standard Specifications Manual Detail No. 9040.110 and No. 9040.111. B. CONTRACTOR shall make every effort to not segregate stones by size. C. The foundation for the rip rap shall be excavated and shaped prior to placement of the filter fabric material. 3.04 COMPOST BLANKET AND ROLLED EROSION CONTROL PRODUCT A. Blankets and rolled erosion control products shall be installed on slopes and other locations where shown on the Drawings. B. Install in accordance with the manufacturer's recommendations. C. The foundation shall be excavated, shaped, fertilized, and seeded prior to placement of the mat or blanket. 3.05 CLOSEOUT ACTIVITIES A. CONTRACTOR shall remove and dispose of temporary erosion and sediment control measures after final stabilization has been achieved. Final stabilization means that all soil disturbing activities at the site have been completed, and that a uniform perennial vegetativeer with a density of 70%, sufficient to preclude erosion, for the entire disturbed area of J�p perried project has been established or equivalent stabilization measures have been emplcaLe6 _ c,) -C END OF SECTION 31 25 00 r rn -0 M � M.9IACLF 18002 -Dual Extraction System ues;gnDicurnenrs 8ui Spec SectionsQ1-28iWEro�n- Sediment-Controls. docx �x . D SECTION 31 25 00 - EROSION AND SEDIMENT CONTROLS Page 3 SECTION 32 92 00 — TURF ESTABLISHMENT AND RESTORATION PART 1 -GENERAL 101 SUMMARY A. Section Includes: 1. Establishing vegetation on all topsoiled areas of the site (including seedbed preparation, seeding, fertilizing, and mulching). 2. Establishing vegetation on all areas disturbed by construction activities at the site. 1.02 REFERENCE A. The latest published edition of a reference shall be applicable to this Project unless identified by a specific edition date. B. All reference amendments adopted prior to the effective date of this Contract shall be applicable to this Project. C. All materials, installation and workmanship shall comply with the applicable requirements and standards addressed within the following references: 1. United States Department of Agriculture (USDA) Rules and Regulations under the Federal Seed Act. 1.03 ADMINISTRATIVE REQUIREMENTS A. The CONTRACTOR shall coordinate the turf establishment work with the topsoiling and finishing operations, so as to reduce the lag time between the initial and final phases of the combined work and establish turf protection as soon as possible after the graded areas have been topsoiled or finish graded. 1.04 SUBMITTALS A. Submit shop drawings under provisions of Section 01 33 00 — Submittal Procedures. B. Manufacturer's planting and installation instructions. C. Product technical data including: 1. Acknowledgement that products submitted meet requirements of standards referenced. 2. Signed copies of vendor's statement for seed mixture required, stating botanical and common name, place of origin, strain, percentage of purity, percentage of germination, and amount of Pure Live Seed (PLS) per bag. 3. Certification of each container of seed delivered will be labeled in accordance with Federal and State Seed Laws and equals or exceeds Specification requirements. 4. Copies of invoices for fertilizer used on Project showing grade furnished, along with certification of quality and warranty. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver fertilizer to site in original, unopened containers bearing manufacturer's guaranteed ,y chemical analysis, name, trade name, trademark, and conformance to state law. c B. Deliver seed to site in unopened, original bags bearing supplier's name and a0ress, foe of seed contained, percentage of purity and germination, percentage of hard seed if f and ercenin of inert material. --q C-1) C. Fertilizer and seed delivered to site shall be stored in a waterproof location. —+� r D. Store mulch on site within project area. M a m 1.06 WARRANTY D � A. Guarantee seeded area for duration of one year after seeding to be alive and ire -satisfactory growth at end of guarantee period. SECTION 32 92 00 — TURF ESTABLISHMENT AND RESTORATION Page 1 1. For purpose of establishing acceptable standard, scattered bare spots, none larger than 1 square foot will be allowed up to a maximum of 3% of seeded area. 2. Acceptance will be based upon meeting this standard one year after initial seeding or reseeding. PART2-PRODUCTS 2.01 GENERAL A. All materials shall meet or exceed all applicable referenced standards, federal, state, and local requirements, and conform to codes and ordinances of authorities having jurisdiction. 2.02 MATERIALS A. Seed Quality: 1. Fresh, clean, new -crop seed labeled in accordance with Iowa Department of Agriculture Rules and Regulations under Iowa Seed Law and U.S. Department of Agriculture Rules and Regulations under Federal Seed Act in effect on date of bidding. a. Provide seed of species, proportions and minimum percentages of purity, germination and maximum percentage of weed seed as specified. b. Approval of all seed for use shall be based on the accumulative total of PLS specified for each phase of work. B. Perennial Grass Seeding: 1. For ditch and channel areas: GRASSES LBS PLS PER ACRE Fawn Fescue (Festuca arundinacea) 100 Kentucky Bluegrass (Poa pratensis) 20 Ryegrass, perennial (Lolium perenne) 75 C. Seeding: 1. For flat areas (5 percent or less): LBS PLS PER ACRE GRASSES UNLESS NOTED Sideoats grama (Bouteloua certipendula) 5.0 Redtop (Agrostis alba) 3.0 Brome grass (Bromus inermis) 7.0 Red clover (Trifolium pratense) 4.0 Blackeyed Susans (Rudbeckia hirta) 4.0 OZ Showy partridge pea (Cassia chamaecrista) H 4.0 OZ 0 o m Timothy (Phleum pratense) 3.0 -:En y D� Orchard grass (Dactylis glomerata) C 3.0 cj-< r r Oats (Avena sativa) 112 bushel (1fin) M a M o;:0 0 D� SECTION 32 92 00 - TURF ESTABLISHMENT AND RESTORATION Page 2 2. For sloped areas (greater than 5 percent): LBS PLS PER ACRE GRASSES UNLESS NOTED grama (Boutelana gracilis) Sideoats grama (Bouteloua certipendula) Canada wild rye (Elymus Canadensis) Blackeyed Susans (Rudbeckia hirta) Showy partridge pea (Cassia chamaecrista) Gray headed cornflower (Ratibida pinata) Redtop (Agrostis alba) New England aster (Aster novaeangliae) Oats (Avena sativa) 4.5 10.0 1.0 4.0 OZ 4.0 OZ 4.0 OZ 3.0 4.0 OZ 1 bushel (32 lbs.) D. Mulch: 1. Perennial grass seeded areas, top of slope, sideslope and ditch seeded areas: a. Conventional Seeding 1) Mulch material includes: a) Dry cereal straw (oats, wheat, barley, or rye) b) Prairie hay c) Wood excelsior composed of wood fibers, at least 8 inches long, based on an average of 100 fibers, and approximately 0.024 inches thick and 0.031 inches wide. The fibers must be cut from green wood and be reasonably free of seeds or other viable plant material. 2) Do not use other hay (bromegrass, timothy, orchard grass, alfalfa, or clover). 3) All materials used as mulch must be free from all noxious weed, seed -bearing stalks, or roots and will be inspected and approved by the ENGINEER prior to its use. 4) The CONTRACTOR may use other materials, subject to the approval of the ENGINEER. b. Hydraulic Seeding 1) Wood cellulose: a) Use material that is a natural or cooked cellulose fiber processed from whole wood chips, or a combination of up to 50% of cellulose fiber produced from whole wood chips, recycled fiber from "dust, or recycled paper (by volume). o m �c� z b) Product contains a colloidal polysaccharide tackdegdh4d to Q fiber to prevent separation during shipment and eva4 chamical= agglomeration during mixing. -in -P'f — :G c) Form a homogeneous slurry of material, tackifier, ate ° M d) Use a slurry that can be applied with standard �aul(�mul� equipment. > .91- e) e) Dye the slurry green to facilitate visual metering during application. SECTION 32 92 00 - TURF ESTABLISHMENT AND RESTORATION Page 3 f) Do not use materials that have growth or germination -inhibiting factors or any toxic effect on plant or animal life when combined with seed or fertilizer. 2) Bonded Fiber Matrix (BFM): a) Manufactured to be applied hydraulically. b) C) U Dyed green to facilitate visual metering. All components pre-packaged by manufacturer to ensure material performance and compliance. Field mixing of additives or any components will not be allowed. Meet the following requirements: i. Contain non-toxic tackifiers that upon drying become insoluble and non -dispersible to eliminate direct raindrop impact on soil according to ASTM D7101 and EPA 2021.0-1. ii. Contain no germination or growth inhibiting factors and do not form a water-resistant crust that can inhibit plant growth. iii. Hydraulic mulch that is completely photo -degradable or biodegradable. iv. Contain a minimum of 90% organic material according to ASTM D2974. v. Have a rainfall event (R -factor) of 140 < R according to ASTM D6459. vi. Have a cover factor of C!5 0.03 according to ASTM D6459. vii. Vegetation Establishment of 400% minimum according to ASTM D7322. N viii. Water Holding Capacity 600% minimum according td3STM D7367. o �' 3) Mechanically -Bonded Fiber Matrix (MBFM): a) Manufactured to be applied hydraulically. --i C-) b) Dyed green to facilitate visual metering. �rT M c) All components pre-packaged by manufacturQnsure m tOal performance and compliance. Field mixing OF, addi4yes or any components will not be allowed. — d) Meet the following requirements: I. Contain non-toxic tackifiers that upon drying become insoluble and non -dispersible to eliminate direct raindrop impact on soil according to ASTM D7101 and EPA 2021.0-1. ii. Contain no germination or growth inhibiting factors and do not form a water-resistant crust that can inhibit plant growth. iii. Hydraulic mulch that is completely photo -degradable or biodegradable. iv. Contain a minimum of 90% organic material according to ASTM D2974. v. Have a rainfall event (R -factor) of 175 < R according to ASTM D6459. vi. Have a cover factor of C s 0.01 according to ASTM D6459. SECTION 32 92 00 - TURF ESTABLISHMENT AND RESTORATION Page 4 C. vii. Vegetation Establishment of 500% minimum according to ASTM D7322. viii. Water Holding Capacity 700% minimum according to ASTM D7367. Pneumatic Seeding 1) Use compost meeting the following requirements: Derived from a well -decomposed source of organic matter. Produced using an aerobic composting process, meeting Code of Federal Regulations (CFR) 503 for time, temperature, and heavy metal concentrations. No visible admixture of refuse or other physical contaminants, nor any material toxic to plant growth. Certified by the U.S. Composting Council's Seal of Testing Assurance (STA) program. Conforms to chemical, physical, and biological parameters of AASHTO MP 10-03, with the following additional requirements: I. Follow U.S. Composting Council's TMECC guidelines for all testing. ii. Organic Matter Content: 30% minimum. iii. pH: between 6.0 and 8.0. iv. Maturity (growth screening): Minimum 90% emergence for all compost to be vegetated. v. Particle size: Sieve Size Percent Passing' 2- 100 1" 90-100 Uj 2-- CQ_ LLJo 0-75 -j — ? L> LL Us m p o N E. Fertilizer: vii. Vegetation Establishment of 500% minimum according to ASTM D7322. viii. Water Holding Capacity 700% minimum according to ASTM D7367. Pneumatic Seeding 1) Use compost meeting the following requirements: Derived from a well -decomposed source of organic matter. Produced using an aerobic composting process, meeting Code of Federal Regulations (CFR) 503 for time, temperature, and heavy metal concentrations. No visible admixture of refuse or other physical contaminants, nor any material toxic to plant growth. Certified by the U.S. Composting Council's Seal of Testing Assurance (STA) program. Conforms to chemical, physical, and biological parameters of AASHTO MP 10-03, with the following additional requirements: I. Follow U.S. Composting Council's TMECC guidelines for all testing. ii. Organic Matter Content: 30% minimum. iii. pH: between 6.0 and 8.0. iv. Maturity (growth screening): Minimum 90% emergence for all compost to be vegetated. v. Particle size: Sieve Size Percent Passing' 2- 100 1" 90-100 3/4" 65-100 3/8" 0-75 ' 6 inch maximum particle length. Commercial fertilizer meeting applicable requirements of State and Federal law. 2. Cyanic compound or hydrated lime not permitted in mixed fertilizers. a. OWNER may test soils prior to installation 1) Verify that mix will not change prior to installation and ordering of product. b. All areas: 1) Conventional Seeding, Permanent — Apply a 6-24-24 commercial fertilizer or the equivalent units of nitrogen, phosphate, and potash at the rate of 300 pounds per acre. 2) Conventional Seeding, Temporary— Apply commercial fertilizer to all seeded areas at the rate of 250 pounds per acre of 13-13-13 (or equivalent) for rural mixes and 300 pounds per acre of 6-24-24 (or equivalent) for urban mixes, unless otherwise specified in the contract documents. SECTION 32 92 00 — TURF ESTABLISHMENT AND RESTORATION Page 5 3) Hydraulic Seeding -Apply fertilizer in combination with seeding by a hydraulic seeder and as specified in Iowa DOT Article 2601.03, B. Apply a commercial fertilizer or the equivalent units of nitrogen, phosphate, and potash at the rate specked for the type of seeding being applied. 4) Pneumatic Seeding - Based on the compost nutrient analysis, supply any additional commercial fertilizer necessary to meet the 13-13-13 units of nitrogen, phosphate, and potash at the rate of 450 pounds per acre as the compost is applied. F. Soil Amendments: Where topsoil is not available, apply soil amendments as specified in the Project Manual and Drawings. PART 3 - EXECUTION 3.01 SOIL PREPARATION A. General: 1. Perform soil testing at a rate of 1 test per acre to determine fertilizer requirements. 2. Limit preparation to areas which will be planted immediately following preparation. 3. Verify location and existence of all underground utilities. a. Q Take necessary precaution to protect existing utilities from damage due to Q = r$ construction activity. = o W a } Repair all damages to utility items at sole expense. J 9r c0tvide facilities to protect and safeguard all persons on or about premises. L. 3cp C�4e, Sideslopes, Perimeter Ditch and Borrowed Source Seeding: �wing establishment of final grades, including installation of soil amendments and soil o ferfrlity testing (where required), apply fertilizer at specified rates. N C. Conventional Seeding: 1. Seedbed Preparation, Permanent a. Limit preparation of seedbed to areas that will be seeded immediately upon completion. b. Work areas accessible to field equipment to a depth of no less than 3 inches. Use mechanical rotary tillage equipment for the preparation of seedbed on earth shoulders, urban or raised medians, and rest areas. Prepare by hand areas inaccessible to field machinery, to a depth of no less than 2 inches. Use care that the entire width of the shoulder and areas around headwalls, wingwalls, flumes, and other structures are prepared in the manner specified. Where weed growth has developed extensively, they may be disked into the ground. If weed growth develops sufficiently to interfere with proper seedbed preparation, mow the weeds and remove them from the project at no additional cost to the Contracting Authority. Use crawler type or dual -wheeled tractors for seedbed preparation. Operate equipment in a manner to minimize displacement of soil and disturbance of the design cross-section. Harrow ridging in excess of 4 inches due to operation of tillage equipment prior to rolling with the cultipacker. Roll the area with no less than one pass of the cultipacker prior to permanent seeding C. Shape and fine grade to remove rills or gullies, water pockets, undesirable vegetation, and irregularities to provide a smooth, firm, and even surface true to grade and crosssection. For Type 1 (lawn seeding), prepare to a fine texture and without soil lumps. Coordinate preparation of all ditches designated for special ditch control with the seedbed preparation. Till parallel to the contours. SECTION 32 92 00 - TURF ESTABLISHMENT AND RESTORATION Page 6 Smooth the seedbed with a cultivator -type tillage tool having a rake bar or a rock rake. Pick up and remove all debris, such as rocks, stones, concrete larger than 2 inches (1/2 -inch maximum for lawn seeding), or roots and other objectionable material that will interfere with the seeding operation. A spring tooth cultivator may be used in lieu of a rock picker. Remove the rock by hand after each use of the cultivator; repeat the process until the soil is relatively free of rock as determined by the ENGINEER. a. Thoroughly mix all seed specified for the contract prior to placing the seed in the seed hopper. Provide 48 hours' notice prior to mixing the seed and give the ENGINEER an opportunity to witness the seed mixing. The mixing of a certified blue tag seed mix at an approved (by Iowa Crop Improvement Association) seed conditioner's facility need not be witnessed. b. Treat all legume seed with a commercial sticking agent to be applied prior to application of inoculant, or as a mixture when the sticking agent is compatible with other materials. A sticking agent is not required if a liquid formulation of inoculant is used. Use mechanical mixing equipment to apply sticking agent and inoculant on seed quantities over 50 pounds. C. Inoculate all legumes with a standard product humus culture before being mixed with other seeds for sowing. d. Inoculate all legumes with a standard culture at the rate specified by the manufacturer of the inoculant according to Iowa DOT Article 4169.04. Do not expose inoculated seed to direct sunlight for more than 30 minutes. Re -inoculate seed that is not sown within 8 hours after inoculation prior to use. Pre -inoculated seed with manufacturer's recommended protective coating may be used in lieu of seed with CONTRACTOR -applied inoculant. e. When the gravity or cyclone seeder is used for application of seed, inoculate legume seed according to the manufacturer's recommended procedures, before mixing with other grass seeds for sowing. Furnish and apply inoculant. 4. Seed Application, Permanent: a. Prior to seeding, the seedbed will be inspected and approved by the ENGINEER. Use methods and procedures consistent with equipment manufacturer's recommendations; however, do not operate ground -driven equipment at speeds greater than 10 mph. b. On all areas accessible to machinery, sow seed with a gravity seeder, end gate cyclone seeder, or seed drill. C. On areas inaccessible to field machinery, the use of hand -operated cyclone seeders will be allowed, but no other hand -seeding methods will be accepted. d. The application of grass and legume seed with hand seeders on early spring work must be performed as separate operations. No mixing of the two types of seed will be allowed. e. All seeded areas will have one pass with a roller or cultipacker to firm the soil. 5. Seed Application, Temporary: SECTION 32 92 00 — TURF ESTABLISHMENT AND RESTORATION Page 7 e. Choose equipment to minimize soil compaction. Operate equipment in a manner to Q •• Q minimize displacement of soil and disturbance of the design cross-section. Roll the Oarea with at least one pass of the cultipacker. Remove ruts that develop during the ' W a W" sequence of operations before subsequent operations are performed. This must be � U completed just prior to seeding and the work approved by the ENGINEER before the seeding application. *` ILL _ �Vl bed Preparation, Temporary m a.o Till the soil to a minimum depth of 5 inches with a disk, harrow, or field cultivator. c o Seed Preparation: a. Thoroughly mix all seed specified for the contract prior to placing the seed in the seed hopper. Provide 48 hours' notice prior to mixing the seed and give the ENGINEER an opportunity to witness the seed mixing. The mixing of a certified blue tag seed mix at an approved (by Iowa Crop Improvement Association) seed conditioner's facility need not be witnessed. b. Treat all legume seed with a commercial sticking agent to be applied prior to application of inoculant, or as a mixture when the sticking agent is compatible with other materials. A sticking agent is not required if a liquid formulation of inoculant is used. Use mechanical mixing equipment to apply sticking agent and inoculant on seed quantities over 50 pounds. C. Inoculate all legumes with a standard product humus culture before being mixed with other seeds for sowing. d. Inoculate all legumes with a standard culture at the rate specified by the manufacturer of the inoculant according to Iowa DOT Article 4169.04. Do not expose inoculated seed to direct sunlight for more than 30 minutes. Re -inoculate seed that is not sown within 8 hours after inoculation prior to use. Pre -inoculated seed with manufacturer's recommended protective coating may be used in lieu of seed with CONTRACTOR -applied inoculant. e. When the gravity or cyclone seeder is used for application of seed, inoculate legume seed according to the manufacturer's recommended procedures, before mixing with other grass seeds for sowing. Furnish and apply inoculant. 4. Seed Application, Permanent: a. Prior to seeding, the seedbed will be inspected and approved by the ENGINEER. Use methods and procedures consistent with equipment manufacturer's recommendations; however, do not operate ground -driven equipment at speeds greater than 10 mph. b. On all areas accessible to machinery, sow seed with a gravity seeder, end gate cyclone seeder, or seed drill. C. On areas inaccessible to field machinery, the use of hand -operated cyclone seeders will be allowed, but no other hand -seeding methods will be accepted. d. The application of grass and legume seed with hand seeders on early spring work must be performed as separate operations. No mixing of the two types of seed will be allowed. e. All seeded areas will have one pass with a roller or cultipacker to firm the soil. 5. Seed Application, Temporary: SECTION 32 92 00 — TURF ESTABLISHMENT AND RESTORATION Page 7 a. On areas accessible to field machinery, sow seed with an end gate cyclone seeder. b. On areas inaccessible to field machinery, the use of hand -operated cyclone seeders 2) Separate: At the CONTRACTOR'S option and at no additional cost to the Contracting Authority, the hydraulic seeding, fertilizing, and mulching may be undertaken separately. If hydraulic seeding is done separately, add 50 pounds of wood cellulose fiber complying with Section 9010, 2.07, B as a tracer for each 500 gallons of water in the hydraulic seeder tank. If operations are undertaken separately, complete fertilizing and mulching application within 24 hours of completing seeding work. Do not separate the applications if inclement weather is forecasted within 24 hours of the scheduled application period b. Ensure the hydraulic equipment, pump, and application process do not damage or crack seeds. C. Mix materials with fresh potable water using a combination of both recirculation through the equipment's pump, and mechanical agitation to form a homogeneous slurry. d. Apply mixture within 1 hour after seed and fertilizer are placed in the hydraulic seeder. e. If necessary, dampen dry, dusty soil, to prevent balling of the material during application. f. Apply the slurry evenly over all specked areas at component material rates specified. SECTION 32 92 00 - TURF ESTABLISHMENT AND RESTORATION Page 8 will be allowed, but no other hand -operated seeding methods will be accepted. C. Cover the seed and fertilizer by lightly tilling the seeded area with a disk, rigid harrow, spring tooth harrow, or field cultivator. 6. Mulching: a. Mulch all conventionally seeded areas the same day the seed is sown. Uniformly Q distribute the mulch over the required areas at a rate of 1.5 tons/acre for dry cereal Q _ = straw, or native grass straw. Prairie hay is not suitable for Type 1 (lawn seeding). Uj n- Work the mulch into the soil with mulch anchoring equipment designed to anchor moi— the mulch into the soil by means of dull blades or disks with a minimum of two >-E3 passes. Operate equipment in a manner to minimize displacement of the soil and x LLQ disturbance of the design cross-section. } 7Lr Ui m a Do not operate mulch -blowing equipment on slopes steeper than 2.5 to 1 or on x N slopes that may rut. Use attachments to apply mulch without traversing slopes. d. Do not mulch when wind velocities exceed 15 mph. D. Hydraulic Seeding: 1. Seedbed Preparation a. Follow seedbed preparation for conventional seeding in Section 32 92 00, Part 3.01, Subparts CA and C.2. 2. Seed Preparation a. Inoculant, in the quantities specified above, may be applied directly into the supply tank with seed, water, and other material. 3. Seed Application, Fertilizing, and Mulching a. Application: 1) Combination: Place all material, seed, fertilizer, mulch, and tacker (if applicable) in hydraulic mulching equipment specifically manufactured for hydraulic seeding. 2) Separate: At the CONTRACTOR'S option and at no additional cost to the Contracting Authority, the hydraulic seeding, fertilizing, and mulching may be undertaken separately. If hydraulic seeding is done separately, add 50 pounds of wood cellulose fiber complying with Section 9010, 2.07, B as a tracer for each 500 gallons of water in the hydraulic seeder tank. If operations are undertaken separately, complete fertilizing and mulching application within 24 hours of completing seeding work. Do not separate the applications if inclement weather is forecasted within 24 hours of the scheduled application period b. Ensure the hydraulic equipment, pump, and application process do not damage or crack seeds. C. Mix materials with fresh potable water using a combination of both recirculation through the equipment's pump, and mechanical agitation to form a homogeneous slurry. d. Apply mixture within 1 hour after seed and fertilizer are placed in the hydraulic seeder. e. If necessary, dampen dry, dusty soil, to prevent balling of the material during application. f. Apply the slurry evenly over all specked areas at component material rates specified. SECTION 32 92 00 - TURF ESTABLISHMENT AND RESTORATION Page 8 _ 1) Wood cellulose mulch: a) Mulch: Minimum 3,000 Ib/acre dry weight. LU a o b) Tackrfier: Minimum 50 Ib/acre. J V 2) Bonded Fiber Matrix: Minimum 3,000 Ib/acre dry weight. �tiQ 3) Mechanically -bonded Fiber Matrix: Minimum 3,000 Ib/acre dry weight. r Q} Retain and count empty bags of mulch to ensure final application rate. C) N h" Hydromulching may be done over conventional seeding and/or fertilizing, if approved by the ENGINEER. 4. Native Grass, Wildflower, and Wetland Grass Seeding a. Hydraulic seeding of native grasses, wildflowers, and wetland grasses is allowed only if approved by the ENGINEER. If allowed, increase specific seed rates by 25%. Do not apply fertilizer. E. Pneumatic Seeding 1. Seedbed Preparation a. Follow seedbed preparation for conventional seeding in Section 32 92 00, Part 3.01, Subparts C.1 and C.2. 2. Seed Preparation a. Follow seed preparation for conventional seeding in Section 32 92 00, Part 3.01, Subpart C.3. Pre -inoculate seed in the quantities specified above prior to placing in the seed equipment. 3. Seed Application a. Place all material, seed, fertilizer, and compost in equipment with a calibrated seeder attachment specifically designed for pneumatic seeding. Do not apply fertilizer with native grass, wildflower, or wetland seeding. b. Apply compost to a 1 -inch minimum depth on all designated disturbed areas. Apply the compost with a pneumatic (air blower) system with sufficient power and hose to reach 300 feet. Driving on the soil to apply compost will not be allowed. C. Inject seed and fertilizer into the top 1/4 inch to 1/2 inch of compost during application with a calibrated seed injector at the specified rate. Do not inject native grasses and forbs more than 1/4 inch. 3.02 TURF ESTABLISHMENT A. General: Do not use seed which is wet, moldy, or otherwise damaged. 2. Seeding Outside of the Specified Seeding Dates: a. With the agreement of the ENGINEER and at the full responsibility of the CONTRACTOR, seeding operations for all seed types may be conducted outside the specified seeding dates. Should the seeded areas require reseeding, it must be done as specked and at no additional cost to the Contracting Authority. b. Dormant Seeding: When winter dormant seeding is allowed or specified by the Jurisdiction, complete it when air temperatures are consistently below 40°F and prior to December 25 of a given year. Dormant seeding is not allowed on snow. 1) Prepare the seedbed before the ground freezes. 2) To ensure protection of the seed, apply on a frosty morning or before a predicted snow. 3) Seeding may be done by hand or with seeding equipment. SECTION 32 92 00 — TURF ESTABLISHMENT AND RESTORATION Page 9 A. Watering shall be performed at the discretion of the CONTRACTOR, at the rate and frequency as may be necessary to initiate and sustain seed germination. Watering shall be performed by and at the expense of the CONTRACTOR until the work is accepted by the OWNER. Water may be obtained at the CONTRACTOR's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. Alternate arrangements can be made with Johnson County Secondary Roads located at 4810 Melrose Avenue West. SECTION 32 92 00 — TURF ESTABLISHMENT AND RESTORATION Page 10 4) For hydraulic seeding, apply the fertilizer at no more than 0.5 pounds nitrogen per 1000 square feet, followed by the seed. C. Frost Seeding (Overseeding): 1) Complete frost seeding, also referred to as overseeding, in the spring when _ the ground is friable from frost action (February 1 to April 1). �) Frost seeding is not allowed on more than 1 inch of snow. _—T © X03) _ Seeding can be done with a hand -operated cyclone seeder or other S (L� a J} equipment. }� 4) Seedbed preparation will not be required provided the ground is friable from Q ) � frost action. 3= EIy satisfactory methods of sowing using mechanical power -driven drills or seeders as m 0 spwled. 4. Stop work when work extends beyond most favorable planting season for species designated, or when satisfactory results cannot be obtained because of drought, high winds, excessive moisture or other factors. a. Resume work only when favorable conditions develop. 5. Lightly rake seed into soil followed by light rolling or cultipacking. 6. Immediately protect cover crop against erosion by mulching all areas. a. Spread mulch in continuous blanket using 1.5 tons per acre, to a depth of 4 or 5 straws, not including areas where turf reinforcements are to be installed. b. Install turf reinforcements per Specifications. C. Protect seeded slopes against erosion with erosion netting or other methods approved by ENGINEER. 7. Protect seeded areas against traffic or other use by erecting barricades and placing warning signs. 8. Immediately following spreading mulch, anchor mulch using a rolling coulter or a land packer having wheels with V-shaped edges to force mulch into soil surface. B. Perennial Grass Seeding: 1. Distribute seed evenly over the entire area to be seeded by sowing equal quantity into directions at right angles to each other. 2. Application Methods: a. Dry Seeding: Perform mechanically with approved equipment designed for even distribution of dry seed. Equipment maybe either hand operated, such as knapsack seeder, or be tractor -drawn, such as seed drill. b. Hydraulic Seeding: Mix seed with water and constantly agitate to maintain uniform mixture. Do not add seed to water more than 4 hours before application. Apply seed separately from line and fertilizer. C. Cover seed with soil to an average depth of '%-inch by raking or other approved method. 3.03 WATERING A. Watering shall be performed at the discretion of the CONTRACTOR, at the rate and frequency as may be necessary to initiate and sustain seed germination. Watering shall be performed by and at the expense of the CONTRACTOR until the work is accepted by the OWNER. Water may be obtained at the CONTRACTOR's expense at the bulk water fill station located at 1200 S. Riverside Drive. All water must be paid for in advance at the Civic Center, 410 E. Washington Street. Alternate arrangements can be made with Johnson County Secondary Roads located at 4810 Melrose Avenue West. SECTION 32 92 00 — TURF ESTABLISHMENT AND RESTORATION Page 10 3.04 MULCHING A. Apply mulch on all seeded areas within 24 hours following seeing operation. 3.05 MAINTENANCE AND REPAIR A. Rework/replace topsoil or finished surface where it has eroded or washed away. B. Re -mulch any areas on which the original mulch has eroded, washed away, or blown off. C. Bare spots may be spot reseeded in accordance with sowing seed specifications. 1. Where plant density is less than 50 plants per square foot, re -till and reseed areas in accordance with seeding and maintenance requirements. 2. Reseed areas that fail to show more than 75 plants per square foot and open areas or gaps :r larger than 6 inches in diameter. Q 3te '_ ed any areas on which the original seed has failed to grow, using the specified seed ''ttff w taint be of seeded areas shall begin immediately following last seeding application. (.4�ntir5!e&til work is accepted. E. VintAk-010eded area by watering, mowing as necessary, and replanting as necessary to produce tom• 9WorPj§nd of grass until work is accepted. ca _ F. element erosion control measures as required to keep area free of rutted and eroded soils and protection fences and barriers as necessary. G. Perform all necessary maintenance, replacement and repair work until acceptance of the work by OWNER under the warranty provisions. The expense of maintenance, replacement, and repair shall be borne by CONTRACTOR. Acceptance of work by OWNER will occur in the spring of the year following performance of turf establishment when it is evident that seed has germinated. 3.06 CLOSEOUT ACTIVITIES A. Grass shall display vigorous growth, be healthy in appearance, and of uniform color and meet the warranty requirements. B. CONTRACTOR shall notify OWNER in writing 7 days prior to inspecting seeded area for acceptance. C. CONTRACTOR and OWNER shall inspect seeded areas for contract compliance and acceptance of work. Upon completion of inspecting seeded areas, OWNER shall provide written acceptance or rejection to CONTRACTOR with further requirement for completing the seeding work. Seeding work remaining to be completed shall be re -inspected by OWNER before final acceptance. END OF SECTION 32 92 00 MMACLF08002-Dual Extraction System DesignlDocumentsOid PackagelSpec Sections02-92-00_Turf- Establishment-Restoration. docx SECTION 32 92 00 — TURF ESTABLISHMENT AND RESTORATION Page 11 SECTION 33 05 33 — PIPE, APPURTENANCES, AND INSTALLATION PART 1 -GENERAL 1.01 SUMMARY A. Work under this section includes piping and fittings shown on the Drawings, as specified herein, and as needed for a complete and proper installation, including, but not necessarily limited to, the following: piping, landfill gas condensate piping (gravity drain and forcemain), air supply piping, road crossings, and dual extraction pumping systems. B. Work under this section also includes an associated HDPE pump station, valves, pump, and other appurtenances associated with the dual extraction system lift station. C. Lastly, work under this section includes an electric submersible pump and other appurtenances associated with installation in an existing condensate manhole. 1.02 REFERENCE A. American Water Works Association (AWWA). B. American National Standards Institute (ANSI). 1. ANSI 816.5 -Steel Pipe Flanges, Flanged Valves, and Fittings 2. ANSI B31.1 Safety Code for Pressure Piping C. American Society for Testing and Materials (ASTM): 1. ASTM D638-14 — Standard Test Method for Tensile Properties of Plastics 2. ASTM D790-17 — Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 3. ASTM D1238-13 — Standard Test Method for Melt Flow Rates of Thermoplastics by Extrusion Plastometer 4. ASTM D1248-16 — Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable 5. ASTM D1505-18 — Standard Test Method for Density of Plastics by the Density -Gradient Technique 6,aZX6TM D1693-15 — Standard Test Method for Environmental Stress -Cracking of Ethylene _ cc-Astics CL_ 7.a0TM D1784-11 — Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) J -Y' }_( npounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds Q 8.t;14TM D1785 -15e1 — Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe, = edules 40, 80, and 120 c_ N 9. ASTM D2464-15 — Standard Specification for Threaded Poly(Vinyl Chloride) (PVC) Plastic (� Pipe Fittings, Schedule 80 10. ASTM D2467-15 — Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80 11. ASTM D2837 -13e1 — Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials or Pressure Design Basis for Thermoplastic Pipe Products 12. ASTM D3350-14 — Standard Specification for Polyethylene Plastics Pipe and Fittings Materials 13. ASTM D2122-16 — Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings 14. ASTM D3035-15 — Standard Specification for Polyethylene (PE) Plastic Pipe (DR -PR) Based on Controlled Outside Diameter SECTION 33 05 33 — PIPE, APPURTENANCES, AND INSTALLATION Page 1 15. ASTM D3261-16 - Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing 16. ASTM F714-13 - Standard Specification for Polyethylene (PE) Plastic Pipe (SDR -PR) Based on Outside Diameter 17. ASTM D2321-18 - Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications 18. ASTM F1759-97(2018) - Standard Practice for Design of High -Density Polyethylene (HDPE) Manholes for Subsurface Applications 1.03 SUBMITTALS A. Submit shop drawings and other data associated with the pumping systems and HDPE manhole as required. The following documentation shall be submitted by the CONTRACTOR to the ENGINEER for approval prior to construction: 1. Manufacturer's Installation Instructions 2. Isometric drawings showing the dimensions and components of the pump assembly and adapters 3. Manufacturer's Installation and Operations Manual 4. Manufacturer's Warranty Information B. Manufacturer's certificates indicating conformance test results of furnished material to Specifications. C. Provide information where applicable as follows: 1. Manufacturer's name. 2. Nominal pipe size. 3. High density polyethylene (HDPE) classification, ASTM D3350. _N 4. Use for each type and size of pipe. C CD 5. Manufacturer date. '77 -r -� 6. Lot number. �? K �_. D. For HDPE pipe and manholes: stock density, melt flow, flexural modujd�ntensile streA th, coloration, resin type and cell classification where applicable. E. Provide manufacturer's written instructions on material handling, dege:r , *rager3d installation. r F. Copies of field pressure test results on all piping systems. G. Welding certifications for operators welding HDPE pipe. H. Welding certifications for manhole fabricators. I. Air test of results from manufacturer of manholes. J. Cut sheets of specified valves. K. Shop drawings of manholes, valve stem extensions, pipe perforation layout, and other fabricated materials. 1.04 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Handle and protect product to make sure product is not damaged. B. Provide factory applied basic end caps on each length of HDPE pipe. Maintain caps during shipping, storage, and handling to prevent end damage. C. Provide protection for flanges and fittings by storing inside or in packaging with impermeable opaque material. SECTION 33 05 33 - PIPE, APPURTENANCES, AND INSTALLATION Page 2 PART 2 -PRODUCTS 2.01 HDPE PIPE MATERIALS A. Physical Properties 1. Density: ASTM D1505, not less than 0.941 - 0.955 gms/cu.cm. 2. Melt Flow: no greater than 0.15 gms/10 min. when tested in accordance with ASTM D1238 — Condition E. Melt flow shall be no greater than 4.0 gms/10 min. when tested in accordance with ASTM D1238 — Condition F. Other 3. Flexural Modulus: ASTM D790, 110,000 to less than 160,000 psi. 4. Tensile Strength at Yield: ASTM D638, 3,000 to less than 3,500 psi. 5. Environmental Stress Crack Resistance: ASTM D1693 - Condition C, shall be in excess of 1,000 hrs (5,000 hrs) with zero failures. 6. Hydrostatic Design Basis: ASTM D2837, 1,600 psi at 230C. 7. Dimensions as shown on Drawings. B. Pipe 1. Acceptable Manufacturers: a. Phillips Driscopipe, Inc., Dallas, Texas. b. Poly Pipe Industries, Gainesville, Texas. C. Or approved equal. 2. High performance, high molecular weight, high density polyethylene pipe. 3. Material designation PPI -PE 3608. 4. ASTM D3350, minimum cell classification value 345444C. 5. Marking: Intervals of five feet or less. a. Manufacturer's name or trademark. b. Nominal pipe size. C. HDPE cell classification, ASTM D3350. _ o d. Legend: Industrial pipe DR 11, DR 17, or DR 26 as indicated wines. e. ASTM F714, f. Extrusion date, period of manufacture or lot number.= rC M o m 6. Perforated pipe. 3 a. Pattern as shown on Drawings. C. Fittings (HDPE) N 1. Molded from polyethylene compound having cell classification equal or exceeding compound used in pipe to make sure the resins are compatible. a. Be of same manufacture as pipe. b. Fusion weld joints. C. Markings: 1) Manufacturer's name or trademark. 2) Nominal size. 3) Material designation "HDPE". 4) ASTM D3261. SECTION 33 05 33 — PIPE, APPURTENANCES, AND INSTALLATION Page 3 2. Provide molded fittings rather than factory fabricated fittings in available diameters. ENGINEER may allow substitutions for certain fittings as required. 3. Fitting dimensions shall confirm to standard dimensions and tolerances, ASTM D3261. 2.02 N-12 PIPE MATERIALS A. Physical Properties 1. Density: ASTM D1505, not less than 0.941 - 0.955 gms/cu.cm. 2. Melt Flow: no greater than 0.15 gms/10 min. when tested in accordance with ASTM D1238 — Condition E. Melt flow shall be no greater than 4.0 gms/10 min. when tested in accordance with ASTM D1238 —Condition F. 3. Flexural Modulus: ASTM D790, 110,000 to less than 160,000 psi. 4. Tensile Strength at Yield: ASTM D638, 3,000 to less than 3,500 psi. 5. Dimensions as shown on Drawings. B. Pipe 1. Acceptable Manufacturers: a. ADS, Inc., Hilliard, Ohio. b. Or approved equal. 2. High performance, high molecular weight, high density polyethylene pipe. 3. Material designation PPI -PE 3608. 4. ASTM D3350, minimum values for cell classification 424420C (ESCR Test Condition B). 5. Perforated pipe. a. Pattern as shown on Drawings. o C. Fittings "n 1. Be of same manufacture as pipe. 2. Bell and spigot joints. —ice rn D. Joints: o� s 1. Bell and spigot joint meeting requirements of ASTM F2648. D� 2. Joints: ASTM D3212 and Gaskets: ASTM F477. N 2.03 POLYVINYL CHLORIDE PIPE (PVC) A. Provide pipe, fittings and appurtenances as shown on the Drawings. B. Manufacture pipe, fittings and appurtenances from polyvinyl chloride (PVC) compound which meets the requirements of Type 1, Grade I (12454-B) Polyvinyl Chloride as outlined in ASTM D1784. C. Furnish pipe meeting requirements of ASTM D1785. D. Provide fittings having same pressure and temperature rating as the pipe. E. Joints: ASTM D3212 and Gaskets: ASTM F477. 2.04 PUMP STATION MANHOLE (HDPE) A. Provide pipe, fittings and appurtenances as shown on the Drawings. B. Manufacture pipe, fittings and appurtenances from polyvinyl chloride (PVC) compound which meets the requirements of Type I, Grade I (12454-B) Polyvinyl Chloride as outlined in ASTM D1784. C. Furnish pipe meeting requirements of ASTM D1785. SECTION 33 05 33 — PIPE, APPURTENANCES, AND INSTALLATION Page 4 D. Provide fittings having same pressure and temperature rating as the pipe. E. Joints: ASTM D3212 and Gaskets: ASTM F477. 2.05 VALVES A. Butterfly valves shall be Asahi Type 57 or 75, gear -operated if 8 inches or larger and lever - operated if less than 8 inches, with Buna seats and seals or equivalent with two-piece carbon steel stem extension and associated hardware. B. Air and Condensate Isolation valves, 2 -inch: Provide CSR HDPE Time Saver Valve, DR 11 System, or ENGINEER approved equal, with Buna seats and seals for condensate applications. Provide air and condensate isolation valves at each LFG isolation valve location. 2.06 PIPELINE ACCESSORIES A. Marker tape shall be 4 -mil polyethylene, 3 inches wide, with 2 -inch lettering reading "CAUTION —BURIED PIPE" or similar wording approved by the OWNER or ENGINEER. B. Tracer Wire 1. #10 AWG solid single copper conductor. 2. Linear low-density polyethylene (LLDPE) insulation; suitable for direct burial applications. 3. Insulation thickness: 0.045 inches, min. 2.07 CORRUGATED METAL PIPE A. All corrugated metal pipe to be used for road crossing encasements for the LFG and drain lines shall be 16 -gauge galvanized steel or aluminum pipe. DR 11 HDPE pipe may be used with approval of ENGINEER. B. Corrugated metal pipes are intended to contain all pipes at each road crossing, Vag sufficient clearances to allow future movement or removal. o m �n 2.08 PUMP STATION PUMP C-) A. The pump in the new pump station shall be a JX08SS-460T by BJM s IF apploved equivalent. =gym = M 1. Pump material shall be 316SS. D� 0 r 2. Maximum weight shall be no more than 75 lbs. 3. Maximum flow rate shall be 91 GPM, with the pump rated at approximately 60 GPM as installed (24 feet of total dynamic head). B. Motor lead wires shall be no -splice with waterproof "chemically resistant" insulation and of the length specified on the Drawings. 2.09 CONDENSATE MANHOLE PUMP A. Grundfos Unilift AP12.40.04.1 electric submersible pump or ENGINEER -approved equivalent. B. Vertical single -stage stainless steel submersible pump with vertical discharge port and integrated submersible 1 -phase totally enclosed motor in insulation class F with thermal overload protection. C. Capable of 60 GPM maximum flow. D. Motor lead wires shall be no -splice with water proof "chemically resistant" insulation and of the length specified on the Drawings. SECTION 33 05 33 — PIPE, APPURTENANCES, AND INSTALLATION Page 5 2.10 DUAL EXTRACTION PUMPS A. The dual extraction pump assembly shall be a controllerless QED AP4+ Autopumps as noted on the Drawings, bottom load pneumatic pump or ENGINEER approved equivalent. Standard product design shall include the complete pump assembly, including casing, end caps, tubing/hose fittings, o -rings, check valves, inlet and floattactuator assembly. 1. Pump design and performance shall meet the following requirements and must be able to operation under the following conditions: a. Temperatures up to 180° F (82° C). b. Air pressures up to 120 psi (8.4 kg/cm2) C. pH range 2-12 d. Landfill liquids including both leachate and landfill gas condensate 2. Pump shall have integral on/off level control; no bubbler tubes or in -well sensors shall be required to provide on/off level control. B. Pump assembly shall be as indicated on the Drawings. C. Pumps shall function properly over an operating pressure range of 5 to 120 psi. D. Pumps shall deliver flow up to 13 GPM at a depth of 20 feet with 10 feet of submergence, when equipped with 1" discharge fittings and tubing, and operating at 100 psi. E. Pump shall be capable of withstanding the rigors of landfill gas system liquids recovery application including internal high vacuum, weathering, and gas constituents. F. Pump shall be capable of operation in wells under pressure or vacuum without required any pump modifications. G. Pump and related components at the well shall operate on compressed air. No electricity shall + be required at the wellhead. _o H. Tubing shall be constructed of a material that will not swell in wale , rovidexcellent resistance to hydrocarbons, fuels and alkalis, and is rated for temperatur 830: -� (82M I. Cycle counter shall be provided to allow monitoring of pump operation anRl8-'d flgyu. (� r 2.11 OTHER MATERIALS ,< :X 3 0 -v M A. Provide all other materials, not specifically described but required for a cjnpleteend prrer installation, as selected by the CONTRACTOR subject to approval by the -ENGINEER. PART 3 - EXECUTION 3.01 EXECUTION A. Examine and verify acceptability of surface to receive product. B. Verify that survey information and elevations for the work are as indicated on the Drawings. C. Follow manufacturers recommendation for installation. 3.02 TRENCHING, EXCAVATING AND BACKFILL A. Where recommended trench widths are exceeded, redesign, stronger pipe, or special installation procedures shall be utilized by the CONTRACTOR as directed by the ENGINEER. The cost of redesign, stronger pipe, or special installation procedures shall be borne by the CONTRACTOR without any additional cost to the OWNER. SECTION 33 05 33 — PIPE, APPURTENANCES, AND INSTALLATION Page 6 B. Where unstable material is encountered in the bottom of the trench, such material shall be removed to the depth directed by ENGINEER and replaced to the proper grade with select granular material. C. Pipe bedding and backfill shall be of the type and thickness shown. Initial backfill material shall be placed and compacted with approved tampers to a height of at least one foot above the utility pipe or conduit. The backfill shall be brought up evenly on both sides of the pipe for the full length of the pipe. Care shall be taken to compact the fill under the haunches of the pipe. D. Special requirements for both excavation and backfill of semi-rigid and flexible pipe shall be in accordance with ASTM D2321 for gravity systems and in accordance with ASTM D2774 for pressure systems. E. The following maximum aggregate sizes apply for bedding and initial backfill, except for perforated or slotted pipe where less than 5% shall pass the sieve equal to the perforation size or minimum slot dimension, or as noted on the Drawings. 1. 2"-4" Pipe= 0.5" Maximum Aggregate 2. 6"— 8" Pipe= 0.75" Maximum Aggregate 3. 10" — 15" Pipe= 1.0" Maximum Aggregate F. Cohesionless soils shall be "set" with a plate compactor. Cohesive soils shall be compacted to 95% standard Proctor when under cells, embankments/berms, caps, and roads. All other locations shall be 90% standard Proctor. A minimum of one field density test per lift of backfill for every 100 feet of installation shall be performed by the OWNER. Tests shall be performed in sufficient numbers to make sure that the specified density is being obtained. G. Until expiration of guarantee period, the CONTRACTOR shall assume full respopgjbility'and ' expense for all backfill settlement and shall refill and restore the work as d rected!M maintain an acceptable surface condition, regardless of location. All additional mafi� reVired shall be furnished without additional cost to the OWNER. y � 3.03 HDPE PIPE INSTALLATION n { A. Location, lines, and grades as shown on Drawings. :_<rn m B. Do not lay pipe when trenches or weather conditions are not suitable for ja6NwOrrTc. 0 z , C. Install manholes, clean -outs, condensate drains, drip legs, and other fte or X#uctures as shown on the Drawings. Backfill uniformly around. w D. Handle joined segments of pipe so as to avoid damage to the pipe or joining system. When lifting sections of pipe, avoid chains or cable type chokers. Nylon slings are preferred. Use spreader bars when lifting long fused sections. E. Install HDPE pipe as flexible pipe, and all sections of these Specifications with respect to trench installation of the flexible pressure pipe shall apply, except where Specifications contain, or Details on the Plans dictate otherwise. F. New and existing pipe shall be joined by heat fusion of flange jointing where indicated on drawings. Electrofusion methods may be used on a limited basis where necessary, as approved by the ENGINEER. G. Heat Fusion of Pipe: 1. Weld in accordance with manufacturer's recommendations for butt fusion methods. Provide qualified fusion operators. 2. Butt fusion equipment used in joining procedures capable of meeting conditions recommended by manufacturer, including, but not limited to: temperature required, alignment, and fusion pressures. 3. For cleaning pipe ends, solutions such as detergents and solvents, when required, shall be used in accordance with manufacturer's recommendations. 4. Do not bend pipe to greater degree than maximum radius recommended by manufacturer for type and grade. SECTION 33 05 33 — PIPE, APPURTENANCES, AND INSTALLATION Page 7 5. Do not subject pipe to strains that will overstress or buckle piping or impose excessive stress on joints. 6. Branch saddle fusions shall bejoined in accordance with manufacturer's recommendations and procedures. Branch saddle fusion equipment shall be of size to facilitate saddle fusion within trench. 7. Before butt fusing pipe, inspect each length for presence of dirt, sand, mud, shavings, and other debris or animals. Remove debris from pipe. 8. Cover at end of each working day open ends of fused pipe. Cap to prevent entry by animals or debris. 9. Use compatible fusion techniques when polyethylene of different melt indexes are fused together. Refer to manufacturer's specifications for compatible fusion. H. CONTRACTOR to supply flange adapters and fittings necessary to connect new pipe to existing piping where shown on Drawings in accordance with manufacturer's recommendations. I. Flange Jointing: 1. Use on flanged pipe connection sections. 2. Connect slip-on carbon steel backup flanges with nuts and bolts. Convoluted ductile iron backup rings may be substituted for joining HDPE pipes per manufacturer's recommendations. - -- N 3. Butt fuse fabricated flange adapters to pipe. o 4. Observe following precautions in connection of flange joints: v , a. Align flanges or flange/valve connections to provide tight seg�egww nit . butadiene gaskets if needed to achieve seal. Gaskets are requirtj Nr flange/v ve connections. -Gf' o M . b. Place U.S. Standard round washers as may be required onom �e Rarngesl(D accordance with manufacturer's recommendations. Bolts shale lubr sated in accordance with manufacturer's recommendations. F N C. Tighten flange bolts in sequence and accordance with manufacturer's recommendations. Do not over -torque bolts. d. Pull bolt down by degrees to uniform torque in accordance with manufacturer's recommendations. e. Protect below -grade bolts with Tapecoat mastic and tape. 5. As directed by the ENGINEER or indicated on the Drawings, to prevent pullout of flanged joints, restrain the transition connection by butt -fusing a wall anchor in the PE pipeline close to the connection and pouring a surrounding concrete anchor. J. No defective pipe installed. Defective pipe removed from site and replaced at CONTRACTOR's expense. K. Install bedding and controlled fill as shown on Drawings. L. Pipe Placement: 1. Grade control equipment shall maintain design grades and slopes during installation of pipe. 2. Dewatering: Remove standing water in trench before pipe installation. 3. Unless otherwise specifically stated, install pipe in accordance with manufacturer's recommendations. 4. Maximum lengths of fused pipe to be handled as one section shall be placed according to manufacturer's recommendations as to pipe size, pipe DR, and topography so as not to cause excessive gouging or surface abrasion; but not to exceed 400 feet. SECTION 33 05 33 — PIPE, APPURTENANCES, AND INSTALLATION Page 8 5. Cap pipe sections longer than single joint (usually 40 feet) on both ends during placement except during fusing operations. 6. Prevent migration of dirt and debris through perforations during placement. Remove dirt or debris from pipe before backfilling. 7. Notify ENGINEER prior to installing pipe into trench and allow time for ENGINEER's inspection. Correct irregularities found during inspection. 8. Complete tie-ins within trench whenever possible to prevent overstressed connections. 9. Complete flanged branch saddle connections within trench. 10. Allow pipe sufficient time to adjust to trench temperature prior to testing, segment tie-ins or backfilling activity. 11. Place in trench allowing minimum of 12 inches per 100 feet for thermal contraction and expansion. 3.04 N-12 PIPE INSTALLATION A. Install in accordance with manufacturer's recommendations. 3.05 PVC PIPE INSTALLATION A. Install in accordance with manufacturer's recommendations. 3.06 PIPE PERFORATIONS A. Provide pipe perforations in accordance with Drawings. Use standard jig or frame to produce even, uniform perforations. 1. Perforations shall be deburred. B. Remove cuttings from pipe before installation. 3.07 VALVES A. Locate and arrange valves to provide complete adjustment between fully open to,�iJi ly closed position. o C:) m B. Install valves as shown on the Drawings, or at a minimum in the follow lo c: a 1. On both sides of apparatus and equipment. n� �-M 2. For shutoff of branch mains. ';gym a o� 0 C. Locate Valves for each accessibility and maintenance. D -: r D. Install valves in closed position, with valve stems vertical. N 3.08 TRACER WIRE AND CAUTION TAPE INSTALLATION A. Install with all buried piping, except piping located in or under landfill cell. 1. For common trenches with multiple pipes, install one tracer system along the center pipe. B. Install wire continuously along the lower quadrant of the pipe. Do not install wire along the bottom of the pipe. Attach wire to pipe at a maximum of every 20 feet, use 2 -inch wide, 10 -mil thickness polyethylene pressure sensitive tape. C. Bring two wires to the surface at each structure location and secure to structure with tape. D. Verify continuity of the system in the presence of the ENGINEER. Repair discontinuities. E. Install locator tape 12 inches above pipe. 3.09 LANDFILL GAS EXTRACTION SYSTEM WELLHEAD ASSEMBLY REINSTALLATION A. Wellheads shall be handled according to written instructions supplied by the Manufacturer. SECTION 33 05 33 — PIPE, APPURTENANCES, AND INSTALLATION Page 9 B. The wellhead shall be installed such that the measurement tube assembly is concentric with the well casing. C. The wellhead shall be installed on the well casing in accordance with the Manufacturer's Written Instructions. Where the well casing is made of HDPE or other materials, matching 125 Ib. or 150 Ib. flay face flanges conforming with ANSI B16.1, B16.5 or the appropriate adaptor kit from the manufacturer shall be installed between the casing and the wellhead. D. Where a flex connection is used, the flex connection shall be installed in accordance with the Manufacturer's Written Instructions. A stainless-steel hose clamp shall be used on both end of the flex connection. E. After installation of the wellhead assembly, test static and impact pressure ports and operation of the control valve. Install wellheads with 0.75" diameter stainless steel orifice plates (provided by Owner) accordioning to the Manufacturer's Written Instructions. 3.10 DUAL EXTRACTION PUMP A. Installation shall be in accordance with the Manufacturer's Written Instruction and installation detail drawings. B. Pumps shall be set a minimum of approximately five feet off the bottom of the well unless directed otherwise by the ENGINEER. See Drawings for additional details. 3.11 PUMP STATION PUMP A. CONTRACTOR to install pumps, piping, valves and appropriate controls, wiring and plumbing in accordance with the Manufacturer's Written Instruction, approved submittals and installation detail drawings. B. Electrical contractor to install instrumentation, wiring, and controls in accordance with manufacturer's written instructions. Power source location is shown on Drawings. Connections to power source to be per Code. C. Pumps shall be set approximately 4 -inches off the base of the tank or as directed by the ENGINEER. See Drawings for details. 3.12 UNDERGROUND STORAGE TANK N O � A. Install in accordance with Drawings and manufacturer's recommendations -cam CD �c a 3.13 ROAD CROSSING A. Notify OWNER a minimum of 24 hours in advance of all road crossings. <rC-J.- _ B. All road crossings across haul roads to be completed outside of the facil��perating tap (i.e. at night or on weekends). D r 3.14 FIELD QUALITY CONTROL AND TESTING ro A. Pipe may be rejected for failure to conform to Specifications, or: 1. Fractures or cracks passing through pipe wall, except single crack not exceeding 2 inches in length at either end of pipe which could be cut off and discarded. Pipes within one shipment will be rejected if defects exist in more than 5% of shipment or delivery. 2. Cracks sufficient to impair strength, durability or serviceability of pipe. 3. Defects indicating improper proportioning, mixing, and molding. 4. Damaged ends, where damage would prevent making satisfactory joint. SECTION 33 05 33 - PIPE, APPURTENANCES, AND INSTALLATION Page 10 5. Noticeable variations from true alignment and grade sufficient cause for rejection of work. B. Acceptance of fittings, stubs or other specially fabricated pipe sections based on visual inspection at site and documentation that they conform to these specifications. C. Pressure test leachate gravity piping, leachate force main piping, and gas piping in accordance with the following: 1. General: a. Air test pressure for testing of all piping shall be 10 pounds per square inch gauge (psig). b. Test pressure at high point of section shall be corrected for temperature and shall not vary by more than 1% for one hour as calculated on the form included in this Section. C. Test medium shall be compressed air only; pressurized gas is not acceptable. 2. Preparation: a. Isolate pipe section to be tested by plugging each end with airtight plugs. Plug ends of branches, laterals, and wyes which are to be included in test section. b. Brace plugs to prevent slippage and blowout due to internal pressure. C. One plug shall have inlet tap or other provision for connecting supply air hose. d. Connect one end of air hose to plug used for air inlet; other end to portable air control equipment. e. Air control equipment shall consist of valves and pressure gauges to control rate at which air slows into test section and gauges to monitor air pressure inside pipe. f. Connect air hose between source of compressed air and control equipment. 3. Pre -Installation Testing: a. Perform prior to perforating pipe, as applicable. b. If pipe to be tested is out of trench condition, provisions to temporarily restrain pipe test section shall be CONTRACTOR'S responsibility. C. Lay test segment on ground surface and allow it to reach constant ambient air temperature before test. d. Perform test during period when pipe segment will be out of direct sunlight to minimize pressure changes as result of temperature fluctuations. e. Fill pipe section with air and gradually increase pressure to '/2 of specified test pressure, then increase pressure in small increments until required test pressure is reached. f. Air control equipment shall consist of valves and pressure gauges to control rate at which air slows into test section and gauges to monitor air pressure inside pipe. g. Connect air hose between source of compressed air and control equipment. h. Maintain pressure for minimum of 1 hour after pressure in pipe has stmized and , maintain for such time as required to examine the system for legis. m I. Pipe segment considered to have failed pressure test if speie tel pressi r changes more than 1 psi at any time during testing. n _ j. Repair pipe and fused joint leaks by cutting out leaking area qbfusfng suable segments. o� _ k. Retest after leaks or defects are repaired. 4. Test Report: r N SECTION 33 05 33 — PIPE. APPURTENANCES, AND INSTALLATION Page 11 a. ENGINEER or RESIDENT PROJECT REPRESENTATIVE will witness and document final test of all piping. Notify a minimum of 24 hours prior to conducting final testing. Do not begin test without ENGINEER present. Final pressure test shall not be considered valid unless entire test witnessed by ENGINEER. Q 3.15 START-UP Test report for each piping system tested shall include following minimum information, as applicable: a) Date of test. b) Description and identification of piping system tested. c) Type of test performed. d) Test fluid. e) Test pressure. f) Type and location of leaks detected. g) Corrective action taken to repair leaks. h) Results of retesting. i) Video inspection results (if conducted). A. Provide services of factory service person to inspect pump installation prior to start-up, to supervise initial operations and to provide training to operator. B. All pumping units shall be field tested after installation, in accordance with the Contract Documents, to demonstrate satisfactory operation, without causing excessive noise or vibration. C. Field testing shall be witnessed by the OWNER or its representative. In the event any of the pumping equipment fails to meet the above test requirements, it shall be modified and retested in accordance with the requirements of these Specifications. The CONTRACTOR shall then certify in writing that the equipment has been satisfactorily tested, and that all final adjustments thereto have been made. Certification shall include date of final acceptance test, as well as a listing of all persons present during tests, and resulting test data. The costs of all work performed in this paragraph shall be borne by the CONTRACTOR. The OWNER will pay for costs of power and water. 3.16 LOCATION OF BURIED WORK A. Record Drawings shall show exact location and description of buried system components, including elevation, of all fittings, changes in direction, etc. END OF SECTION 33 05 33 0 M:IIACLR18002-Dual Extraction System DesignlDocumentsOid PackagelSpec Sectionsl33-0,'M_Pip � Appurtenances-Installation.docx Sn y -. r- m -v m CD = — N SECTION 33 05 33 - PIPE, APPURTENANCES, AND INSTALLATION Page 12 ATTACHMENT 1 TO SECTION 33 05 33 FORM PE PIPE AIR PRESSURE TEST REPORT PROJECT NAME/NO. TIME: CONTRACTOR: DATE: PERSON PERFORMING TESTS: DESCRIPTION/LOCATION OF TEST SEGMENT (Pipe Diameter, Length, and SDRs): Ti = Initial temperature in °C = °C Pi = Initial test pressure in psig = psig PC = Initial pressure in psig corrected for temperature (Ti) at time T = Time in minutes from initiation of test Ti = Temperature in °C at time't' Pi = Test pressure in psig at time 't' Pc = Ti + 14.7) (Ti + 273) - 14.7 (Ti + 273) Percent Pressure Drop = PC - Pi x 100 PC Pi PC TIME Pi GAUGE CORRECTED PRESSURE (min.) TEMP READING READING PRESSURE DROP (°C) (psig) (psig) 0 20 30 40 50 60 PASS/FAILURE: RETEST (yes/no): o DESCRIPTION/NATURE OF LEAKS AND REPAIRS OF RETEST SEGMENT: p m *n = �. J�--j c�-G — �— �C-) r _Cr rn -o rn = gx D �- N SECTION 33 05 33 - PIPE, APPURTENANCES, AND INSTALLATION Page 13 GIVEN: P1 = 10 psig Ti = 21.1°C = 70°F And at time t = 60 minutes Pi = 10.05 psig Ti = 23°C = 73°F Calculated Corrected Initial Pressure Pi = (10.0 + 14.7) (23.0 + 273) (21.1+273) Pc = 24.85 — 14.7 = 10.15 psig Calculate Percent Pressure Loss —14.7 % Pressure Loss = 10.15 —10.05 x 100 = 0.98% < 1% ok 10.15 NOTE: The difference between the corrected pressure reading (Po) and the gauge reading (Pi) cannot differ by more than 1 % of the corrected pressure reading (Pc) (i.e., .015 @ 19.5 psig over a time interval of 60 minutes). SECTION 33 05 33 — PIPE, APPURTENANCES, AND INSTALLATION Page 14 N 0 O m zF --x � C■1 zE - 4— P0 tV SECTION 33 05 33 — PIPE, APPURTENANCES, AND INSTALLATION Page 14 IOWA CITY LANDFILL AND RECYCLING CENTER PHASE 1 DUAL EXTRACTION SYSTEM CONSTRUCTION ATTACHMENT A BL PROJECT NO. IACLF.18002 ATTACHMENT A DRAWINGS Attachment A - Cover A-1 4 N 0 n CO �rn � D r ro Attachment A - Cover A-1 IOWA CITY LANDFILL AND RECYCLING CENTER PHASE 1 DUAL EXTRACTION SYSTEM CONSTRUCTION BL PROJECT NO. IACLF.18002 ATTACHMENT B SURVEY CONTROL Attachment b - Cover A-1 ATTACHMENT B Q N N Z r M o � _ r Control Network Survey Iowa City Landfill SNYDER & ASSOCIATES Engineers and Planners Prepared for: KO BARKER LEMAR Iowa City Survey Control Network 115.0978 I hereby certify that this land surveying document was prepared and the related survey work was performed by me or under my direct personal �5�� LAND S�q` supervision and that I am a duly licensed Professional Land Surveyor `��, bio urs the laws of thg_State of Iowa. 11-7 , �' b ERIN D. 9 �1-- i/11 GRIFFIN Erin D. Griffin, Lf4 Datel License Number 19710 19710 My License Renewal Date is December 31, 2017 '� ]OWN Prepared by: SNYDER & ASSOCIATES, INC. o 2727 SW Snyder Blvd. o m Ankeny, Iowa 50023 a (515)964-2020 D C-) - r m M = D r Introduction In the fall of 2015 Barker, Lemar and Associates authorized Snyder & Associates, Inc., to create a survey control network to be used by the Iowa City Landfill and area consultants. The survey control network was created to ensure that a consistent vertical and horizontal datum is used by all Survey Control Establishment The Iowa Reference Network was used as the baseline for the creation of the network. The survey control network consists of 6 control points set at strategic locations by Snyder & Associates, Inc. The following coordinate system specifications were used: Coordinate System: NAD Iowa State Plane South Zone (1402) (US Survey Feet) Projection: Lambert Conformal Conic Vertical: North American Vertical Datum of 1988 (NAVD88-Geoid 12A) US Survey Feet Snyder & Associates, Inc. used the Iowa Reference Network to establish the horizontal control. Real Time Kinematic Positioning was used for each control point. Snyder & Associates, Inc. established elevation on one control point using the Iowa Reference Network. After establishment, a digital level run was performed on each remaining monument to ensure vertical accuracy. Survey Equipment Snyder & Associates, Inc. performed the control network using a Leica Viva GPS receiver and a Leica DNA 03 digital level. Care and Use of This Report The long term condition of the monuments included in this report are not warranted and users are recommended to carefully scrutinize the condition of the benchmarks prior to using them. It is recommended the user always check between two or three separate monuments. o C:) m M M > r Iowa City Landfill Monument Description Set a 39" steel FENO anchored survey marker with aluminum cap labeled with the corresponding control point number as shown above. A fiberglass survey do not disturb sign was placed at each survey marker. Iowa Point Number Northing _ C D`Z2 -+ Easting Elevation CP1 607931.55 =ic-, 2152023.97 718.22 M CP2 607358.31 C:) 2154383.78 719.39 CP3 605245.95 2154464.91 706.25 CP4 604368.72 2154526.14 702.68 CP5 604038.11 2152136.77 691.80 CP6 606801.02 1 2150649.32 711.82 Iowa N O _ C D`Z2 -+ CD a -c • 1 =ic-, M M C:) 3 4- X - F GENERAL NOTES: — THIS PLAN SHEET SET WAS ORIGINALLY PRODUCED IN COLOR. USE OF BLACK AND WHITE COPIES MAY REDUCE CLARITY AND UNDERSTANDING. — ADDITIONAL SPECIFIC REFERENCES ARE SHOWN ON INDIVIDUAL SHEETS. COMMON REFERENCE: — H.R GREEN: FINAL COVER CONTOURS, MAY 2010. — CONNOLLY CONSTRUCTION, DECEMBER 21, 2011. — KUCERA INTERNATIONAL, INC: AERIAL SURVEY, OCTOBER 6, 2011. — CIN OF IOWA CITY, POST FIRE, JUNE 2012. — J.B. HOLLAND CONSTRUCTION: CELL FY09 AS—BUILTS NOVEMBER 4, 2013. — AERIAL SERVICES: AERIAL MAPPING MARCH 20, 2014. — BARKER LEMAR ENGINEERING CONSULTANTS: GROUND SURVEY MAY 14, 2015. — BARKER LEMAR ENGINEERING CONSULTANTS: GROUND SURVEY JUNE 7, 2016. — AEROVIEW SERVICES, LLC: AERIAL DRONE SURVEY MAY 12, 2017 OWNERSHIP OF DOCUMENTS This document, and the ideas and designs contained in this document, are on instrument of a professional service, and may not be used, in whole or in part, for any other project without the written authorization of Barker Lemar Engineering Consultants. Copyright ® 2018 by Barker Lemar Engineering Consultants DUAL EXTRACTION SYST E M IOWA CITY LANDFILL AND RECYCLING CENTER IOWA CITY, IOWA PROJECT NO. IACLF 18002 SITE VICINITY MAP ENGINEERING CONSULTANTS J18011ndntbial Circle- West Des Moires, Iowa. 502651 (Phone: 515.25688141 Pao, 51&25601521 Iwww.n*edem3r.wm1 FILED 2018MAY 14 PM 1: 43 IOWA CITY,, IOWA INDEX OF SHEETS: 1. PROJECT AREA (BASE BID) 2. PROJECT PIPING (BASE BID) 3. PLAN AND PROFILE 4. PLAN AND PROFILE 5. TRENCH DETAIL DESIGNATIONS 6. DUAL EXTRACTION SYSTEM DETAILS 7. DUAL EXTRACTION SYSTEM DETAILS 8. DUAL EXTRACTION SYSTEM DETAILS 9. PUMP STATION DETAILS 10. COMPRESSOR SYSTEM tsvD I hereby cartify that the engineering dacument was ap.pa,M M me Qc` Pree my dl t Personal supeMeion and that a dub liceno d ofrl , -*-,helas at the Slate o, lam. SMPH IE Matz emz ❑con tar. 22604 * IOWA ay uaaae ,eneml dm. ia D.-mb., 11, N18 Pan- a, ah..ta car.,.d by mi. ..ac y'LL E2149500 E215 3E2150500 E2151000 E2151500 E2152000 E2152500 E21 ODD 153500 E2154000 E215 SCALE — — �R — — — 0 200 d00 FT. i i 401 Copyright 02018 - Barker Lamar Enginewdr)g Conuilads 75050 LEGEND b 0 > \ Z \ I JJ(B J� I \ EXISTING GROUND SURFACE T 'T (10 F7. CONTOUR INTERVAL) Y � • —. —. —.— —. —. BUILDING/STRUCTURE 1 r > - PAVED ROAD G GRAVEL /UNIMPROVED ROAD Q \ $ Im — FENCEUNE s o > -- CULVERT /STORM SEWER Z y SIE ENTRANCE \3 I 1 y " � w-,w •cw- • 1 '--�— APPROXIMATE WASTE BOUNDARY iu g I\ Gw I APPROXIMATE PPROXXII TE PROPERTYBOUNDA o / �y • 1— _ • • HDPE LEACHATE PIPING 2 2 �rvo T7 req SITE OFFICE AND GW-108 0 •Gw.117 EXISTING GAS EXTRACTION WELL — �+ J _ p SC�SEo 40 F •Gwizz EXISTING GAS WELL TO RECEIVE ` o PUMP TYPE A 01 �� �� � i • •Gw1oe EXISTING GAS WELL TO RECEIVE � __ _ ,ew�i �M-1118 *13 PUMP TYPE B ~ EXISTING GAS WELL TO HAVE GA 310 NR AND FORCEMAIN STICK LU I' - cw-ns c+s • o b e S Ap�G 4NEA �i --- ' UPS (NO PUMP INSTALLED) 0 EXISTING SUMP MANHOLE TO RECE V• o 0 > \ _ _ �� 11 I •, ^ ELECTRIC PUMP W / Te -_ N I 11 . it ' UTILITY POLE Lu O U a¢ $ 710 ]30 ii c 7� I Gwn9 c 1m �I — —•.— SANITARY PIPING --:— OVERHEAD POWER LINES ¢ Q V Z Q I \ \1 g' JeO \� p • • z I ��•"'• I I G�o1r g ( — — — UTILITY EASEMENTZ_ SURFACE WATER ® BENCHMARK/CONTROL POINT z — W O g d 0 \ \ 1' I W.i l — I• 'v"' I G ,z-a/o-'�h i I( Q SINGLE TREE V $ G \ 1 -� PROPOSED 2 INCH AIRLINE —�—R— PROPOSED 3 INCH FORCEMAN 3 O \\� �g� • 10\\1 o PROPOSED AIRLINE VALVE 11 I �,G,xaa f 0 PROPOSED CLEANOUT s"o" �� \ — -2jjO • c - r ! I I 1, 0 PROPOSED UST AND PUMP STATION \ Tw g, �,Gwa,x APPROXIMATE PROJECT AREA APPROXIMATE CONTRACTOR G -ROB �,/ l II 710---",Ja ��� DVSPO� AREA (AS ME= ) (( � �, g _" w;2a• I � � �� W 1.� T1 \ \ \\\G Z r �G1Q'z$ Gw 20 ya • I-.. 29 • GW TW GWI]3 L1 •i / GYF1 \ \ \\ ^�01141A W6Po�G— 8 \ \ \\ C 0 \\ I ON 90- w31 90 • cV4t / � 0 m C G I � S ^ ao ✓ y v AR U `: LIN —LRY 9 SHEET — — — — — — EN�INEERINm CONSULTANTS i 1801 Industrial Cirde - West Des Mdnes, Iowa-50285 Phone: 515.258.8814 - Fax: 515.256.0152 - www.barkmdemar.com g .2149500 E2 500 0 E2150500 E2151000 E2151500 E2152000 E215 500 E2153000 E2153500 1 2154500 SCALE — — — D 2A 400 Fi. 6D D z ^ •. Copyright ®2018 -Barker Lemar EngirNelirg CaWUIMras WING NOTES: 1. ALL PIPIN� E U OTHERWISE NOTED. N1 MDPE FTf11NG5 SHALL BE gilt (LEES, N). 45, EIC.) 2. ALL PIPINGI E D INSTALLED PEA TIE DETAIL DRAWINGS. J 1. MINIMUM PISS,E S P IN WASTE SHALL BE SIT, E%CEPf FOR THE PROPOSED TFT STATION DISCHARGE PIPE WHICH SH41 FOLLOW THE PROFILE DRAWINGS ON SH 3 AND 4TO . CONDENSATE IN AA INT LOW POINT! 4. INSTALL LOW PgIT BLEEDER V���ED S S. ALL TRENCHES LY A C NR UNE SHALL ALSO NCLUDEE 3 INNCCHAUNAE CAPPED AT EACH END FOR — FUR RE C N [ INSTALLED WITH A MINIMUM OF 18 INCHES OF SOIL CODER. 7. CO BE RESPONSI�F rNR LOCATING Nl DUSTING UTILITIES. ANY UTILITIES OAMILEO SHALL BE REPNRED BY '\ LEGEND m I > \ Z THE NRt1GTOR. �4' & ROM) CROSSINI.S S" qy /RNLLL LOCATIONS WHERE THE PIPE IS INSTATED WIININ THE BOUNb1Rf OF THE ROAD IML \ EXISTING GROUND SURFACE BED PER DEIN H^_ CONTRA , DAMAGED AED DURING CONSTRUCTION ACTMRES. I (10 FT. CONTOUR INTERVAL) 9. CONTRAWO n OF ALL PROPOSEDPES G.— e — —a ®—e —e-->< — —rWR — — Erart— 0 BUILDING/STRUCTURE — > "___. _' PAVED ROAD / I a GRAVEL / UNIMPROVED ROAD FENCEUNE M-105 HIS EXISTING OMAN TINE snaaP i'ROPOSED ANUNE vKVEs oN EACH CULVERT / SiORM SEWER i> \ aP \ \ j I ' -1w •Gvv- s OF • W (PRESSOR 1 —aWTI— APPROXIMATE WASTE BOUNDARY a PROP 3SECI _�_ APPROXIMATE PROPERTY LOCATION T BOUNDARY c'm HDPE LEACHATE PIPING N •GW.tn EXISTING GAS EXTRACTI ON WELL 40 " •Gw,n EXISTING GAS WELL TO RECEIVE PUMP TYPE A ^ ° 'g -' o • \ " - • �I •Gw-1w EXISTING GAS WELL TO RECEIVE z C \ — — -, - /� tcw-mR p 1a PUMP TYPE B LU ` — — — ° (1'I EXISTING GAS WELL TO HAVE Z c \ _ •Gwa1e AIR AND FORCEMAIN STICK w LOW POINT NEEOFIi • Gw.n cw.ns Gw-ve ' - q. UPS (NO PUMP INSTALLED) U, m VKK e a • 1 ® EXISTING SUMP MANHOLE TO ? • �,. RECEIVE ELECTRIC PUMP o N U m 780 PROPOSED AIRLINE w IJflLfil' POLE U �+ LL Of 7 b LL Of p 710 / DOUBLE CLEANOUT -- a-- SANITARY PIPING K U p G Z z \ �\ 1 I E1 INSTALL 10' I LOW PgNT BLEEDER x� FgtCDAAN NR STUB AND — —a— OVERHEAD POWER LINES C p H J U Z QU vKnE APPROXIMATE POWER SUPPLY BY 4 \ \ \ • �. I — — — CONTRACTOR LL 3 U \ \\\ , I PROPOSED MANHgI i PUMP STATION 1' LOW PgNT BLEEOEX o — , 7sa \ \ COUTRACTOR TO PRONDE cw jos @w. • VKVE — — — UTILf1Y EASEMENT QZQ U J \ p REWIRED POKER SUPPLY TO ' • - THE TWO SUMP LOCATONs •^ SUMP G"''t01 Q J � K r \ I o cw.Itq FOR D' PUMPS c w., t SURFACE WATER a O LOCATION • PNOPOgD NN1NE I VALVE AND BLEEDER G 121 m \ APSH PR NATE I ��� N��I BENCHMARK/CONTROL POINT U VALVES I ¢?� INSTALL NR Q SINGLE TREE 10AND FdtCE)/NN�SNB t ptt7 FaRco4AN 0 I w ^ - —r-- PROPOSED 2 INCH AIRUNE z a \\ EXISTNCPµABO�VE� • w. G - � �' Ips I —•—•— PROPOSED 3 INCH FORCEMNN TONTN ) � NN Exi� -wW 720 II 1 cmN0Fo9 PuuP 4INCH pwNC 0 PROPOSED AIRLINE VALVE 0 7340 G r 4 CNIFANW7 w.' a 1' ® PROPOSED CLEANOUT \\ / aoa 11 �\ DOUBLE gEANOUT ." pO�E CIUg401ff m PROPOSED MANHOLE PUMP STATION \, / o, 0 71 , >1011 2 o Q ^m0 ( �G Arcs IA TAO v 1 /u 0 d11 II vvv s ,C I 6.29 � 1 74D � ) V 100) A � AV • 211 :�0I� ^ • • 810 �— `� � � I j � m A GwOE 21 — I 1 1]t 75D A \ y 1 4_ — ,� rd�P1e �� j i _ _ ; n TE NTODes qa2 900 D n 4NCH ) V t 7908 B0 0 PDRAIN • G / 2 co G 7i z f� �� 780 ' `.\ a °� g Low PONT NEmm - • - ENOINEERINO CONEIULTANTB SHEET 02 1801 Industrial Grde - West Des Moines, Iowa -50265 Phone: 515.256.8814 - Fax 515256.0152 - wwW.balkerlmar.wm Station SCALE 0 50 108 FT 2018 - LEGEND EXISTING GROUND SURFACE (10 FT. CONTOUR INTERVAL) GRAVEL / UNIMPROVED ROAD — —. — FENCELINE -- CULVERT / STORM SEWER —uTrE— APPROXIMATE WASTE BOUNDARY HDPE LEACHATE PIPING •GW LANDFILL GAS WELL LANDFILL GAS PIPING O GAS SYSTEM ISOLATION VALVE RL UTILITY POLE ilium OVERHEAD POWER LINES ■MENSI''_=. Q SINGLE TREE -AAI-- PROPOSED 2 INCH AIRUNE _. _— 0101■■■■■■■■■■■w :. I�■■■■■■■■■■■■■■■Emma -No 0 ONE M■■ ■■■■■■■■■■■■■■■■■■■ J■■���\ ■■■NEE■■■■■■■■■■■■■�■ NEON ■■■■►\N' ■■�■■■■■■■■■■■■■■■■■■■■■■■■■■■■N ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ r . ■■■■■■■■■■■■■■■■■■■■■■■■■■NOME■■ EEE■■EE■■EE■■■■EMENME■■■■■■■■■■■, , EMMMM, ■�■�■MMMMMEMEMMEEM■■M■EEM■EMM r, 0101. 0101 . ,r 0101 ��.r r 0101 .: Station SCALE 0 50 108 FT 2018 - LEGEND RI — PROPOSED 3 INCH FORCEMAIN ® PROPOSED VALVE ® PROPOSED CLEANOUT m PROPOSED UST AND PUMP STI DMWING NOTES: 1. ALL PIPING SHALL BE DR17 UNLESS OTHERWISE NOTED. ALL HDPE FRRNGS SHALL BE DRI 1 (TEES, 90. 45ETC.) 2. ALL PIPING SHALL. BE TIES FYf AND IN ALLEO PER THE DEAL DRAWINGS. 3. MINIMUM PIPE SLOPES WITHIN WASTE SHALL BE 5%. EXCEPT FOR THE PROPOSED UFT STATION DISCHNRGE PIPE WHICH SHNL FOLLOW THE PROFILE DRAWINGS ON SHEETS 3 AND 4. 4. INSTALL LOW POINT BLEEDER VALVES AS NEEDED TO RELEASE CONDENSATE IN NR UNM AT ALL LOW POINTS. 5. ALL TRENCHES WITH ONLY A 2 INCH PROPOSED NR UNE SHALL ALSO INCLUDE A 3 INCH UNE CAPPED AT EACH END FOR FUTURE CONNECTIONS. G. BURIED PIPING Si BE INSTALLED WITH A MINIMUM OF 48 INCHES OF SOIL COVER. 7. CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL EXISTING UTILITIES. ANY UTILITIES DAMAGED SHALL BE REPAIRED BY THE CONTRACTOR. S. ROAD CROSSINGS SHALL BE INSTALLED AT ALL LOCATIONS WHERE THE PIPE IS INSTALLED WITHIN THE BOUNDARY OF THE ROAD BED PER DETNL 3/7 9. CONTRACTOR RESPONSIBLE FOR REPNPoNC ANY PIPES DAMAGED DURING CONSTRUCTION ACTIVITIES. 10. CONTRACTOR RESPONSIBLE FOR LAYOUT OF ALL PROPOSED PIPING, CONTINUES DN SHEET 4 ENGINEERING CONSULTANTS 1801 Industrial Grds - West Des Maines, bee -50265 Phone: 515.256.8814. Fax: 515256.0152 - www.harkellemar.mm E z Z w U ED So Z N J O N U3tL� COQ.. Q U Z Q C7 5 0� a� U 3 O J_ L6 0 a a J L SHEET 3 EXISTING GROUND SURFACE (10 FT. CONTOUR INTERVAL) GRAVEL / UNIMPROVED ROAD — —. — FENCELINE -- CULVERT / STORM SEWER —uTrE— APPROXIMATE WASTE BOUNDARY HDPE LEACHATE PIPING •GW LANDFILL GAS WELL LANDFILL GAS PIPING O GAS SYSTEM ISOLATION VALVE RL UTILITY POLE — —o<— OVERHEAD POWER LINES SURFACE WATER Q SINGLE TREE -AAI-- PROPOSED 2 INCH AIRUNE RI — PROPOSED 3 INCH FORCEMAIN ® PROPOSED VALVE ® PROPOSED CLEANOUT m PROPOSED UST AND PUMP STI DMWING NOTES: 1. ALL PIPING SHALL BE DR17 UNLESS OTHERWISE NOTED. ALL HDPE FRRNGS SHALL BE DRI 1 (TEES, 90. 45ETC.) 2. ALL PIPING SHALL. BE TIES FYf AND IN ALLEO PER THE DEAL DRAWINGS. 3. MINIMUM PIPE SLOPES WITHIN WASTE SHALL BE 5%. EXCEPT FOR THE PROPOSED UFT STATION DISCHNRGE PIPE WHICH SHNL FOLLOW THE PROFILE DRAWINGS ON SHEETS 3 AND 4. 4. INSTALL LOW POINT BLEEDER VALVES AS NEEDED TO RELEASE CONDENSATE IN NR UNM AT ALL LOW POINTS. 5. ALL TRENCHES WITH ONLY A 2 INCH PROPOSED NR UNE SHALL ALSO INCLUDE A 3 INCH UNE CAPPED AT EACH END FOR FUTURE CONNECTIONS. G. BURIED PIPING Si BE INSTALLED WITH A MINIMUM OF 48 INCHES OF SOIL COVER. 7. CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL EXISTING UTILITIES. ANY UTILITIES DAMAGED SHALL BE REPAIRED BY THE CONTRACTOR. S. ROAD CROSSINGS SHALL BE INSTALLED AT ALL LOCATIONS WHERE THE PIPE IS INSTALLED WITHIN THE BOUNDARY OF THE ROAD BED PER DETNL 3/7 9. CONTRACTOR RESPONSIBLE FOR REPNPoNC ANY PIPES DAMAGED DURING CONSTRUCTION ACTIVITIES. 10. CONTRACTOR RESPONSIBLE FOR LAYOUT OF ALL PROPOSED PIPING, CONTINUES DN SHEET 4 ENGINEERING CONSULTANTS 1801 Industrial Grds - West Des Maines, bee -50265 Phone: 515.256.8814. Fax: 515256.0152 - www.harkellemar.mm E z Z w U ED So Z N J O N U3tL� COQ.. Q U Z Q C7 5 0� a� U 3 O J_ L6 0 a a J L SHEET 3 m 0 3 0 m W SCALE 0 50 100 Fr. 5W!%i@ 2016- BanwriummarEnginemingCcInwitants LEGEND EXISTING GROUND SURFACE (10 FT. CONTOUR INTERVAL) GRAVEL / UNIMPROVED ROAD — —. — FENCEUNE CULVERT / STORM SEWER —"-T�— APPROXIMATE WASTE BOUNDARY LANDFILL GAS PIPING O GAS SYSTEM ISOLATION VALVE HDPE LEACHATE PIPING •cw LANDFILL GAS WELL O GAS SYSTEM ISOLATION VALVE RL UTILITY POLE — —�— OVERHEAD POWER LINES SURFACE WATER (j SINGLE TREE A BENCHMARK/CONTROL POINT —�— — PROPOSED 2 INCH AIRUNE — n — PROPOSED 3 INCH FORCEMAIN ® PROPOSED VALVE ® 1010111011011111 14-011111111111111 0 MEN 110111 , 011111111111111 SEMI 111111111101111016REN ■1111■� NEON m_m_���_■_■iii -\ow ■■■! �11� ■■INu04-momRw OEM ■1111■■■1111■■■■I .. 0 m W SCALE 0 50 100 Fr. 5W!%i@ 2016- BanwriummarEnginemingCcInwitants LEGEND DRAWING NOTES: 1. ALL PPING SHALL BE CRT UNLESS OTHERWISE NOTED. ALL HOPE FITTINGS SHALL BE Dan (TEES, 00, 45, EM.) 2. ALL PIPING SHALL BE FIELD FIT AND INSTALLED PER THE DEAL DRAWINGS. 3. MINIMUM PIPE SLOPES WITHIN WASTE SHALL BE 5%. EXCEPT FOR THE PROPOSED UFT STATION DISCHARGE PIPE WHICH SHALL FOLLOW THE PROFILE DRAWINGS ON SHEETS 3 AND 4. 4. INSTALL LOW POINT BLEEDER VALVES AS NEEDED TO RELEASE CONDENSATE IN NR UNES AT ALL LOW POINTS. 5. ALL TRENCHES WITH ONLY A 2 INCH PROPOSED NR UNE SHALL ALSO INCLUDE A 3 INCH UNE CAPPED AT EACH END FOR FUTURE CONNECTIONS. 6. BURIED PIPING SHALL BE INSTALLED WITH A MINIMUM OF 48 INCHES OF SOIL COVER. 7. CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL EXISTING UTILITIES. ANY UTILITIES DAMAGED SHALL BE REPAIRED BY THE CONTRACTOR. 8. ROAD CROSSINGS SHALL BE INSTALLED AT ALL LOCATIONS WHERE THE PIPE IS INSTALLED WITHIN THE BOUNDARY OF THE ROAD BED PER DEAL 3/7. 9. CONTRACTOR RESPONSIBLE FOR REPAIRING ANY PIPES DAMAGED DURING CONSTRUCTION ACTIATIES. 10. CONTRACTOR RESPONSIBLE FOR LAYOUT OF ALL PROPOSED PIPING. CONNECT 70 DUSTING 6 INCH PIPE of w H Z W U CD m J O N L) Q m L) LU — Q Q C, U Z Q LL3:UCD g00� CC K ao U 3 O J C Q CL Station SHEET ENGINEERING CONSULTANTS 1601 Industrial Circle - West Des Molnes, Iowa -50265 Phone: 515.256.8814 - Fax: 515.256.0152 -www. harkedemar.com EXISTING GROUND SURFACE (10 FT. CONTOUR INTERVAL) GRAVEL / UNIMPROVED ROAD — —. — FENCEUNE CULVERT / STORM SEWER —"-T�— APPROXIMATE WASTE BOUNDARY LANDFILL GAS PIPING O GAS SYSTEM ISOLATION VALVE HDPE LEACHATE PIPING •cw LANDFILL GAS WELL O GAS SYSTEM ISOLATION VALVE RL UTILITY POLE — —�— OVERHEAD POWER LINES SURFACE WATER (j SINGLE TREE A BENCHMARK/CONTROL POINT —�— — PROPOSED 2 INCH AIRUNE — n — PROPOSED 3 INCH FORCEMAIN ® PROPOSED VALVE ® PROPOSED CLEANOUT 0 PROPOSED UST AND PUMP STATI DRAWING NOTES: 1. ALL PPING SHALL BE CRT UNLESS OTHERWISE NOTED. ALL HOPE FITTINGS SHALL BE Dan (TEES, 00, 45, EM.) 2. ALL PIPING SHALL BE FIELD FIT AND INSTALLED PER THE DEAL DRAWINGS. 3. MINIMUM PIPE SLOPES WITHIN WASTE SHALL BE 5%. EXCEPT FOR THE PROPOSED UFT STATION DISCHARGE PIPE WHICH SHALL FOLLOW THE PROFILE DRAWINGS ON SHEETS 3 AND 4. 4. INSTALL LOW POINT BLEEDER VALVES AS NEEDED TO RELEASE CONDENSATE IN NR UNES AT ALL LOW POINTS. 5. ALL TRENCHES WITH ONLY A 2 INCH PROPOSED NR UNE SHALL ALSO INCLUDE A 3 INCH UNE CAPPED AT EACH END FOR FUTURE CONNECTIONS. 6. BURIED PIPING SHALL BE INSTALLED WITH A MINIMUM OF 48 INCHES OF SOIL COVER. 7. CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL EXISTING UTILITIES. ANY UTILITIES DAMAGED SHALL BE REPAIRED BY THE CONTRACTOR. 8. ROAD CROSSINGS SHALL BE INSTALLED AT ALL LOCATIONS WHERE THE PIPE IS INSTALLED WITHIN THE BOUNDARY OF THE ROAD BED PER DEAL 3/7. 9. CONTRACTOR RESPONSIBLE FOR REPAIRING ANY PIPES DAMAGED DURING CONSTRUCTION ACTIATIES. 10. CONTRACTOR RESPONSIBLE FOR LAYOUT OF ALL PROPOSED PIPING. CONNECT 70 DUSTING 6 INCH PIPE of w H Z W U CD m J O N L) Q m L) LU — Q Q C, U Z Q LL3:UCD g00� CC K ao U 3 O J C Q CL Station SHEET ENGINEERING CONSULTANTS 1601 Industrial Circle - West Des Molnes, Iowa -50265 Phone: 515.256.8814 - Fax: 515.256.0152 -www. harkedemar.com E2149500 E2153000 E2150500 E2151000 E2151500 E2152000 E2152500 E2153000 E2153500 E21540 E2154500 SCALE — — — — — 0 200 400 Fi. 2 1 E' _ xp Copp4ght(D2018 - Barker Lemar Engineering Consultants 7 78 ' 71 >;°AT 3 n \• LEGEND no R I z� \ > \ EXISTING GROUND SURFACE (10 Fr. CONTOUR INTERVAL) BUILDING/STRUCTURE g I ' PAVED ROAD 0 (UNLINED) >so -_--- GRAVEL /UNIMPROVED ROAD w O \ \ — ---- ® � —� FENCEUNE o c APPROXIMATE WASTE BOUNDARYGW 73 aFY yyD __ APPROXIMATE PROPERTY Lj� 101 (UNLIN ) ' BOUNDARY 7�c ."o . ". - - . - -- _ ._.. • . — — — APPROXIMATE CELL BOUNDARY a, GW -Ins b HDPE LEACHATE PIPING �� n •Gw-117 EXISTING GAS EXTRACTION WELL i >> �g — •Gw_In EXISTING GAS WELL TO RECEIVE O \ _— _ �Gw.lna b • w 13 PUMP TYPE A Of `� I o t ° •cw-l0e EXISTING GAS WELL TO RECEIVE Z GW I : / PUMP TYPE 8 W - —" >� -��� e I ' -11 74 C l) JUNLINED) • % 66 Gw.nsl •ow -n EXISTING GAS WELL TO HAVE •Gwam AIR AND FORCEMAW STICK U z CO o 0 > - — /NE 75 ) I FV 78 �1' 11 ^ UPS (NO PUMP INSTALLED) o > Q — o ) o \ / 74077- _ 6 - 7 790 ( UNLINE ) ',.�_ I 0 EXISTING SUMP MANHOLE TO RECEIVE ELECTRIC PUMP tl LL iY w 0 CL Y I — _ 710 730 (5 Q i -74 > \ Y �W, or Gv s� �— — r FY 81 R UTILITY POLE — �"'— SANITARY PING Q 4 Z � >� T> \� \\ • 1 � I � (2' CLAY LIN 9 r — —a— OVERHEAD POWER ONES I. LL � w Z I \� \ ' • GW.306 \\ �-'' I • cwt � i — UTILITY EASEMENT � � — • �''.1z i w - SURFACE WATER d orV' 0 BENCHMARK/CONTROL POINT U SINGLE TREE � �" ,�, ''o 0 ,z 8 —»•-- PROPOSED 2 INCH AIRLINE 0 z I FY 8 —"—'— PROPOSED 3 INCH FORCEMAIN AQ X20 g' no • c - / \ / 'CLAW ) �_ � 1 e - 0� ' O PROPOSED AIRLINE VALVE m PROPOSED CLEANOUT V A� 8 ,4�` � t � $r > ( FY 097w (FML LINED) eIf ^ -2a �;; c a13 98 ,� m PROPOSED UST AND PUMP STATION o >7\\ \ \ / :� V LINED _ns' 8 TRENCH REQUIRING GCL J N o bO _ INED INSTALLATION z \ \ • _ _ F C W INS 7 \ \ '00- 00 \ \ „; ) ^ • SIPNOTES: FY N I / w —f — — — cw. z / 1(-YUi9 1. TRENCHING WITHIN THE FY86,750 Q F `\ ,....,,,_(FI cw is �_ �iIFY89, - �i •cizz(.st 08 AND FY91 CELLS REQUIRE INSTALLATION OF GEOSYNTHETIC Z \8g0= gg I 50 j, 0 (2' L,Y LINED) ^ ^ ^ - 81, CLAY LINER (GCL) AND V o' \ c 7 — — — eoo w.31 �; •csrl RESTORED TO ORIGINAL CONDITION AS SHOWN IN DETAIL W ew g 18Q n 7a° $ $ /i;� 2. TRENCHING OUTSIDE OF THE W z %�' \ RR44 CLAY - 7 ��°^� 1 FY86, FY89, AND FY91 CELL �y ��—i\y� A ��^9. SHOULD BE BACKF1LLED I TTH COMPACTED SOIL AND RESTORED D n 1 • 1 n - TO ORIGINAL CONDITIONS AS SHOWN ON DETAIL 4/7. LA / nN 7 SHEET yc O ENOINEERIN0 CONSULTANTS i 1801 I�ustriel Circle- West Des Moines, laza-50265 � Phone: 515.25fi.B814-Fec 515256.0152 - www.harkeramar.00m EXISTING SOIL COVER PUMP AND APPURTENANCES AS SHOWN ON THE WELL SCHEDULE DETAIL 2/6 SOLID WASTE DETAIL DUAL EXTRACTION SYSTEM -DISCHARGE TO FORCEMAIN 6 NOT TO SCALE NOTES: 1. CONTRACTOR TO PROVIDE AND INSTML MR SUPPLY AND LEACHATE DISCHARGE FIRINGS AS SHOWN. FILED 2018MAY 14 PM I: 43 10 IA CI T YE10 VIA LOCATION PUMPINSTALLATION DEPTH (FEET) AIR SUPPLY LINE AND LEACHATE DISCHARGE A Q LINE TO BE INSTALLED WITHIN 5 FEET OF V 2S THE EXISTING GAS EXTRACTION WELLS TOP OF BARB SHALL BE MINIMUM 2 FEET GW -122 38 ABOVE GROUND, MAXIMUM 3 FEET. APNB-LONG PUMPINSTALLED 5 FEET OFF BOTTOM OF WELL GW -123 39 TOP OF BARB SHALL BE MINIMUM 2 FEET AP4B-LONG 4 ABOVE GROUND, MAXIMUM 3 FEET. }" X i" PLASTIC BARB FITTING SO APNB-LONG }" BRASS TO PLASTIC TRANSITION GW -128 32 }" BRASS BALL VALVE APNB-LONG PUMPINSTNLED 5 FEET OFF BOTTOM OF WELL }" BRASS NIPPLE 55 1" X i" PLASTIC BARD FITTING 2" X J" THREADED PUMP INSTALLED 5 FEET OFF BOTTOM OF WELL I" STAINLESS STEEL TO PLASTIC TRANSITION GALVANIZED STEEL REDUCER 1 I;z; PUMP INSTALLED 5 FEET OFF BOTTOM OF WELL GW -137 1" STAINLESS STEEL HALL VALVE 2" HDPE DR71 AIR SUPPLY W4t8-LONG 1" STAINLESS STEEL NIPPLE LINE 25 30 504+0 -LONG PUMP INSTALLED 5 FEET OFF BOTTOM OF WELL 3" BY 1" STAINLESS STEEL 32 37 REDUCER PUMP INSTALLED 5 FEET OFF BOTTOM OF WELL } 3' HDPE DRT1 FORCEMAIN EXISTING SOIL COVER PUMP AND APPURTENANCES AS SHOWN ON THE WELL SCHEDULE DETAIL 2/6 SOLID WASTE DETAIL DUAL EXTRACTION SYSTEM -DISCHARGE TO FORCEMAIN 6 NOT TO SCALE NOTES: 1. CONTRACTOR TO PROVIDE AND INSTML MR SUPPLY AND LEACHATE DISCHARGE FIRINGS AS SHOWN. FILED 2018MAY 14 PM I: 43 10 IA CI T YE10 VIA LOCATION PUMPINSTALLATION DEPTH (FEET) 3/M INCH STAINLESS STEEL ANCHOR CMBLE LENGTH (FEET) PUMP TYPE NOTES GW-1GB 20 2S AP4+5-IO PUMPINSTMLLED 2 FEET OFF BOTTOM OF WELL GW -122 38 43 APNB-LONG PUMPINSTALLED 5 FEET OFF BOTTOM OF WELL GW -123 39 44 AP4B-LONG PUMPINSTMLED 5 FEET OFF BOTTOM OF WELL GW -125 45 SO APNB-LONG PUMP INSTALLED 5 FEET OFF BOTTOM OF WELL GW -128 32 42 APNB-LONG PUMPINSTNLED 5 FEET OFF BOTTOM OF WELL GW -130 55 GO APNB-LONG PUMP INSTALLED 5 FEET OFF BOTTOM OF WELL GW -133 51 56 APNB-LONG PUMP INSTALLED 5 FEET OFF BOTTOM OF WELL GW -137 43 M W4t8-LONG PUMP INSTALLED S FEET OFF BOTTOM Of WELL GW -305 25 30 504+0 -LONG PUMP INSTALLED 5 FEET OFF BOTTOM OF WELL GW -306 32 37 M4+B-LONG PUMP INSTALLED 5 FEET OFF BOTTOM OF WELL GW -312 31 36 M4+0 LONG PUMP INSTALLED S FEET OFF BOTTOM OF WELL GW -315 35 40 AP4+8 LONG PUMP INSTALLEO 5 FEET OFF BOTTOM OF WELL GW -318 36 41 AP4tB-LONG PUMP INSTALLED 5 FEET OFF BOTTOM OF WELL DUN L' WELL AND PUMP SCHEDULE 6 NOT TO SCALE NOTE: 1. SEE SPECIFICATION SECTION W 05 33 FOR PUMP TYPE DETMLS. 2. PUMP INSTALLATION SHALL BE USED TO ESTIMATE TUBING AND STNNLESS STEEL CABLE LENGTHS REQUIRED. 3. TUBING SHALL BE JACKETED 3—TUBE SET SURMLE FOR i—INCH INTERNAL DMETER DISCHARGE. 4. W4+B IS A WD AP4+ D070M INLET AUTO PUMP OR EQUAL WITH A 1 INCH INTERNAL DIMIETER DISCHMGE. 5. LONG. SHORE, AND D ME REFERENCES TO DESIGNATED PUMP MODEL LENGTHS. :i Of w H Z w U o J W O Q U Z Q H ppw z U g CL a 2. EXISTING WEIIHEADS ME OED PRECISION WELLIIEMS AND SHALL BE PROTECTED DURING CONSTRUCTION SSLMED BY THE CONTRACTOR SHALL BEEPLAC DAT ND CS. OTTO E OWNER. — SHEET 3. CONTRACTOR RESPONSIBLE FOR MR AND FORCEMAIN LINES, AND ALL FITTINGS ENGINEERING CONSULTANTS G REQUIRED TO INSTALL SELECTED NR PUMPS PER THE MANUFACTURERS 1801 In0usblal Cirde- West Des Moines. Iowa -50255 6 RECOMMENDATIONS AND THE SPECIRWONS. Ph0 :515.256.8814-Fac515.258.0752-WWW.barkertemar.m PVC BUND FLANGE — WNA NLL FACE RANGE GASKET DUCTILE IRON BALK UP RING AN STEEL NUTS BOLTS. AN, BOLTS. D WASHERS r HDPE FLANGE ADAPTER HDPE PIPE DETAIL TYPICAL TYPICAL BLIND FLANGE 7 NOT TO SCALE CLEAN FlLL 5014 RESTORE COVER TO ORIGINAL CONDITION OR BETTER SOIL CAPABLE OF SUPPORTING VEGETATIVE GROWTH 4' MIN 3' HDPE LEACHATE FORCEMAIN OR GRAVITY DRAIN USE COMPACTED SOIL BACKFILL WNA FULL FACE FLANGE GASKET DUCTILE IRON BACK UP RING (TYP-I STAINLESS STEEL NUTS, BOLTS, AND WASHERS –HDPE FLANGE ADAPTER HOPE PIPE NOTES: 1. TAPE 5 MIL PIASTIC AROUND ALL FLANGE CONNECTIONS. 2. LOCATE VALVE BETWEEN RANGES WITH APPROPRIATE SPACERS AS REQUIRED. 3. IF USING VALVE, INSTALL EVERY OTHER BOLT THROUGH BOTH FLANGES. AND EVERY OTHER BOLT THROUGH FLANGE ON HEADER SIDE THROUGH VALVE ONLY. VALVE SHALL BE ASMI BUTTERFLY VALVE 57 OR 75, OR APPROVED EQUAL, GEM OPERATED IF B- OR LARGER, LEVER OPERATED IF SMALLER THAN 8-. MUM SEATS AND SEALS. 4. VALVE SHALL INCLUDE HDPE FLANGE ADAPTER, DUCTILE IRON BACKUP RINGS, STAINLESS STEEL NUTS. BOLTS, AND WASTERS, HDPE VALVE SPACER OR ROUTER FLANGE ADAPTER TO ALLOW VALVE TO FULLY OPEN. DETAIL' TYPICAL FLANGE CONNECTION 7 NOT TO SCALE COVER SOIL 2' HDPE ARUNE NOTES: 1. COMPACT SOIL BEDDING AND BACKFILL WITH VIBRATORY PLATE OR EOUAL 2. EXCAVATED SOIL COVER MATERIAL SHA– BE SEPARATED FROM EXCAVATED REFUSE. ANY MATERIALS NOT SUITABLE FOR TRENCH BACKFILL SHALL BE REMOVED BY CONTRACTOR AND DISPOSED ON SITE AS DIRECTED BY THE OWNER'S PROJECT REPRESENTATIVE. 3. COMPACTION SHALL BE TO A DENSITY WHERE SUBSEQUENT PASSES WITH THE MECHANICAL COMPACTION DEVICE WILL NOT REDUCE THE SURFACE ELEVATION OF THE BACKFILL BY MORE THAN THREE—QUARTERS OF M INCH OR 90% STANDARD PROCTOR.' 4. EXCAVATED TRENCH MATERIAL (SOIL COVER) WILL BE USED AS A GENERAL BACKFILL TO THE LOWER DEPTHS OF THE EXISTING LANDFILL COVER, PROVIDED IT IS FREE OF REFUSE, ROCKS, AND FOREIGN MATERIAL THE REMAINING TRENCH SHALL BE BACKFILLED WITH LANDFILL COVER SOIL MATERIAL TO EQUNALENT LANDFILL COVER TYPE, COMPACTION, AND THICKNESS. BACKFILLED MEAS SHAT BE GRACED TO MATCH ORIGINAL LANDFILL GRACE AND MOUNDED SLIGHTLY TO ACCOMMODATE FOR SETTLEMENT UNLESS SPECIFIED OTHERWISE. 5. APPUCABLE FOR PIPE TRENCHES INSTALLED IN ALL PRE FY56 CELLS. TYPICAL PIPING TRENCH (IN 2- CAPPED AREAS DETAIL AND INTERMEDIATE COVER AREAS) 0) NOT TO SCALE REPLACE k REPAIR THE EUSTING ROAD SURFACE FILED 2018 MAY 14 CITY C' IOWA CIT COMPACTED STRUCTURAL FILL UNDER ROAD SURFACE PROVIDE 9' X 12' GALVANIZED METAL SIGN AT BOTH SIDES OF ROAD WHICH STATE, -CAUTION GAS PIPELINE' 2' MR AND 3' FORCEMNN PIPELINE TRENCH NOTE: 1. ALL PIPELINES INSTALLED BELOW A ROAD SURFACE OR TRAFFIC AREA SHALL BE ENCASED IN CMP TO WE SURE HOPE PIPELINE STRUCTURAL INTEGRITY. ROAD CROSSING PIPELINE CASINGS ME TO BE FIELD LOCATED WITH CONSTRUCTION FIELD STAKE NOTES. 2. 3. CORRUGATED METAL PIPE (CMP) DIAMETER EQUALS HDPE PIPE SIZE PLUS 6' MINIMUM. IF MULTIPLE PIPES, ADD DIAMETERS OF TWO LARGEST PIPES AND ADD 6—INCHES 4. ROAD CROSSINGS OUTSIDE OF THE WASTE BOUNDARY MUST BE COMPLETED AT NIGHT AFTER LANDFILL HOURS UNLESS AGREED UPON BY OWNER. DEraL�1 ROADCROSSING 7 NOT TO SCALE CLEAN FlLL SOIL, RESTORE COVER TO ORIGINAL CONDITION OR BETTER SOIL CAPABLE OF SUPPORTING VEGETATIVE GROWTH -r 4' MIN 3' HDPE LEACHATE FORCEMAN OR GRAVITY DRAIN UNE COMPACTED SOIL BACKFILL J OCL NOTES: 1. COMPACT SOIL BEDDING AND BACKFILL WITH VIBRATORY PLATE OR EQUAL 2. EXCAVATED SOIL COVER MATERIAL SHALL BE SEPARATED FROM EXCAVATED REFUSE. ANY MATERIALS NOT SUITABLE FOR TRENCH BACKFILL SHALL BE REMOVED BY CONTRACTOR AND DISPOSED ON SITE AS DIRECTED BY THE OWNER'S PROJECT REPRESENTATIVE. 3. COMPACTION SHALL BE TO A DENSITY WHERE SUBSEQUENT PASSES WITH THE MECHANICAL COMPACTION DEVICE WILL NOT REDUCE THE SURFACE ELEVATION OF THE BACKFILL BY MORE THAN THREE—QUARTERS OF M INCH OR 901s STANDARD PROCTOR. 4. EXCAVATED TRENCH MATERIA. (SOIL COVER) WILL BE USED AS A GENERAL BACKFILL TO THE LOWER DEPTHS OF THE COSTING LANDFILL COVER, PROVIDED R IS FREE OF REFUSE, ROCKS, MO FOREIGN MATERIA.. THE RETWNING TRENCH SHALL BE BACKFILLED WITH !LANDFILL COVER SOIL MATERIAL TO EQUIVALENT LANDFILL COVER TYPE, COMPACTION, AND THICKNESS. BACKFILLED AREAS SHML BE GRADED TO MATCH OMGINAL LANDFILL GRADE PLUS MOUNDED SUGHTLY TO ACCOMMODATE FOR SETTLEMENT UNLESS SPECIFIED OTHERWISE. 5. APPLICABLE FOR PIPE TRENCHES INSTALLED IN CELLS FY86 THOUGH MI (SEE SHEET 3). DUAL Q��) TYPICAL PIPING TRENCH LIN 4' CAPPED AREAS) V/ NOT TO SCALE Im +H SHEET ENGINEERING CCNBMLTANTS 1801 Industrial Circle- West Des Moines, Iowa -50265 Plane: 515.256.8814 - Far. 515.256,0152-wwW.baAcdlemar.com FROM AIR COMPRESSOR APPROX. 10'-0' DETAIL" AIRLINE TERMINATION 8 NOT TO SCALE NOTES: 1. AIRLINE TERMINATIONS SHALL BE INSTALLED AT ALL LOCATIONS WHERE THE PROPOSED NR LINES END FOR FUTURE CONNECTIONS. VALVE SHALL BE INSTALLED PAST THE LAST NR LINE STICKUP AT THE FINAL GAS WELL N A PIPE RUN. SAME 0 AND OR AS MAIN LINE SAME 0 AND DR AS MAIN LINE WYE WELGED CAP SAME 0 AND DR AS DETAIL TYPICAL LEACHATE LINE CLEANOUT (END, SINGLE, AND DOUBLE) GNOT TO SCALE NOTES: 1. CLEPNOUTS SHALL EXTEND 3 FEET ABOVE GRADE AND CAPPED WITH VENTED CARS (NON—PRESSURIZED UNES) OR THREADED/FLANGED 8: BOLTED (PRESSURIZED UNES). 2. CUEANOUTS SHALL INCLUDE A 30 TO 45' WYE AND SWEEP USING 22.5' OR LESS SEGMENTS. NOTES: 1. LABEL NRUNE RISERS. 2. SEE PHASE PLANS FOR POSITION. DETAIL' AIRLINE RISER AT WELLHEAD B NOT TO SCALE 2' MIN. 3' MAX. TRENCH DEPTH VARIES 3" TMIN. WALL PIPE L 3" LAIN. ASMI BUTTERFLY VALVE LEVER—OPERATED — TYPE 57 OR 75 WITH VUNA SEATS AND SEALS OR APPROVED EQUAL VALVE SUPPORT. HDPE SHEET 1'%1'X2' OR APPROVED EQUAL DETAIL" \ LOW POINT DISCHARGE BLEEDER VALVE 8 NOT TO SCALE NOTES: 1. NRUNE LOW POINT DISCHARGES SNAIL BE INSTALLED AT ALL LOCATIONS WHERE THE PROPOSED AIR LINES WILL NOT SELF GRAIN. LOCATIONS SHALL BE FIELD FIT AS REQUIRED AND AT APPROXIMATE LOCATIONS SHOWN ON THE DRAWINGS. BUTTERFLY VALVE WITH 2—PIECE STEEL EXTENSION AND OPERATING INNER (WITH REMOVEABLE VALVE WHEEL) II CARBON STEEL VALVE EXTENSION CASING II II SWAGELOCK STAINLESS STEEL FLEXIBLE METAL HOSE I LENGTH VARIES DEPENDING ON PIPE BURIAL DEPTH) i—EXISTING GROUND TO k THREAD STAINLESS STEEL MALE NPT END OF HOSE INTO HEADER (IYP.) � HDPE PIPING (SIZE VARIES) HDPE FLANGE ADAPTER WITH CARBON STEEL OR DUCTILE IRON BACKUP RING, STAINLESS STEEL BOLTS, NUTS, AND WASHERS, AND WON GASKET HDPE VALVE SPACERS AS NEEDED NOTES: 1. THOROUGHLY CWT ENTIRE SURFACE OF BOLTS, WASHER, NUTS, AND BACKUP RINGS WITH POLYCWT RUBBERIZED PRIMER, OR EQUAL, AFTER TIGHTENING BOLTS. CANTING SHALL HAVE NO -HOLIDAYS-, OR GAPS IN TTS APPUCATION. 2. WRAP FLANGE IN PLhSITC WRAP PRIOR TO BACKFILLING. 3. ALL CONTROL VALVES SHALL BE COMPLETE WITH ALL NECESSARY OPERATORS, ACTUATORS, HAND—WHEELS, WORM—GEM OR LEVER ACTUATORS, STEM EXTENSIONS AND FLANGED STEM EXTENSION CASINGS AND OTHER ACCESSORIES OR APPURTENANCES. 4. ALL CONTROL VALVES SHALL BE CHECKED AND ADJUSTED FOR SMOOTH OPERATION. 5. INSTALL CONTROL VALVES WITH THE OPERATING STEM IN THE VERTICAL POSITION AND ALLOW SUFFICIENT CLEARANCE MOUND THE CONTROL VALVE OPERATOR MR PROPER OPERATION. DETAIL AIRLINE AND LEACHATE LINE VALVEAND LEACHATE LINE VALVE B NOT TO SCALE +H SHEET ENGINEERING CONSULTANTS (Y 18011ndwalal Cirde - West Des MilE8 Milnes. Iowa -50265 Phone: 515.256.8814 - Fax: 515.256,0152 - wwwbarkedennar.cam 1/2' X }' PLASTIC BARB FITTING 1/2' BRASS TO PLASTIC TRANSITION BUL VALVE BRMS COPYngnt (0 2U10 Barker Len'ar Engineedng ConsuRanfs -S ALL1/2' HREADED GALVANIZED 2' BRASS BALL VALVE BAIT VALVE UCER BRASS 2'-0' MIN. TONIPPLE J'-0' MAILALL X1/2' NDPE L 2-%1/2' THREADED GALVANIZED 2'-0' MIN. 2'-0' MIN. TO STEEL REDUCER TO L 3'—p• MAK, COVER SOILS 3'—p• MAX. 2' SDR 11 HDPE (e1 ER 2' SDR 11 HOPE NRUNE '3, C1� llL0��• AIRLINE z�jj,\�' NPC""' i— COVE��O \ , COVER SOILS 1-1 — APPROX. 10'-0' DETAIL" AIRLINE TERMINATION 8 NOT TO SCALE NOTES: 1. AIRLINE TERMINATIONS SHALL BE INSTALLED AT ALL LOCATIONS WHERE THE PROPOSED NR LINES END FOR FUTURE CONNECTIONS. VALVE SHALL BE INSTALLED PAST THE LAST NR LINE STICKUP AT THE FINAL GAS WELL N A PIPE RUN. SAME 0 AND OR AS MAIN LINE SAME 0 AND DR AS MAIN LINE WYE WELGED CAP SAME 0 AND DR AS DETAIL TYPICAL LEACHATE LINE CLEANOUT (END, SINGLE, AND DOUBLE) GNOT TO SCALE NOTES: 1. CLEPNOUTS SHALL EXTEND 3 FEET ABOVE GRADE AND CAPPED WITH VENTED CARS (NON—PRESSURIZED UNES) OR THREADED/FLANGED 8: BOLTED (PRESSURIZED UNES). 2. CUEANOUTS SHALL INCLUDE A 30 TO 45' WYE AND SWEEP USING 22.5' OR LESS SEGMENTS. NOTES: 1. LABEL NRUNE RISERS. 2. SEE PHASE PLANS FOR POSITION. DETAIL' AIRLINE RISER AT WELLHEAD B NOT TO SCALE 2' MIN. 3' MAX. TRENCH DEPTH VARIES 3" TMIN. WALL PIPE L 3" LAIN. ASMI BUTTERFLY VALVE LEVER—OPERATED — TYPE 57 OR 75 WITH VUNA SEATS AND SEALS OR APPROVED EQUAL VALVE SUPPORT. HDPE SHEET 1'%1'X2' OR APPROVED EQUAL DETAIL" \ LOW POINT DISCHARGE BLEEDER VALVE 8 NOT TO SCALE NOTES: 1. NRUNE LOW POINT DISCHARGES SNAIL BE INSTALLED AT ALL LOCATIONS WHERE THE PROPOSED AIR LINES WILL NOT SELF GRAIN. LOCATIONS SHALL BE FIELD FIT AS REQUIRED AND AT APPROXIMATE LOCATIONS SHOWN ON THE DRAWINGS. BUTTERFLY VALVE WITH 2—PIECE STEEL EXTENSION AND OPERATING INNER (WITH REMOVEABLE VALVE WHEEL) II CARBON STEEL VALVE EXTENSION CASING II II SWAGELOCK STAINLESS STEEL FLEXIBLE METAL HOSE I LENGTH VARIES DEPENDING ON PIPE BURIAL DEPTH) i—EXISTING GROUND TO k THREAD STAINLESS STEEL MALE NPT END OF HOSE INTO HEADER (IYP.) � HDPE PIPING (SIZE VARIES) HDPE FLANGE ADAPTER WITH CARBON STEEL OR DUCTILE IRON BACKUP RING, STAINLESS STEEL BOLTS, NUTS, AND WASHERS, AND WON GASKET HDPE VALVE SPACERS AS NEEDED NOTES: 1. THOROUGHLY CWT ENTIRE SURFACE OF BOLTS, WASHER, NUTS, AND BACKUP RINGS WITH POLYCWT RUBBERIZED PRIMER, OR EQUAL, AFTER TIGHTENING BOLTS. CANTING SHALL HAVE NO -HOLIDAYS-, OR GAPS IN TTS APPUCATION. 2. WRAP FLANGE IN PLhSITC WRAP PRIOR TO BACKFILLING. 3. ALL CONTROL VALVES SHALL BE COMPLETE WITH ALL NECESSARY OPERATORS, ACTUATORS, HAND—WHEELS, WORM—GEM OR LEVER ACTUATORS, STEM EXTENSIONS AND FLANGED STEM EXTENSION CASINGS AND OTHER ACCESSORIES OR APPURTENANCES. 4. ALL CONTROL VALVES SHALL BE CHECKED AND ADJUSTED FOR SMOOTH OPERATION. 5. INSTALL CONTROL VALVES WITH THE OPERATING STEM IN THE VERTICAL POSITION AND ALLOW SUFFICIENT CLEARANCE MOUND THE CONTROL VALVE OPERATOR MR PROPER OPERATION. DETAIL AIRLINE AND LEACHATE LINE VALVEAND LEACHATE LINE VALVE B NOT TO SCALE +H SHEET ENGINEERING CONSULTANTS (Y 18011ndwalal Cirde - West Des MilE8 Milnes. Iowa -50265 Phone: 515.256.8814 - Fax: 515.256,0152 - wwwbarkedennar.cam I' GAI-VAN12ED STEEL PULL BAR 2- STAINLESS STEEL PITILESS ADAPTER 3 INCH DIAMETER S.S. PIPE INSTALLED BOLTED TO MANHOLE SIDES CAPABLE OF REMOVAL FOR MAINTENANCE. TWO PREFABRICATED 3 INCH HDPE CONNECTION POINTS WITH BLIND FLANGES (SEE DETAIL 2/9 FOR ORIENTATION) 18- HDPE BOLTED MANWAY UO GROUND ELEVATION: ]]6.63 +/- 48' MINIMUM SOIL COVER -PREFABRICATED 3 INCH HDPE CONNECTION POINT WITH BLIND FLANGES FILED 20181;NY 14 PM 1:44 CITY CLERKI 1011`14 CITY,IOrIA TRANSITION FROM 2 INCH STAINLESS STEEL TO 3 INCH HDPE BJM JX08SS STAINLESS STEEL SUBMERSIBLE PUMP OR EQUIVALENT DETAQPROPOSED MANHOLE PUMP STATION - PROFILE VIEW 9 NOT TO SCALE 1 INCH THICK HDPE SUPPORT PLATE 2018 PREFABRICATED 3 INCH HDPE CONNECTION POINT WITH BLIND FLANGES 2 INCH S.S. CHECK VALVE 3 INCH DIAMETER S.S. PIPE INSTALLED BOLTED TO MANHOLE SIDES CAPABLE OF REMOVAL FOR MAINTENANCE. —PREFABRICATED 3 INCH HDPE CONNECTION POINT WITH BLIND FLANGES 2 INCH PITLESS ADAPTER 1 INCH GALVANIZED STEEL PULL BAR PREFABRICATED 3 INCH HDPE CONNECTION POINT WITH BLIND FLANGES DETAIL L -A-1 PROPOSED MANHOLE PUMP STATION - PLAN VIEW 9 NOT TO SCALE EXISTING GROUND SURFACE INSTALL 2 INCH VALVE PER DETAIL 5/e FOR FUNRE AIRUNE CONNECTION 48* MINIMUM COVER INSTALL 2 INCH BUND FLANGE PER INSTALL TEE IN DETAIL 1/] FOR PROPOSED AIR UNE FUNRE AIRLINE CONNECTION INSTALL TEE IN PROPOSED LEACHATE 10 WELDED HDPE CAP UNE AIR AND FORCE MAIN STUB OUT DETAIL%31 9 NOT TO SCALE NOTE: 1. PIPE ELEVATIONS SHOWN OFFSET IN DETAIL FOR CLARITY. ALL PIPING SHALL LAY FLAT ON THE BOTTOM OF THE TRENCH. EIH SHEET ENGINEERING CONSULTANT. 1801 Industrial Circle - West Des Moines, Iowa -50285 Phone: 515.256.8816 - Fax: 515.256.0152 - www.badcedemar. com Copyright@ 2018 BarIer Lemar Engineering Comitant \Y FILED HEATLESS DESICCANT DRIER 2018 MAY 14 PM 1: 44 CITY CLERK A CITY, 10 ydA s AIR FLOW TO CONTACTOR INSTALLED MINIMUM 250 GALLON DRY RELIEVER TANK u$ O VENT TO OUTSIDE OF COMPRESSOR BUILDING. 0 ® ® DISCHARGE TO 2 INCH HDPE NR DISTRIBUTION UNES 4 N m e � NRUNE CONTROL VALVES 0 LLI Z z W U Z c J O N O >¢LL� Of D � Q Lii ri Q U Z WELD HDPE CPP FOR FUTURE CONNECTIONS = Q F C) MINIMUM 240 GALLON TANK Oti DISCHARGE TO 2 INCH HDPE AIR DISTRIBUTION U 3 O O O W `N` �� COMPRESSOR SYSTEM DETAIL r DETAIL" 10 NOT TO SCALE y 19 NOTES: 1. ALL PIPING CONNECTIONS SHALL BE NR TIGHT. C 2. INSTALLATION AND CONNECTIONS SHALL BE COMPLETED PER THE MANUFACTURERS RECOMMENOATIONS. t✓A 3. COMPRESSOR SYSTEM SHAL BE INSTALLED IN A WEATHER PROOF W BUILDING WITH CONCRETE PPD PROVIDED BY CONTRACTOR. SEE SPECIFICATIONS SECTION 25 15 18. 4. CONTRACTOR SHALL PROVIDE ALL NECESSARY FITTINGS FOR A��E EY MANUFACTURER RECOMMENDED INSTAUAFON FOR CONNECTION TO TWO C INCH HDPE NR DISTRIBUTION UNES. G 5. EQUIPMENT SHALL BE BOLTED SECURELY INTO THE CONCRETE FLOOR. C 5. NOT PLL PIPING SHOWN. CONFIGURATIONS SHOULD MEET MANUFACTURERS RECOMMENDATIONS. - - - - SHEET ENGINEERING CONSULTANTS A 1801 Industrial Circle - West Des Milnes. Iowa -50265 I O Phone: 515.256.8814- Fax: 515.256.0152 - www.harkedemar. o tm Prepared by: Joe Welter, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5144 Resolution No. 18-151 Resolution setting a public hearing on May 29, 2018 on plans, specifications, form of contract, and estimate of cost for the construction of the Landfill Dual Extraction System Construction Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in the Landfill Leachate Pumping System account # L3330. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: A public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 291 day of May, 2018, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. 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 plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this t 5th day of May 2018 Attest: S City Clerk Ma or ' f� roved y City Attorney's Office It was moved by sotchwav and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton ' le( 2� pC7jheadia PRESS-CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002927918 5/21/18 05I21I18 $33.54 Copy of Advertisement Exhibit"A" Subscribed and sworn to before me by said affiant this 21th day of May. 2018 ",tary Commission expires noticey is hereby given to City Council 13 the City of tt.. T...... will conduct a on on cc t fol Iowa at 7:00 p -m. 20181 said in said City, or ii saia iscancelled,City the next of tti ouncil as posted by the City specifications, form of indp the estimated cost a file in the office of the in City Hall in Iowa and may be inspected 'rested persons. sted person may appear eting of the City Council purpose of making to and comments said plans ns, contract or the cosi ;aid improvement. is given by order of the .cil of the City of Iowa and as provided by law. FR EHLING, CITY JC Prepared by: Joseph Welter, Public Works, 410 E. Washington St, Iowa City, IA 52240 (319) 356-5144 Resolution No. 18-178 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the Landfill Dual Extraction System Construction 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 plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and Whereas, 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 Landfill Leachate Pumping System Account # L3330. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above-named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to 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 261 day of June, 2018. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 31 day of July, 2018, or at a special meeting called for that purpose. Passed and approved this 29th day of May 2018 M or ppr ved by pp Attest: �C GCG ? 2 S ZLf-(p City Clerk City Attomey's Office Resolution No. 18-178 Page 2 It was moved by Thomas and seconded by sotchwav the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Botchway x Cole x Mims x Salih x Taylor x Thomas x Throgmorton A—t6-11 1 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 Notice to Bidders - Iowa City Landfill and Recycling Center Dual Extraction System Construction Classified ID: 110591 A printed copy of which is attached and made part of this certificate, provided on 05/30/2018 to be posted on the Iowa League of Cities' internet site on the following date: May 30, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 5/30/2018 OJ,, W,713� Alan Kemp, Executive Director NOTICE TO BIDDERS IOWA CITY LANDFILL AND RECYCLING CENTER DUAL EXTRACTION SYSTEM CONSTRUCTION Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 26th day of June, 2018. 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 7:00 P.M. on the 31 day of July, 2018, or at special meeting called for that purpose. The Project will involve the following: at the Iowa City Landfill and Recycling Center located at 3900 Hebl Avenue Southwest in Iowa City, including; purchase and installation of a rotary screw air compressor; purchase and installation of pneumatic pumps; purchase and installation of High Density Polyethylene (HDPE) piping for air and leachate distribution; construction of a lift station including HDPE manhole and pump; seeding, mulching, and fertilizing; construction staking, and other miscellaneous work, including connecting the newly installed infrastructure to existing infrastructure. All work is to be done in strict compliance with the plans and specifications prepared by Barker Lemar Engineering Consultants, of West Des Moines, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and 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 form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond 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 bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. AF -1 The following limitations shall apply to this Project: Working Days: 24 Specified Start Date: No Later than September 4, 2018 Specified Completion Date: October 31, 2018 Liquidated Damages: $1,250 per day beyond the October 31, 2018 completion date The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093, by bidders. A pre-bid meeting will be held at 10:00 AM on Wednesday, June 13, 2018 at the Iowa City Landfill and Recycling Center office, 3900 Hebl Avenue SW, Iowa City. Attendance at the pre-bid conference is encouraged but not required. A $75.00 fee is required for each set of the Project Manual and Drawings provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully 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 FRUEHLING, CITY CLERK AF -2 Julie Voparil From: Cindy Adams <CAdams@mbionline.com> Sent: Thursday, May 31, 2018 3:43 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 5.31.18 notice to bidders.pdf 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 Mormon Trek Boulevard Four Lane To Three Lane Conversion and Lighting Improvements Iowa City Landfill and Recycling Center Dual Extraction System Construction Creekside Park Improvements 2018 Project Melrose Avenue Fiber Optic Extension 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): May 31, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. May 31, 2018 [�� Date President/CEO of The Construction Update Plan Room Network Cindy Adams — Project Information Specialist Construction Update powered by ConstructConnect 221 Park Street — PO Box 695 - Des Moines, Iowa 50306 (D) 515.657.4388 (0) 515.288.7339 Fax: 515-288-8718 (e) mbiplanroom-dsm@mbionline.com www.mbionline.com Project Information Find w Follow us on Social Medial N Facebook if NOTICE TO BIDDERS RECEIVE® IOWA CITY LANDFILL AND RECYCLING CENTER MAY 3 0 2018 DUAL EXTRACTION SYSTEM CONSTRUCTION Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 26th day of June, 2018. 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 7:00 P.M. on the 3n° day of July, 2018, or at special meeting called for that purpose. The Project will involve the following: at the Iowa City Landfill and Recycling Center located at 3900 Hebl Avenue Southwest in Iowa City, including; purchase and installation of a rotary screw air compressor; purchase and installation of pneumatic pumps; purchase and installation of High Density Polyethylene (HDPE) piping for air and leachate distribution; construction of a lift station including HDPE manhole and pump; seeding, mulching, and fertilizing; construction staking, and other miscellaneous work, including connecting the newly installed Infrastructure to existing infrastructure. All work is to be done in strict compliance with the plans and specifications prepared by Barker Lemar Engineering Consultants, of West Des Moines, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder falls to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and 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 form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond 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 bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. AF -1 The following limitations shall apply to this Project: Working Days: 24 Specked Start Date: No Later than September 4, 2018 Specified Completion Date: October 31, 2018 Liquidated Damages: $1,250 per day beyond the October 31, 2018 completion date The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354- 8973, Toll -Free: (800) 779-0093, by bidders. A pre-bid meeting will be held at 10:00 AM on Wednesday, June 13, 2018 at the Iowa City Landfill and Recycling Center office, 3900 Hebl Avenue SW, Iowa City. Attendance at the pre-bid conference is encouraged but not required. A $75.00 fee is required for each set of the Project Manual and Drawings provided to bidders or other Interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. The fee is refundable If returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised thatthe City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder Intends to subcontract. This list shall Include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully 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 FRIJEHLING, CITY CLERK AF -2 ADDENDUM NO. 1 To: Planholders From: Barker Lemar Engineering Consultants, West Des Moines, IA; (515) 256-8814 Project: Dual Extraction System Construction Project Iowa City Landfill and Recycling Center Iowa City, Iowa Date Issued: June 19, 2018 INTRODUCTION: Purpose: The purpose of this addendum is to make changes, additions, deletions, revisions and clarifications to the bidding documents for the project referenced above. Bidders shall review the addendum work and requirements in detail and incorporate any effects the Addendum may have in their bid price. Acknowledgement: Bidders must acknowledge receipt of any and all Addenda in the space provided on the Proposal. Failure to do so may result in rejection of the bid. All requirements of the bidding documents remain unchanged except as cited herein. PROJECT MANUAL CHANGES: There are no project manual changes at this time. CLARIFICATIONS: 1. Pre -Bid meeting minutes are provided as Attachment A. 2. The Plan Holders List is provided as Attachment B. Dan Jensen, E.I. Project Engineer Copies: Plan Holders (via email) File Electronic File ria 0 END OF ADDENDUM an L D� M:VACLFl78004_Dual Ext System Const ServiceslDocslAdd411ACLF__Addd.docx Cn —in 1 r— ;-gym s m ox I ao FILED 2018 JUN 25 PM l* 58 CITY CLERK IOWA CITY, IOVIA N a) Q � C PREBID MEETING MINUTES DUAL EXTRACTION SYSTEM CONSTRUCTION PROJECT IOWA CITY LANDFILL AND RECYCLING CENTER IOWA CITY, IOWA BARKER LEMAR PROJECT NO. IACLF.18OO2 LOCATION: Iowa City Landfill and Recycling Center 3900 Hebl Avenue Southwest, Iowa City, Iowa Phone: (319) 356-5185 DATE: June 13, 2018 TIME: 10:00 A.M. 1. Sign in Sheet (Attachment 1) 2. Bid Opening Date and Time: A. Tuesday, June 26'", 2018 at 3:00 P.M. at the City Engineer's office of the City of Iowa City, Iowa. See Section AF Notice to Bidders, Section NB Note to Bidders, and Section FP Form of Proposal for submittal requirements. Discussion Notes: None. 3. General Description of Project: Dual Extraction System Construction A. Work Includes: Construction of a dual extraction system at the Iowa City Landfill and Recycling Center located at 3900 Hebl Avenue Southwest in Iowa City, including purchase and installation of a rotary screw air compressor; purchase and installation of pneumatic pumps; purchase and installation of High Density Polyethylene (HDPE) piping for air and leachate distribution; construction of a lift station including HDPE manhole and pump; seeding, mulching, and fertilizing; construction staking, and other miscellaneous work, including connecting the newly installed infrastructure to existing infrastructure. Discussion Notes: None. 4. Letting Procedures (See Section AF Notice to Bidders, Section NB Note to Bidders, and Section FP Form of Proposal). A. Use Form of Proposal (Section FP). B. Acknowledge Addenda on the Form of Proposal. C. Bid Security is required (10%). Discussion Notes: None. 5. Insurance N A. See Section NB, Section CC -6 and Section S-3 for Insurance requirements.($1,00=00 for Injury/$2,000,000 Aggregate). C' Discussion Notes: None. > 6. Performance and Payment Bonds (-)-< -=4c) N A. Performance and Payment Bonds are located in Section PB-1.�m M Discussion Notes: None. _ 7. Interpretations A. Only addenda can modify the proposal documents. m Discussion Notes: None. 8. Award of Contract A. See Notice to Bidders section (City Council Meeting on July 31, 2018). Discussion Notes: None. 9. Project Schedule A. Notice to Proceed shall be issued within twenty-five (25) days of issuance of Notice of Award (anticipated after the July 3rd, 2018 City Council Meeting). B. Specified Start Date shall be no later than September 4`", 2018. C. Pre -construction meeting shall be scheduled following issuance of the Notice to Proceed D. Substantial Completion Date: 1. Substantial Completion Date: October 31, 2018 or within fifty (50) working days of construction commencement. E. Liquidated Damages (See Section 00-11-13 and Section 00-52-00.): 1. Liquidated Damages: $1,250.00 per calendar day beyond the October 31, 2018 completion date. Discussion Notes: None. 10. Contract Price and Contract Times A. Contract Price and Contract Times shall only be changed via Work Change Directive or Change Order issued by the City. Discussion Notes: None. 11. Preliminary Schedules A. See Section 01-32-00, 1.02. B. The Contractor shall submit, prior to the pre -construction meeting, a detailed schedule of the proposed work with the controlling operation identified. Work may not begin until the schedule is approved by the Engineer. Discussion Notes: Work may begin immediately following award. Award will be on after the July 3 City Council Meeting. 12. Submittal Procedures A. See Section 01-33-00. Discussion Notes: Submittals shall be accompanied with a completely filled out submittal form provided in the documents. Submittals may be submitted to Dan Jensen via email (djensen @barkerlemar. com). 13. Payment Procedures A. Monthly, specific dates determined at pre -construction meeting based on City Council Schedule. c B. 5% Retainage. Discussion Notes: Due to relatively short project timeframes, we are on•,��,r,,r`istinc�c�qq�1�ee pay application upon completion of the work. Pay applications should brd ted Dan Jensen and City Staff to accommodate City Council meeting scheduler< =+n cn Rl 14. Sales and Use Tax <rrri 'O A. This project shall be considered exempt from all State Sales and Use TaFove ner Eil provide the Contractor with a copy of their Tax Exemption Certificate figowin Notice of Award. The exemption does not apply to materials, equipment and supplies co?&bmed by the contractor or subcontractors that are not incorporated into the real property being constructed. Discussion Notes: Owner will submit information packet to contractor after receipt of award which will include tax exemption forms. 15. Environmental Procedures (Section 01-35-43) A. Dust control, open burning, noise control, traffic controls, etc. B. Contractor responsible for becoming familiar with and complying with the Owner's Landfill Title V Air Permit. Discussion Notes: Dust is seasonally more of an issue during the proposed construction time. Watering road should be anticipated. 16. Site Access A. The Owner will provide the Contractor with a gate key for the duration of the project. Contractor responsible for ensuring site is secure when they are the last ones leaving the site at the end of a working day and shall provide the key back to the OWNER at time of Substantial Completion. Discussion Notes: None. 17. Construction Progress and Pre -installation Meetings A. Construction Progress Meetings shall be scheduled on a weekly, or as determined necessary, basis until Substantial Completion. Construction Progress Meetings shall be scheduled by the Owner or the Engineer Discussion Notes: Due to the relative short nature of this project, meetings will be scheduled as needed. 18. Testing A. Soils Testing (General and Compacted Fill) — Barker Lemar Discussion Notes: Although testing of soils is not required, Barker Lemar staff may test for trench backfill compaction if they are concerned with the compaction effort being completed by the contractor. 19. Survey A. See Section 01-20-00-3.02-B-21, Section 01-71-23 and Attachment B. Discussion Notes: Survey control information included in Attachment B. AutoCAD files will be provided to the contractor whom is awarded the project Survey all piping, valves, c/eanouts, etc. as outlined in the specifications. 20. Record Documents A. See Section FP, Section 01-20-00, and Section 01-77-00. Discussion Notes: None. 21. Substantial Completion/Final Payment A. Substantial Completion -See Section 01-77-00. B. Final Inspection —See Section 01-77-00. C. Final Payment— See Section 01-20-00 and Section 01-77-00. Discussion Notes: Substantial completion determined by operability of all proposed systems for their intended use. o 22. SafetyA. m Safety and Protection — See Section SC: S-6 and S-7. v=iry+ Discussion Notes: None. ro r ::i C--) 23. Owner Comments �rrnn = m Discussion Notes: None. _p _ 0 n N co 24. Review of Questions/Comments previously submitted. Question: What is the depth from surface to pump for the existing condensate pump where the pump will be installed? Engineer's Answer: Bottom of Condensate Sump Elevation: 775.00 feet High elevation (top of manhole plus 2 feet): 792.00 feet. Condensate manhole depth is documented to be 15 feet deep. Length of discharge line: 340 feet Diameter of discharge line: 1 inch (0.92 inch ID) Total Dynamic Head at 5 GPM (about what we are shooting for): 33 feet TDH This could be achieved with a Grundfos AP12.40.04.1 pump or equivalent (see item 2.08 and 2.09 of Section 33.05.033). Question: What does "wet storage' refer to in the first photo in Part 2, lines 3 and 4? Engineer's Answer: "Wet storage" is the tank before the desiccant drier, right out of the compressor. Question: Do you want us to provide a standalone tank vs. a tank mounted compressor? Engineer's Answer: On the spec provided by Ingersoll Rand , a compressor mounted on a 240 gallon tank was an option. We will be relatively flexible on the tanks, we just want to make sure we have the total storage as specified for the wet and dry storage tanks (cumulative). Question: Do you need remote access to the compressor? Or is this a main control panel that will have remote access so you can see data on the compressor such as temp, pressure etc? Engineer's Answer: For remote access, the control panel that typically come on an Ingersol Rand compressor is all we are looking for here. We want to have an electronic control panel with set points, pressures, temps etc. so we can tie our radios and SCADA systems into it in the future and it would be feasible to control it. Essentially, it needs an electronic PLC panel, which is very common. Question: Will 2" and 3" fusible HDPE time saver valves be acceptable? Valvels on detail 5/8 of the drawings conflict with specs. Engineer's Answer: Yes, those would be acceptable. 25. New Questions/Comments Discussion Notes: 1. Sources of power are available in the general areas where power is needed for the air compressor and proposed electric pumps. Power sources will need to be verified in the field and modified to support the proposed electrical system. This verification can be done during bidding or after award. 2. Below is a list of electrical contractors that have worked for the City of Iowa Cit§Vecently: a. Advanced Electric; Terry Ayers and Jake Moore. b. Gerard Electric; Rick Discher. c' `— c. Hawkeye Electric; Kirby Kesterson. d. Prime Electric; Brian Huelsenbeck. __4 n � 1 e. Randall Electric; Tom Randall. _<rn -p m f. Shay Electric; Jim Caslavka. - 3. Clean backfill materials (soil) are available on-site and are located west $the FNY18 Construction area. This project is set to be complete in early to mid-July. o) 4. Steel framing is acceptable for the compressor building. Any building larger than 144 square feet (12' x 12') will require a building permit. If required, a building permit will be filed by City staff after building layouttsize is submitted by the Contractor. 26. Tour of Project Location Discussion Notes: None. 5 N O_ C �C7 m L r �r rn -v M = Ln Go FILED 2018 JUN 25 PM 1: 58 CITY CLERK IOWA CITY, IOWA NAME (Signature) COMPANY ADDRESS CITY STATE & ZIP PHONE NO. FAX NO. PHI Barker Lemar Engineering Consultants 1801 Industrial Circle, West Des Moines, IA 50265 515-256-8814 515-256-0152 Cit -of low"i (Engineering) 41.0 E-Washin ton -Street, Iowa -City, IA 319-356-5410 City of Iowa Cit Landfill 300 Hebl Ave SW Iowa City, IA 319-356-5185 City of Iowa Ci Landfill 300 Hebl Ave SW, Iowa City, IA 319-356-5185 G IC q(O LA)A5ti,rJG-(.'J c -v ?% Tqy i A) e /. z` 3 a06 S63 %S/ 6&S r< dPM33 �f X113 8S :1 Wd SZ Nar 9102 x3"113 FILED 2818 JUN 25 PM 1:58 CITY CLERK IOWA CITY. IOWA RAZ OSDU tONS.Inc. Plan Holders List WLr"yYn � inSrrrs Landfill Dual Extraction System Construction Bids Due: 6/26/2018 Type of Plan Holder ArchitecUEngineer Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address Barker Lemar 1801 Industrial West Des IA 50265 (5 15) 256-8814 awatrous@barkerlemar.com Geothermal Circle Moines Services Contact Name Abby Watrous City of Iowa City 410 E Iowa City IA 52240 (319) 356-5144 joe-welter@iowa-city.org Engineering Washington St Contact Name Joe Welter Type of Plan Holder (Consultant Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address Hall & Hall 1860 Boyson Rd Hiawatha IA 52233 (319) 362-9548 (319) 362-7595 Susan@halleng.com Engineers Contact Name Susan Forinash Type of Plan Holder Electrical Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address Gerard Electric 1807 Stevens Iowa City IA 52240 (319) 337-6434 (319) 337-2122 jamieelson@gerardelectric.c NOT BIDDING %ONO d�i01 (52244) om 13 X313 Allo Contact Name Jamie Elson esti Nd szHnraioz Wednesday, June 13, 2018 (13-114 Page 1 of 4 Randall Electric 1222 Gilbert Ct Iowa City IA 52240 (319) 594-4049 (319) 354-2289 bryan@randallelectric.net Contact Name Bryan Kohler Type of Plan Holder (General Contractor Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address Geo -Synthetics 2401 Pewaukee Waukesha WI 53188 (605) 428-4353 mdowns@gsibp.com Systems Rd Contact Name Mark Downs J. J. Westhoff 700 Calvert St Lincoln NE 68502 (402) 421-1225 (402) 421-3638 pw@,jwesthoffcom Construction Co Contact Name Jerry Westhoff Tri Con Works 4080 CR 255 Stephenville TX 76401 (772) 538-8816 mstallard@triconworks.com Contact Name Mike Stallard Tricon 2245 Kerper Dubuque IA 52001 (563) 588-9516 (563) 588-9519 tricon@triconcg.com Construction Group Blvd Ste 2 Contact Name Ron Richard Type of Plan Holder (Mechanical Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address Bowker Mechanical 1000 32nd Ave Cedar IA 52404 (319) 364-2403 (319) 364-8753 bwall@bowkermechanical.co Contractors SW; PO Box Rapids (52406) m NOT BIDDING 1273 Contact Name Barb Type of Plan Holder Comnanv Name 89:1 Fid SZ N(V 810Z State ZIP Code Phone Number Fax Number Email Address Wednesday, June 13, 2018 I Page 2 of 4 Dodge Data & 4300 Beltway Arlington TX 76018 (347) 620-7930 (888) 667-8198 darlene.baker- Analytics Place Ste #180 mann@construction.com Contact Name Darlene Baker -Mann LaCrosse Builders 427 Gillette St La Crosse WI 54603 (608) 781-1819 (608) 781-1718 planroom@laxbx.com Exchange Contact Name Christine Bolwahn Master Builders of 221 Park St; PO Des Moines IA 50309 (515) 288-8904 (515) 288-2617 mbiplanroom- Iowa Box 695 dsm@mbionline.com Contact Name Cindy Adams Type of Plan Holder Subcontractor Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address A Better Earth, Inc. 11261 237th St Lawrence KS 66044 (785) 764-1674 bill@abetterearthllc.com Contact Name Bill Reetz Connolly 18409 N Peosta IA 52068 (563) 876-3225 (563) 876-3115 scoff@connollyconstmctioni Construction Cascade Rd nc.com Contact Name Scott Joe's Auto Salvage 5 N State St Pana IL 62557 (217) 562-4625 Contact Name Joe Coleman Lynch's 1967 Baker Ave West IA 52358 (319) 643-7135 (319) 643-7151 lynchexinc@aol.com Excavating, Inc. Branch . uan] Contact Name Lawrence Lynch Miller Trucking & 3303 Johnbul tit IL 61282 Excavating Deere Rd�i`� 85 :1 4d SZ Wcfl%gct Name April Wednesday, June 13, 2018 G3-11 1 (309)755-7644 (309)796-2967 Luchsinger april@mte47.com Page 3 of 4 Schimberg Co 1106 Shaver Rd Cedar IA 52402 (319) 731-3139 (319) 731-3243 tsigmund@schimberg.com NE Rapids Contact Name Terry Sigmund SCS Field Service 11260 Roger Reston VA 20190 (703) 471-6150 Bacon Dr Ste 300 Contact Name Lauri Veit & Company, 14000 Veit P1 Rogers MN 55374-9584 (763) 428-2242 (763) 428-8348 estimating@veitusa.com Inc Contact Name Estimating Coordinator Vl'1 I M10 W01 M318 A113 8S : I Wd SZ HAP 0101 Wednesday, June 13, 2018 0 3 "1 1 A Page 4 of 4 Prepared by: Joe Welter, Public Works, 410 East Washington Street, Iowa City, Iowa 52240 (319) 356-5144 Resolution No. 18-187 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the Landfill Dual Extraction System Construction Project. Whereas, Tri Con Works, LLC of Houston, Texas, has submitted the lowest responsible bid of $492,419.20 for construction of the above-named project; and Whereas, funds for this project are available in the Landfill Leachate Pumping System Account # L3330; and Whereas, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above- named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that The contract for the construction of the above-named project is hereby awarded to Tri Con Works, LLC, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 3rd day of July / 2018 L . MaAr Approved by Attes F. i� JzQu� r_ JA tie tvz/g�i✓ City Clerk City Attorney's Office It was moved by Mims and seconded by Thomas the Resolution be adopted, and upon roll call there were Ayes: X X X Nays: Absent: X X X X Botchway Cole Mims Salih Taylor Thomas Throgmorton Bond No. US00082376SU18A PERFORMANCE AND PAYMENT BOND Tri Con Works. LLC 1211 Hollywood Street Houston Texas 77015, as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and XL Specialty Insurance Company (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of four hundred ninety-two thousand four hundred nineteen dollars and twenty cents ($492.419.20) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for the Iowa City Landfill and Recycling Center Dual Extraction System Construction Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Barker Lemar Engineering Consultants Inc., which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. S. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a_contra(f between such bidder and Owner, and make available, as work progres veA- rsubsthough there may be a default or a succession of defaults under the Agrnt Sr- subsequent equent contracts of completion arranged under this paragraph), sufficietjunc� to pay the cost of completion, less the balance of the Contract PricS n� exceeding the amount set forth in the first paragraph hereof. The term ""alai ce" is M1 _ PB -1 Bond No. US00082376SU18A the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if A were expressly set out herein. SIGNED AND SEALED THIS 12A DAY OF 2018 IN THE PRESENCE OF: Witness N0& TjL aness Holly Tallone Tri Con Works, LLC XL Specialty Insurance Company (Surety) Kathleen M. Coen (Title) Attorney -in -Fact 70 Seaview Avenue (Street) Stamford. CT 06902 (City, State, Zip) 203-964-5200 (Phone) rn 0 N m o m C- C= D� -C C -)CID PB -2 _ w t' o rn 0 -- - Power of Attorney XL Specialty Insurance Company XL Reinsurance America Inc. THIS IS NOT A BOND NUMBER LIMITED POWER OF ATTORNEY XL1527866 KNOW ALL MEN BY THESE PRESENTS: That XL Specialty Insurance Company, a Delaware insurance company with offices located at 505 Eaglevlew Blvd., Exton, PA 19341, and XL Reinsurance America Inc., a New York insurance company with offices located at 70 Seaview Avenue, Stamford, CT 06902, do hereby nominate, constitute, and appoint: Holly Talions, Michelle G. Higgins, Kathleen M. Coen, Louis J. Bensinger each its true and lawful Attorney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, , for the penal sum of no one of which is in any event to exceed $99,999,999.00. Such bonds and undertakings, when duly executed by the aforesaid Attorney (s) - in - Fait shall be binding upon each said Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. The Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of each of the Companies on the 26th day of July 2017. RESOLVED, that Gary Kaplan, Daniel Riordan, Maria Duhart, Gregory Boal and Kevin Mirsch are hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co -surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest the execution of any such bonds, undertakings, contracts or obligations in surety or co -surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that Gary Kaplan, Daniel Riordan, Maria DuhaM Gregory Boal and Kevin Mirsch each is hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co- surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co- surety with others to which it is attached. IN WITNESS WHEREOF, the XL SPECIALTY INSURANCE COMPANY has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this April 4th, 2018. XL SPECIALTY INSURANCE COMPANY - ev.OpPOqLI,t♦ . SEAL y. _-- - Gregory Boal, VICE PRESIDENT Attest: STATE OF PENNSYLVANIA Kevin M. Mirsch, ASSISTANT SECRETARY COUNTY OF CHESTER On this 4th day of April, 2018, before me personally came Gregory Boal to me known, who, being duly sworn, did depose and say: that he is Vice President of XL SPECIALTY INSURANCE COMPANY, described in and which executed the above Instrument; that he knows the seals of said Companies; that the seals affixed to the aforesaid instrument are such corporate seats and were affixed thereto by order and authority of the Boards of Directors of - said Companies; and that he executed the said instrument by fike order. — COMMONWEALTH OF PENNSYLVANIA _ NOTARIAL SEAL F. C. Shelhoub, Notary Public of _ thoc im Twp., Chester County - - My Commiasan Expires April 28. 2020 Rebecca C Shalhoub, NOTARY PUBLIC �- = 5'cM N 1'LYANM A i e A Es _ry CD __ - — - -- - -- n C— C= — _ D --i r � C-) �) OD r <r*t v SBW42F-�- - o w STATE OF PENNSYLVANIA - - COUNTY OF CHESTER I, Kevin M. Mirsch, Assistant Secretary of XL SPECIALTY INSURANCE COMPANY, a corporation of the State of Delaware, do hereby certify that the = above and forgoing is a full, true and correct Copy of a Power of Attorney issued by said Companies, and that I have compared same with the original and that it is a correct transcript therefrom and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporations, at the City of Ekon, this _ day of yitasurt,ty, �Yr0pYOR,�in'.O KMAJ SEAL Kevin M. Mirsch, ASSISTANT SECRETARY IN WITNESS WHEREOF, XL REINSURANCE AMERICA INC. has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly _ authorized officers this 4th day of April, 2018. - XL REINSURANCE AMERICA INC. � Gregory Boal, VICE PRESIDENT -- `SEAL Attest: Kevin M. Mirsdt ASSISTANT SECRETARY - STATE OF PENNSYLVANIA -- - - `- -- - -_ COUNTY OF CHESTER On this 4th day of April, 2018, before me personally came Gregory Boal to me known, who, being duly sworn, did depose and say: that he is Vice President of XL REINSURANCE AMERICA INC., described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto by order and authority of the Board of Directors of said Corporation, and that he executed the said instrument by like order. / COMMONWEALTH OF PENNSYLVANIA _ NOTARIAL SEALFR.beeu C. ShrtMoub, Notuy PubOe wchlan Twp., Chostor County omnu . Expues April 26, 2020 xtu ER. o_eaonvAvu ♦ Cw i x WITAR!ES Rebecca C. Shalhoub, NOTARY PUBLIC STATE OF PENNSYLVANIA --_ - COUNTY OF CHESTER I, Kevin M. Mirsch, Assistant Secretary of XL REINSURANCE AMERICA INC. a corporation of the State of New York, do hereby certify that the person who - - executed this Power of Attorney, with the rights, respectively of XL REINSURANCE AMERICA INC., do hereby certify that the above and forgoing is a full, true and correct copy of a Power of Attorney issued by said Corporation, and that I have compared same with the original and that it is a correct transcript therefrom and of the whole original and that the said Power of Attorney is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation, at the City of Edon, this _ day of - tAhrC 4 . 6 til AA AL �n Kevin M. Mirsch, ASSISTANT SECRETARY This Power of Attorney may not be used to execute any bond with an inception date after April 4, 2023 SB004f C�o a c') d THIS DOCUMENT 0042-1 U t =` m 0 N THIS DOCUMENT XL SPECIALTY INSURANCE COMPANY STATUTORY STATEMENT OF ADMITTED ASSETS, LIABILITIES, CAPITAL AND SURPLUS December 31, 2017 (U.S. Dollars) Assets: Bonds Stocks Cash and short-term investments Receivable for securities Total Invested Assets Agents Balances Funds held by or deposited with reinsured companies Reinsurance recoverable on loss and loss adjustment expense payments Accrued interest and dividends Other admitted assets Liabilities: 718,366,453 Loss & loss adjustment expenses 47,536,448 Reinsurance payable on paid loss and loss adjustment expenses 212,517,166 Unearned premiums Ceded reinsurance premium payable 978,420,067 Funds held by company under reinsurance treaties Payable for Securities 207,332,363 941,932 100,501,726 405,198,657 Other Liabilities 38,953,362 Total Liabilities 752,928,040 53,306,378 Capital and Surplus: Aggregate write-ins for special 3,730 surplus funds Common capital Stock 5,812,500 Gross paid in and contributed surplus 302,743,655 3,558,126 Unassigned surplus 4,963,676 31,159,570 Total Capital and Surplus 915,519,851 Total Admitted Assets 1,066,447,871 Total Liabilities, Capital and Surplus 1,088,417,871 I, Andrew Robert Will, Vice President and Controller of XL Specialty Insurance Company (the "Corporation") do hereby certify that to the best of my knowledge and belief, the foregoing is a full and true Statutory Statement of Admitted Assets, Liabilities, Capital and Surplus of the Corporation, as of December 31, 2017, prepared in conformity with the accounting practices prescribed or permitted by the Insurance Department of the State of Delaware. The foregoing statement should not be taken as a complete statement of financial condition of the Corporation. Such a statement is available upon request at the Corporation's principal office located at Seaview House, 70 Seaview Avenue, Stamford, CT 06902-06040. N IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Corporation at Stamford, C asecticut. c� Vice President and Controite4 pp M -7D a w 0 State of Connecticut County of Fairfield The foregoing financial information was acknowledged before me this 25th of April, 2018 by Andrew Robert Will of XL Specialty Insurance Company on behalf of the corporation� Public N a m 1 D.=+ C-)� r r rn s rn � o� Q w ;� o XL SPECIALTY INSURANCE COMPANY STATUTORY STATEMENT OF ADMITTED ASSETS, LIABILITIES, CAPITAL AND SURPLUS December 31, 2017 (U.S. Dollars) Assets: Bonds Stocks Cash and short-term investments Receivable for securities Total Invested Assets Agents Balances Funds held by or deposited with reinsured companies Reinsurance recoverable on loss and loss adjustment expense payments Accrued interest and dividends Other admitted assets Total Admitted Assets Liabilities: 718,366,453 Loss 8 loss adjustment expenses 207,332,363 47,536,448 Reinsurance payable on paid loss and loss 941 932 adjustment expenses 212,517,166 Unearned premiums 100,501,726 Ceded reinsurance premium payable 978,420,067 Funds held by company under reinsurance 405,198,657 treaties Payable for Securities Other Liabilities 38,953,362 Total Liabilities 752,928,040 53,306,378 Capital and Surplus: Aggregate write-ins for special 3,730 surplus funds Common capital Stock 5,812,500 Gross paid in and contributed surplus 302,743,655 3,558,126 Unassigned surplus 4,963,676 31,159,570 Total Capital and Surplus 313,519,831 1,066,447,871 Total Liabilities, Capital and Surplus 1,066,447,871 I, Andrew Robert Will, Vice President and Controller of XL Specialty Insurance Company (the "Corporation") do hereby certify that to the best of my knowledge and belief, the foregoing is a full and true Statutory Statement of Admitted Assets, Liabilities, Capital and Surplus of the Corporation, as of December 31, 2017, prepared in conformity with the accounting practices prescribed or permitted by the Insurance Department of the State of Delaware. The foregoing statement should not be taken as a complete statement of financial condition of the Corporation. Such a statement is available upon request atthe Corporation's principal office located at Seaview House, 70 Seaview Avenue, Stamford, CT 06902.06040. o co IN WITNESS WHEREOF, I have hereunto set my hand and affixed the I of the Corporation at Stan�Cormac8cut� and Controller �r �v { 1 1 G� f FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Tri Con Works, LLC ("Contractor") WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the 11"' day of May, 2018, for the Iowa City Landfill and Recycling Center Dual Extraction System Construction Project ("Project"), and WHEREAS, Contractor submitted a bid on the Project described in said Plans, Specifications, Proposal and Contract, and WHEREAS, the parties hereto now wish to enter into this agreement 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 Form of Proposal including the total extended amount of $492,419.20, which sums are incorporated herein by this reference. 2. This Agreement consists of the following additional component parts which are incorporated herein by reference: N O a. Addenda Number 1, attached hereto; G b. "Standard Specifications for Highway and Bridge C ru4n," s of -� 2015, Iowa Department of Transportation, as amended, o c. Plans; d. Technical Specifications and Supplementary Conditions; Gil e. Performance and Payment Bond; f. Contractor's Completed Bidder Status Form; attached hereto; g. Contractor's Completed Assurance of Contract Compliance Program (Anti - Discrimination Requirements), attached hereto; h. Completed Form of Proposal; and i. This Instrument. The above components are deemed complementary and should be read together. In the AG -1 event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): "II iiinll Fnainao.s.rt.t I I ¢ d'/', oo 11,1111MR, 110, DATED this GO411 day of 1 c + 120 CCS j Contractor By By ayor ATTEST: City Clerk AG -2 (Company Official) Approved By: i ,v City Attorney's Office �/ f n -. Z" --q Q-) 1 n -G N r— n O m -o c�� _ N ADDENDUM NO. 1 To: Planholders From: Barker Lemar Engineering Consultants; West Des Moines, IA; (515) 256-8814 Project: Dual Extraction System Construction Project Iowa City Landfill and Recycling Center Iowa City, Iowa Date Issued: June 19, 2018 INTRODUCTION: Purpose: The purpose of this addendum is to make changes, additions, deletions, revisions and clarifications to the bidding documents for the project referenced above. Bidders shall review the addendum work and requirements in detail and incorporate any effects the Addendum may have in their bid price. Acknowledgement: Bidders must acknowledge receipt of any and all Addenda in the space Provided on the Proposal. Failure to do so may result in rejection of the bid. All requirements of the bidding documents remain unchanged except as cited herein. PROJECT MANUAL CHANGES: There are no project manual changes at this time. CLARIFICATIONS: 1. Pre -Bid meeting minutes are provided as Attachment A. 2. The Plan Holders List is provided as Attachment B. Dan Jensen, E.I. Project Engineer Copies: Plan Holders (via email) File Electronic File END OF ADDENDUM M-11ACLF118004_Dual Ext System Const ServiceslDocsWdd-1 iIACLF Add-1.docx 0 o D _.l -< CD {� r -v M rn = -r W N ATTACHMENT A Pre -Bid Meeting Minutes N O m V7 c < C p�+� e� —0 �� Z c) N PREBID MEETING MINUTES DUAL EXTRACTION SYSTEM CONSTRUCTION PROJECT IOWA CITY LANDFILL AND RECYCLING CENTER IOWA CITY, IOWA BARKER LEMAR PROJECT NO. IACLF.18002 LOCATION: Iowa City Landfill and Recycling Center 3900 Hebl Avenue Southwest, Iowa City, Iowa Phone: (319) 356-5185 DATE: June 13, 2018 TIME: 10:00 A.M. 1. Sign in Sheet (Attachment 1) 2. Bid Opening Date and Time: A. Tuesday, June 26`h, 2018 at 3:00 P.M. at the City Engineer's office of the City of Iowa City Iowa. See Section AF Notice to Bidders, Section NB Note to Bidders, and Section FP Form of Proposal for submittal requirements. Discussion Notes: None. 3. General Description of Project: Dual Extraction System Construction A. Work Includes: Construction of a dual extraction system at the Iowa City Landfill and Recycling Center located at 3900 Hebl Avenue Southwest in Iowa City, including purchase and installation of a rotary screw air compressor; purchase and installation of pneumatic pumps; purchase and installation of High Density Polyethylene (HDPE) piping for air and leachate distribution; construction of a lift station including HDPE manhole and pump; seeding, mulching, and fertilizing; construction staking, and other miscellaneous work, including connecting the newly installed infrastructure to existing infrastructure. Discussion Notes: None. 4. Letting Procedures (See Section AF Notice to Bidders, Section NB Note to Bidders, and Section FP Form of Proposal). A. Use Form of Proposal (Section FP). B. Acknowledge Addenda on the Form of Proposal. C. Bid Security is required (10%). Discussion Notes: None. 5. Insurance A. See Section NB, Section CC -6 and Section S-3 for Insurance requirements ($1,00000 for Injury/$2,000,000 Aggregate). o Discussion Notes: None. o rn cz T , 1 6. Performance and Payment Bonds A—a G-' A. Performance and Payment Bonds are located in Section PB -1. n Discussion Notes: None. _ r— �r1 -o M 7. Interpretations � a A. Only addenda can modify the proposal documents. r Discussion Notes: None. 8. Award of Contract A. See Notice to Bidders section (City Council Meeting on July 3rd, 2018). Discussion Notes: None. 9. Project Schedule A. Notice to Proceed shall be issued within twenty-five (25) days of issuance of Notice of Award (anticipated after the July 3rtl, 2018 City Council Meeting). B. Specified Start Date shall be no later than September 411, 2018. C. Pre -construction meeting shall be scheduled following issuance of the Notice to Proceed D. Substantial Completion Date: 1. Substantial Completion Date: October 31, 2018 or within fifty (50) working days of construction commencement. E. Liquidated Damages (See Section 00-11-13 and Section 00-52-00.): 1. Liquidated Damages: $1,250.00 per calendar day beyond the October 31, 2018 completion date. Discussion Notes: None. N O 10. Contract Price and Contract Times A. Contract Price and Contract Times shall only be changed via Work Change-)Dirgtive or+ Change Order issued by the City. ' --� °-) <� --< r'3 Discussion Notes: None. r o 11. Preliminary Schedules 3 A. See Section 01-32-00, 1.02. B. The Contractor shall submit, prior to the pre -construction meeting, a detailed schedule of the proposed work with the controlling operation identified. Work may not begin bntil the schedule is approved by the Engineer. Discussion Notes: Work may begin immediately following award. Award will be on after the July 3 City Council Meeting. 12. Submittal Procedures A. See Section 01-33-00. Discussion Notes: Submittals shall be accompanied with a completely filled out submittal form provided in the documents. Submittals may be submitted to Dan Jensen via email (djensen _barkerlemar.com). 13. Payment Procedures A. Monthly, specific dates determined at pre -construction meeting based on City Council Schedule. B. 5% Retainage. Discussion Notes: Due to relatively short project timeframes, we are only anticipating one pay application upon completion of the work. Pay applications should be coordinated with Dan Jensen and City Staff to accommodate City Council meeting schedule. 14. Sales and Use Tax A. This project shall be considered exempt from all State Sales and Use Tax. The Owner shall provide the Contractor with a copy of their Tax Exemption Certificate following Notice of Award. The exemption does not apply to materials, equipment and supplies consumed by the contractor or subcontractors that are not incorporated into the real property being constructed. Discussion Notes., Owner will submit information packet to contractor after receipt of award which will include tax exemption forms. 15. Environmental Procedures (Section 01-35-43) A. Dust control, open burning, noise control, traffic controls, etc. B. Contractor responsible for becoming familiar with and complying with the Owner's Landfill Title V Air Permit. Discussion Notes: Dust is seasonally more of an issue during the proposed construction time. Watering road should be anticipated. 16. Site Access A. The Owner will provide the Contractor with a gate key for the duration of the project. Contractor responsible for ensuring site is secure when they are the last ones leaving the site at the end of a working day and shall provide the key back to the OWNER at time of Substantial Completion. Discussion Notes: None. 17. Construction Progress and Pre -installation Meetings A. Construction Progress Meetings shall be scheduled on a weekly, or as determined necessary, basis until Substantial Completion. Construction Progress Meetings shall be scheduled by the Owner or the Engineer Discussion Notes: Due to the relative short nature of this project, meetings will be scheduled as needed. 18. Testing A. Soils Testing (General and Compacted Fill) — Barker Lemar Discussion Notes: Although testing of soils is not required, Barker Lemar staff may test for trench backfill compaction if they are concerned with the compaction effort being completed by the contractor. 19. Survey A. See Section 01-20-00-3.02-B-21, Section 01-71-23 and Attachment B. Discussion Notes: Survey control information included in Attachment B. AutoCAD files will be provided to the contractor whom is awarded the project Survey all piping, valves, cleanouts, etc. as outlined in the specifications. 20. Record Documents A. See Section FP, Section 01-20-00, and Section 01-77-00. Discussion Notes: None. 21. Substantial Completion/Final Payment A. Substantial Completion - See Section 01-77-00. B. Final Inspection — See Section 01-77-00. C. Final Payment— See Section 01-20-00 and Section 01-77-00. Discussion Notes: Substantial completion determined by operability of all proposed systems for their intended use. 22. Safety o A. Safety and Protection — See Section SC: S-6 and S-7. o �' Discussion Notes: None. :iEE! s. 3>—a G1 23. Owner Comments n-< c (` Discussion Notes: None. in -<r- -v M ' Jc r 24. Review of Questions/Comments previously submitted. P;, Question: What is the depth from surface to pump for the existing condensate pump where the pump will be installed? Engineer's Answer: Bottom of Condensate Sump Elevation: 775.00 feet High elevation (top of manhole plus 2 feet): 792.00 feet. Condensate manhole depth is documented to be 15 feet deep. Length of discharge line: 340 feet Diameter of discharge line: 1 inch (0.92 inch ID) Total Dynamic Head at 5 GPM (about what we are shooting for): 33 feet TDH This could be achieved with a Grundfos AP12.40.04.1 pump or equivalent (see item 2.08 and 2.09 of Section 33.05.033). Question: What does "wet storage' refer to in the first photo in Part 2, lines 3 and 4? Engineer's Answer: "Wet storage' is the tank before the desiccant drier, right out of the compressor. Question: Do you want us to provide a standalone tank vs. a tank mounted compressor? Engineer's Answer: On the spec provided by Ingersoll Rand , a compressor mounted on a 240 gallon tank was an option. We will be relatively flexible on the tanks, we just want to make sure we have the total storage as specified for the wet and dry storage tanks (cumulative). Question: Do you need remote access to the compressor? Or is this a main control panel that will have remote access so you can see data on the compressor such as temp, pressure etc? Engineer's Answer: For remote access, the control panel that typically come on an Ingersol Rand compressor is all we are looking for here. We want to have an electronic control panel with set points, pressures, temps etc. so we can tie our radios and SCADA systems into it in the future and it would be feasible to control it. Essentially, it needs an electronic PLC panel, which is very common. Question: Will 2" and 3" fusible HDPE time saver valves be acceptable? Valvels on detail 5/8 of the drawings conflict with specs. Engineer's Answer: Yes, those would be acceptable. 25. New Questions/Comments Discussion Notes: 1. Sources of power are available in the general areas where power is needed for the air compressor and proposed electric pumps. Power sources will need to be verified in the field and modified to support the proposed electrical system. This verification caa be done during bidding or after award. 2. Below is a list of electrical contractors that have worked for the City of IOvG-jPit�tt ecen� a. Advanced Electric; Terry Ayers and Jake Moore. 1>__4 c-� b. Gerard Electric; Rick Discher. o j c. Hawkeye Electric; Kirby Kesterson. r— d. Prime Electric; Brian Huelsenbeck. a e. Randall Electric; Tom Randall. f. Shay Electric; Jim Caslavka. 3. Clean backfill materials (soil) are available on-site and are located west of the FY18 Construction area. This project is set to be complete in early to mid-July. 4. Steel framing is acceptable for the compressor building. Any building larger than 144 square feet (12' x 12') will require a building permit. If required, a building permit will be filed by City staff after building layout/size is submitted by the Contractor. 26. Tour of Project Location Discussion Notes: None. 5 N O O m D—i cGi c-) o r FILED 2018 AUG 20 PM 4: S:' CITY CLERK IOVIA CIT `1, ! ."' Pne-Sid MI Sign In Sheet Iowa City Landfill and Recyollrlg center FY1S Call Construc0on 10:OOam June 13, 2015 3800 Hebl Avenue SW, Iowa City, Iowa 0z 9nv 8161 M:\IACLFlt8004_Ouel Eat Syslem Const Servlc,3st0ocstPrcBid Mfg Sign In -1l:1 1ty 85G NAME Prlded NAA$ nsCOMPANY ADDRESS CITY STATE & ZIP PHONE NO. FAX NO. I PHONE NO. CELL E-MAIL + Dan Jansen Banker Lerner Engineering Consulle lts 1801 Industrial Code, West Dos Moines IA W285 515-2558814 51625&-0152 841-313-1008 rkerlemar. 3 Jaaarrfrff—m QtyvWM91GftyjEngInemI 440E.%V" 1. Cit,W 3143565410 -h v 4 Jen Johan Cky of lave City (Landfl+) 300 Hebl An SW Iowa Uty, IA 310.1565185 fer artlan 8 Joon Eolulal, Cky of Iowa M(Landfill) 300 Heol Ave SW, lows City, w 3103556185 AW"ckrdnM.<It,o,n 5 3 Too WILLTlL - re EIC Cee.. S 1{(0 yo IOU z s 3 PS/ irw- 5T4'i r` Sac-w<Utq��- 9 10 +1 12 13 14 +e +0 iT 1s 0z 9nv 8161 M:\IACLFlt8004_Ouel Eat Syslem Const Servlc,3st0ocstPrcBid Mfg Sign In -1l:1 1ty 85G FILED 2016 AUG 20 PM 4: CITY CLEM IOWA CITY. !' xEP� oeuC'n0NS.1., . Plan Holders List Landfill Dual Extraction System Construction Bids Due: 6/26/2018 Type of Plan Holder hitect/Engineer Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address Barker Lemar 1801 Industrial West Des IA 50265 (515) 256-8814 awatrous@barkerlemar.com GeotherServices Circle Moines Contact Name Abby Watrous City of Iowa City 410 E Iowa City IA 52240 (319) 356-5144 joe-welter@iowa-city.org Engineering Washington St Contact Name Joe Welter Type of Plan Holder Consultant Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address Hall & Hall 1860 Boyson Rd Hiawatha IA 52233 (319) 362-9548 (319) 362-7595 susan@halleng.com Engineers Contact Name Susan Forinash Type of Plan Holder Electrical Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address Gerard Electric 1807 Stevens Iowa City IA 52240 (3 19) 337-6434 (319) 337-2122 jamieelson@gerardelectric.c NOT BIDDING Dr; PO Box (52244) om 1301 ] jj0 V 01 Contact Name Jamie Elson ° "� 213-10 11.10 :h Wd OZ ON 9191 Wednesday, June 13, 2018 a -.i Page 1 of 4 Randall Electric 1222 Gilbert Ct Iowa City IA 52240 (319) 594-4049 (319) 354-2289 bryan@randallelectric.net Contact Name Bryan Kohler Type of Plan Holder General Contractor Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address Geo -Synthetics 2401 Pewaukee Waukesha WI 53188 (605) 428-4353 mdowns@gsibp.com Systems Rd Contact Name Mark Downs J. J. Westhoff 700 Calvert St Lincoln NE 68502 (402) 421-1225 (402) 421-3638 jjw@jjwesthoffcom Construction Co Contact Name Jerry Westhoff Tri Con Works 4080 CR 255 Stephenville TX 76401 (772) 538-8816 mstallard@triconworks.com Contact Name Mike Stallard Tricon 2245 Kerper Dubuque 1A 52001 (563) 588-9516 (563) 588-9519 tricon@triconcg.com Construction Group Blvd Ste 2 Contact Name Ron Richard Type of Plan Holder IMechanical Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address Bowker Mechanical 1000 32nd Ave Cedar IA 52404 (319) 364-2403 (319) 364-8753 bwall@bowkermechanical.co Contractors SW; PO Box Rapids (52406) In NOT BIDDING 1273 Contact Name Barb Type of Plan Holder Plan Room 7T , , , , , , .., n, i'7 r1Tr7Tr Company Name Billing Address City State ZIP Code Phone Number Fax Nu 4g-j� A Email Address h Rd OZ 9(iMOZ Wednesday, June 18, 2018 a I Page 2 of 4 Dodge Data & 4300 Beltway Arlington TX 76018 (347) 620-7930 (888) 667-8198 darlene.baker- Analytics Place Ste #180 mann@construction.com Contact Name Darlene Baker -Mann LaCrosse Builders 427 Gillette St La Crosse WI 54603 (608) 781-1819 (608) 781-1718 planroom@laxbx.com Exchange Contact Name Christine Bolwahn Master Builders of 221 Park St; PO Des Moines IA 50309 (515) 288-8904 (515) 288-2617 mbiplanroom- Iowa Box 695 dsm@mbionline.com Contact Name Cindy Adams Type of Plan Holder Subcontractor Company Name Billing Address City State ZIP Code Phone Number Fax Number Email Address A Better Earth, Inc. 11261 237th St Lawrence KS 66044 (785) 764-1674 bill@abetterearthllc.com Contact Name Bill Reetz Connolly 18409 N Peosta IA 52068 (563) 876-3225 (563) 876-3115 scott@conoollyconstructioni Construction Cascade Rd nc.com Contact Name Scott Joe's Auto Salvage 5 N State St Pana IL 62557 (217) 562-4625 Contact Name Joe Coleman Lynch's 1967 Baker Ave West IA 52358 (319) 643-7135 (319) 643-7151 lynchexinc@aol.com Excavating, Inc. Branch Contact Name Lawrence Lynch Miller Trucking & 3303 John Silvis IL 61282 (309) 755-7644 (309).7 jy;296h13 d pril@mte47.com Excavating Deere Rd1i2131� A113 Contact Name April Luchsinger :� Nd oz ON olua Wednesday, June 13, 2018 a I Page 3 of 4 Schimberg Co 1106 Shaver Rd Cedar IA 52402 (319) 731-3139 (319) 731-3243 tsigmund@schimberg.com NE Rapids Contact Name Terry Sigmund SCS Field Service 11260 Roger Reston VA 20190 (703) 471-6150 Bacon Dr Ste Contact Name Lauri 300 Veit & Company, 14000 Veit PI Rogers MN 55374-9584 (763) 428-2242 (763) 428-8348 estimating@veitusa.com Inc Contact Name Estimating Coordinator Oz sav 116Z Wednesday, June 13, 2016 Page 4 of 4 a��I� Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: [ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ 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 nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / ! n G t Dates: ! / to City, State, Zip: Dates: / / to ! / You may attach additional sheets) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: eXCIL S 2. Does your company's home state or foreign country offer preferences 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. You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 N 0 Address: City, State, Zip: n G t 7 N Address: o City, State, Zip: You may attach additional sheets) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: eXCIL S 2. Does your company's home state or foreign country offer preferences 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. You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet maybe 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 orjoint venture. More then 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes [4 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 it's 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 L? 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 filer a state other r than Iowa, has received a certificate of authority to transact business in Iowa andAe cert, ifite has not been revoked or canceled. _ i j L5 No j- e r -0 1 -n r C, BF -2 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 race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 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. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? pPktc (rvigQ 4 W �obsite trai s. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) 1k$-LAS3-%65L 1211 HoU4woudSt- ,Rowston, U 17o1S Phone number Address The undersigned agrees to display, in conspicuous places at the work site, all posterk required by federal and state law for the duration of the contract. NOTE: The City can provide`lBsistance in obtaining the necessary posters. _> `C c D� c� N O �n �r— -O �� 1 �i - Z i t W. C 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? mghassftontractmmpliance.doc CC -2 The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Tri (_w yyo(ks. tj,C, mgr\asshcontractcompliance.doc W(05q Phone Number RIN 0'1.12.18 Date CC -3 N C* O � m a �n O r- rn s - 4) r ;�k7T�RI CON LLC® Equal Employment Oyyortunity Statement Tri Con Works, LLC is an Equal Opportunity Employer and Prohibits Discrimination and Harassment of Any Kind. Tri Con Works, LLC is committed to the principle of equal employment opportunity for all employees and to providing employees with a work environment free of discrimination and harassment. All employment decisions at Tri Con Works, LLC are based on business needs, job requirements and individual qualifications, without regard to race, color, religion or belief, national, social or ethnic origin, sex (including pregnancy), age, physical, mental or sensory disability, HIV Status, sexual orientation, gender identity and/or expression, marital, civil union or domestic partnership status, past or present military service, family medical history or genetic information, family or parental status, or any other status protected by the laws or regulations in the locations where we operate. Tri Con Works, LLC will not tolerate discrimination or harassment based on any of these characteristics. I have read and understand the EEOC Statement. Name Date N O Q m 1%:{ G o a Prepared by: Joe Welter, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 Resolution No. 18-332 Resolution accepting the work for the Landfill Dual Extraction System Construction Project Whereas, the Engineering Division has recommended that the work for construction of the Landfill Dual Extraction System Construction Project, as included in a contract between the City of Iowa City and Tri Con Works, LLC of Houston, Texas, dated August 20, 2018, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Landfill Cell Design and Construction account #L3330;and Whereas, the final contract price is $483,329.80. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 18th day of December M or Attest- CiClerk It was moved by Salih and seconded by adopted, and upon roll call there were: Ayes: X X X X X X X Nays: 2018 A roved by ;2 City Attorney's Office Thomas Absent: the Resolution be Cole Mims Salih Taylor Teague Thomas Throgmorton �,G