HomeMy WebLinkAboutWATER MAIN DIRECTIONAL BORING/2010WATER MAIN
DIRECTIONAL
BORING PROJECT/
2010
w~t~Q.~' 1 ~ ~~~ ,'~ ~ , C'2~~1 or1.lC-~ ~o C' ~ nA ~ca9 @ ~ D~ a
~t7~0 ,/
oZL-~>;8- /o ~~ ~(4.-~g~ C.G-~,crti~-or~.SJ ~ra,~'vbct1~ ~pY'r-.. o~ CD~r~ ~
~S-t-, mst~ cns'~" ~o r ~- aota L(~a-(-t r ~c< < n ~ ; r¢ c~-; o nrc.l ~or , r~~
Tc~~ Q~-.
::
~`' ~j2- /~ ;; ~2.sot,.c.-~-;o+ti 1a -5~ 5~-~-~-, r.q ~ ~.c 6 ('. c ~Qar, r.q vn ll~arc.(i ~3~
J ~ ~+ / )
ao/a oh. (ct ns~ Sf, ~L~ ~. c~.,~; aKs -~orr~. o~ Can r-a.t:-i~ ~ es~t-~ rr~a~ ~ CDS~
t; ~~' -~t Cons~ru.c.-~-, o~ o~ -~t dote G.~ct-~Q+- ~ct..:..` ~, r~ec~•~
6I` SQ.: ~ ~ec~r, r~~ e~.r2e~, n~ C+'~Y 9 ~ rte-
~c-~ ~,le ~~ N.~1:c insP e~~on.
t
Z3MQQ-i° ~e.sm1~,'v~--. 1~- 4°I 4~,re~3~r~sa lrcns, S~e.c.~'t:ca.+:c7+~5, -~orm
CA ~-~. q c ~' ~ QS -~; rn ~~. a'c- c.c s ~ ~v r ~ C aRS~rr,~c_-~E-, u-+-. o~" ~c
c~ ~ ~ art.
,' Ze7lD ~~-~-Qr ~~: H ~++v~ Q.e..-~-. p-v~.r,.1 ~or, rt f a ,~~-' 1. _1 ~
!/ ~ ~ 2S~ , '+~
is 11 P )
t~C.rY~u.r~'T o-r ~b:a~ Sec.ur", ~o Qcco+rh~stiny ea-C~, ~:c~~ c1f:rec.-~~rt~
/ .
C : -~ C.le.r k- ~o u b l ~ s~ ntr~-.c ~ ~'v~: d~..~.rs z --~: x ~ n~. -~-: r»..~
y ~ r ~.
P
.---
~:
+;
1~ o ~"- c Q -t"~ l3 i~ ~,r S
',
,.
~~~ < < 2 ~"F ~tt ~ ~, c -L'~ ~Cc v ; vl~ ~T o n ~ c~ T l ~.c b l i c 4.-l ~' v=-~.
a /~ n~; r ~- ~ ~ ~ ~~~~s -- -~'~e~~ d~ ~ b ~ ~~~-; ~n
~t
II /~ 11 /
~"7-gP1~-/a ~~;~ZSb~u.~t',V'ti ~G`l~g Ct~JCtrd.~viG~ C~?n'tf'~c~ ~" CtC_c~hLY'~Z,~~y~ ~`~1P 'YI~~Clr- ~~~
' ,_}
I ,
i S ~ ~~h ~ ~-~,(,~ (';-~~ C' ~'~ ~ k ~c ~~ e s~ ~ c a~--,~r~c~ ~v- c~~s~ :-u c ~,: ~ ~'
j ) (~ ~ C
{~~~ ~b;U W~~eY 1Y~~c~n dJ~,~-fc~t,~^-n~! ljc>,r',nC~ ~t''a~~'L~•-
~~~ `,nq / vZU~C7
+ -N r ~ ~ r~ E n 'I-~ J ~~ r't~'J t' ~ Ci n c -~ ~ ~(~~ n'`'e 1'1 ~ ~~11
/(A - /Jo.~ - / O ..: ~R.~~lu,~"; oti-, / ~ ~ ~- ~ ~' q.CcQ,~~-, n c~ '~~.~. ~.vo,r t~- ~F~/` ~/.g av~v LJci„-E.er
. IYIQ.,-, ,D i +r'¢ c.'~-~ p'-1.c<SZ L~c r ~ nt3~. ~r c~ t~ .
CITYOFIOWACITY _ _~_
~,.J C~:~
`..,.' ...,r'.. ~ fn~wn'~s
~~ b
DEPARTMENT OF PUBLIC WORKS ~:-o ~'-' ~'`
. ; ,.,
ENGINEERING DIVISION ~-~ ~'_
~~
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
2010 WATER MAIN DIRECTIONAL BORING PROJECT
IOWA CITY, IOWA
I hereby certify that this engineering document was prepared by me or under my direct personal
supervision and that I am a duly licensed Professional Engineer under the laws of the State of
Iowa.
SIGNED: DATE:
~~~
Jason R. Havel, P.E.
Project Engineer
Iowa Reg. No. 19222
2/1S/~v
Q~~EESSIONgI
. ,~y
~o
•• ~
$;' JASON R. ~~_
i ^"
rn
~ ~, 19222 l ~o
IOW A
My license renewal date is December 31, 2010.
%1 ^
SPECIFICATIONS
TABLE OF CONTENTS
Page Number
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO BIDDERS ..................................................................... ....................... AF-1
NOTE TO BIDDERS ........................................................................ ....................... NB-1
FORM OF PROPOSAL .................................................................... ....................... FP-1
BID BOND ........................................................................................ ....................... BB-1
FORM OF AGREEMENT ................................................................. ....................... AG-1
PERFORMANCE AND PAYMENT BOND ....................................... ....................... PB-1
CONTRACT COMPLIANCE
(ANTI-DISCRIMINATION REQUIREMENTS) ............................ ....................... CC-1
GENERAL CONDITIONS ................................................................. ....................... GC-1
SUPPLEMENTARY CONDITIONS ................................................. ........................ SC-1
TECHNICAL SECTION
DIVISION 1 -GENERAL REQUIREMENTS
Section 01010 Summary of the Work ................................. ........................ 01010-1
Section 01025 Measurement and Payment ........................ ........................ 01025-1
Section 01310 Progress and Schedules ............................. ........................ 01310-1
DIVISION 2 -SITE WORK
Section 02751 Directional Boring and Drilling ..................... ........................ 02751-1
PLANS ............................................................................................ ........................ P-1
N
C'.:`~
~~ G~7
.. ~....F ~.r•+w:e
`. ..
~
~ C-' C7 ~ ~
..,.
d 5...~.. ~.y~qy~
Y
" ~-r, _J m
`lV ~J
~~
~~
+
~
W
NOTICE TO BIDDERS
2010 WATER MAIN DIRECTIONAL
BORING PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 2:30 P.M.
on the 15th day of April, 2010. Sealed proposals
will be opened immediately thereafter by the City
Engineer or designee. Bids submitted by fax
machine shall not be deemed a "sealed bid" for
purposes of this Project. Proposals received after
this deadline will be returned to the bidder
unopened. Proposals will be acted upon by the
City Council at a meeting to be held in the Emma
J. Harvat Hall at 7:00 P.M. on the 27th day of April,
2010, or at special meeting called for that
purpose.
The Project will involve the following:
Furnish labor, supplies and equipment to
install PVC water main by directional boring.
Directional Bore 6-inch PVC - 1,800 LF
Directional Bore 8-inch PVC - 3,040 LF
All work is to be done in strict compliance with
the plans and specifications prepared by the Iowa
City Engineer's Office of Iowa City, 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 accompanied in
a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a surety
in the State of Iowa, in the sum of 10% of the bid.
The bid security shall be made payable to the
TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen ~(15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to the
City Council.
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100%) of the contract price, said bond to
~~
~~~~
r_~
~T7
m
;,..r ¢^-~~
w
ca=~~ /~
F
r~ `w
:~ ` .~-
AF-1
be issued by a responsible surety approved by the
City, and shall guarantee the prompt payment of
all materials and labor, and also protect and save
harmless the City from all claims and damages of
any kind caused directly or indirectly by the
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of one (1) year from and after its completion and
formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Site 1 -Plum Street (Phase 1)
Working Days: 7
Specified Start Date: May 17, 2010
Liquidated Damages: $200.00 per day
Site 2 - 2"d Avenue and D Street
Working Days: 7
Specified Start Date: June 21, 2010
Liquidated Damages: $200.00 per day
Site 3 -Plum Street/Euclid Avenue (Phase 2)
including Crescent Street
Working Days: 7
Specified Start Date: July 26, 2010
Liquidated Damages: $200.00 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Iowa City Engineer's Office in Iowa City, Iowa,
by bona fide bidders.
A $20.00 non-refundable fee is required for each
set of plans and specifications provided to bidders
or other interested persons. The fee shall be in
the form of a check, made payable to the City of
Iowa City.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quantities,
unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
rv
r., :a
~.~ t~
~~ m
_
':
.
~' ..
:
.~
AF-2
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
~~
r~,
C. 7 , ~ ems. ~
g ~ v~ ~,..
~. ~ ~"3 r.,-~.
, C;~
+
~j ~
J`' Y
vJ
AF-3
NOTE TO BIDDERS
2
3.
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.
References shall be addressed to the City Engineer and include the name, address and
phone number of the contact person, for City verification.
Bid submittals are:
Envelope 1: Bid Bond
Envelope 2: Form of Proposal
N
C"3
r ~~~
~ .~,. t,.~
~
~
^
r' .~
NB-1
FORM OF PROPOSAL
2010 WATER MAIN DIRECTIONAL BORING PROJECT
CITY OF IOWA CITY
NOTICE TO BIDDERS:
PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND
VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE
CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT.
Name of Bidder
Address of Bidder
TO: City Clerk
City of Iowa City
City Hall
410 E. Washington St.
Iowa City, IA 52240
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 Contract
Documents, hereby proposes to provide the required labor, services, materials and equipment
and to perform the Project as described in the Contract Documents, including Addenda
and ,and to do all work at the prices set forth herein.
We further propose to do all "Extra Work" which may be required to complete the work
contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work.
ITEM
DESCRIPTION
UNIT ESTIMATED
QUANTITY
UNIT PRICE EXTENDED
AMOUNT
Site 1 -Plum Street Phase 1
1 Directional Boring 8" PVC Water Main LF 1,140
2 Mobilization LS 1 c':~? ~
Site 2 - 2"d Avenue and D Street ''`r ° °°°~'
1 Directional Boring 6" PVC Water Main LF 1,800 µ 4--, `' ~
2 Mobilization LS 1 c.°g ~~ - r,.,.„
Site 3 -Plum Street/Euclid Avenue
Phase 2 includin Crescent Street ~;:~ .r-
1 Directional Boring 8" PVC Water Main LF 1,900
2 Mobilization LS 1
IVIHL
EXTENDED
AMOUNT: $
FP-1
The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows:
NOTE: All subcontractors are subject to approval by City.
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract
Documents and agrees that, in the event of any discrepancies or differences between any
conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the
more specific shall prevail.
Firm:
Signature:
Printed Name:
Title:
Address:
Phone:
Contact
~-;-~
c') ~° Li n=~~
.~ _~ ,r ;,
~`
-
-*"~ n
J r m y
~-> .~"
VJ
FP-2
BID BOND
as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
hereinafter called "OWNER," in the sum of
Dollars ($
to pay said sum as herein
provided. We as Principal and Surety further promise and declare that these obligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
conditioned on the Principal submission of the accompanying bid, dated
the 2010 Water Main Directional Boring Project.
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
for
(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
c
A.D., 20 ..c_'a
r.~3 g
,.- __. r..~ ..,..,.,,.
C., ~ ~ i ~,:.~,..
a
Witness
Witness
~,-. Jcr (
f ' ~_
~~ ~:
''~' (Seal)
Principal
By
Surety
By
Attach Power-of-Attorney
(Attorney-in-fact)
BB-1
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and
("Contractor")
Whereas the City has prepared certain plans, specifications, proposal and bid documents
dated the 25th day of February, 2010, for the 2010 Water Main Directional Boring Project
("Project"), and
Whereas, said plans, specifications, proposal and bid documents accurately and fully
describe the terms and conditions upon which the Contractor is willing to perform the Project.
NOW, THEREFORE, IT IS AGREED:
1. The City hereby accepts the attached proposal and bid documents of the
Contractor for the Project, and for the sums listed therein.
2. This Agreement consists of the following component parts which are incorporated
herein by reference:
a. Addenda Numbers
b. "Standard Specifications for Highway and Bridge Construction," Series of
2009, Iowa Department of Transportation, as amended;
c. Plans;
d. Specifications and Supplementary Conditions;
~~
e. Notice to Bidders; ---
f. Note to Bidders; - ~~' ~`' -~
-~ _~ r~ ~.
:=,;-, ~,
g. Performance and Payment Bond; e ,t _ _~
~~
h. Restriction on Non-Resident Bidding on Non-Federal-Aid ~°r'~~~cts4.•~ ~-
~--
i. Contract Compliance Program (Anti-Discrimination Requirements`'
j. Proposal and Bid Documents; and
k. This Instrument.
The above components are deemed complementary and should be read together. In the
event of a discrepancy or inconsistency, the more specific provision shall prevail.
AG-1
3. The names of subcontractors approved by City, together with quantities, unit
prices, and extended dollar amounts, are as follows (or shown on an attachment):
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
DATED this day of
C~
20
(`nntrortnr
(Title)
Mayor
ATTEST:
City Clerk
ATTEST:
(Title)
(Company Official)
Approved By
{ "°?
'
z~,
~~
s Office;-_
City Attorney ~ ..
.. a~
,
.~~ r--
r T d ~
~,,,
~~.r ~
AG-2
PERFORMANCE AND PAYMENT BOND
as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and
(insert the legal title of the Surety)
as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of
Dollars ($ )for the payment for which Contractor and Surety hereby bind
themselves, their heirs, executors, administrators, successors and assigns, jointly and severally.
WHEREAS, Contractor has, as of ,entered into a
(date)
written Agreement with Owner for the 2010 Water Main Directional Boring 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
the Iowa City Engineer's Office, 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 Suety may
promptly remedy the default, or shall promptly: ~ ~ ~ ~.
.r.~ r~ ~~
1. Complete the Project in accordance with the terms and c~tio~ of .~lae
c-a -~:
Agreement, or ~ ""? ~ ~
2. Obtain a bid or bids for submission to Owner for completi ~l~e €arojec.
accordance with the terms and conditions of the Agreement; and`r_:u`.pon d~ermina-
tion by Owner and Surety of the lowest responsible bidder, arrange for '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
PB-1
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of one (1) year 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 subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance of the
Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part of this bond to the same extent as if it were expressly set out herein.
SIGNED AND SEALED THIS DAY OF
20
IN THE PRESENCE OF:
(Principal)
Witness
(Title)
N
~~
(Surety) ca
`~'
~ ~~
w
~
Witness (Title) ~.s-;~ G' g
~~`~~ &~
(Street)
`~= .• ~='
,~-
(City, State, Zip)
(Phone)
PB-2
Contract
Compliance Program
CITYOFIOWA CITY
N
G:."J
r.~~ C7
~aw
4 ~ ~
Vie: ~:; ~. .:..
C_. a b N ~.~~..
~~ ~ " ~~~~
'-~ '
rJ
;;~ . ~"
~1.~
SECTION I -GENERAL POLICY STATEMENT
It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This
policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure
that applicants seeking employment with them and their employees are treated equally without regard to
race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status,
and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing
and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and
opportunity to gain and maintain employment.
PROVISIONS:
1. All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by
another governmental agency) must abide by the requirements of the City's Contract Compliance
Program. Emergency contracts may be exempt from this provision at the discretion of the City.
Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the
City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants
are made aware of the City's Contract Compliance Program reporting responsibilities and receive the
appropriate reporting forms. A notification of requirements will be included in any request for proposal
and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on
pages CC-2 and CC-3) or other required material must be received and approved by the City.
5. Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
7. All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code
section 2-3-1.
~:-> ~
,. ~~
~ ..,
~_; ~°~
: -
..~ c3
~"
tJ
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 CC2 AND CC3 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.
Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
4. What are the name, telephone number and address of your business' Equal Employment
Opportunity Officer?
(Please print)
Phone number
Address
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by
federal and state law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters.
ra
c~
~ c~
~1
. ~ ti'
.~- .. CA.1 a~®
f-~...+~ rU ~^=tea.
. e~., ~
-..~., rv
CC-2
6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment
Opportunity policies.
Business Name
Signature
Print Name
Phone Number
Title
Date
N
-,
.. G ~na~.
,~
~
r ~J
,~ ~
f~' -~'
CC-3
SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
1. COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post
it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all
potential sources of employees and to your subcontractors asking their cooperation. The policy statement
should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This person should
have a position in your organization which emphasizes the importance of the program.
3. INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All
employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions
should be trained and required to comply with your policy and the current equal employment opportunity
laws.
4. RECRUITMENT
(a) Let potential employees know you are an equal opportunity employer. This can be done by
identifying yourself on all recruitment advertising as "an equal opportunity employer".
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment
will only perpetuate the current composition of your workforce. Send recruitment sources a letter
annually which reaffirms your commitment to equal employment opportunity and requests their
assistance in helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory
barriers.
(d) Select and train persons involved in the employment process to use objective standards and to
support equal employment opportunity goals.
(e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review
education and experience requirements to make sure they accurately reflect the requirements for
successful job performance.
(f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this
information necessary to judge an applicant's ability to perform the job applied for?" Only use
job-related tests which do not adversely affect any particular group of people.
(g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job
related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal
interviews can be a major source of discrimination. N
(h) Improve hiring and selection procedures and use non-biased promotio~a~ tranr and training
policies to increase and/or improve the diversity of your workforce rep e~tati~n. Ce anies
must make sure procedures for selecting candidates for promotion, transfer ~ tra~~g are
based upon a fair assessment of an employee's ability and work r~b7d. ~rther~te, all
companies should post and otherwise publicize all job promotional oppo~~ii~ies and e~a~qurage
all qualified employees to bid on them. wm~--~-t ~? dd ~~ !!
~ti
C:~ ~ ~ ~~'
3~' ~
CC-4
~~~®d1
~III~~~
A ~®1~~
~'l.ai_
~0 CIt~J Of
~~ ~`
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.
c
.~~,
r i ~,~~~
~"~ --s; N
"`
`
'~ ~
i
R
i _~ ~
LJi
CJ
CC-5
2-3-1
CHAPTER3
DISCRIMINATORY PRACTICES
2-3-1
SECTION: ~ C. It shall be unlawfu! for any employer,
employment agency, labor organiza-
2-3-1: Employment; Exceptions tion or the employees or members
2-3-2: Public Accommodation; thereof. to directly or indirectly adver-
Exceptions tise or in any other manner indicate or
2-3-3: Credit Transactions; Exceptions publicize that individuals are unwel-
2-3-4: Education come, objectionable or not solicited
2-3-5: Aiding Or Abetting; (Retaliation; for employment or membership be-
Intimidation cause of age, color, creed, disability,
gender identity, marital status, nation-
al origin, race, religion, sex or sexual
orientation. (Ord. 95-3697, 11-7-1995)
2-3-1: EMPLOYMENT; EXCEPTIONS:
D. Employment policies relating to preg-
A. It shall be unlawful for any employer nancy and childbirth shall be governed
to refuse to hire, accept, register, by the following:
classify, upgrade or refer for employ-
ment, or to otherwise discriminate in 1. A written or unwritten employment
employment against any other person policy or practice which excludes from
or to discharge any employee be- employment applicants or employees
cause of age, color, creed, disability, because of the employee's pregnancy
gender identity, marital status, nation- is a prima facie violation of this Title.
al origin, race, religion, sex or sexual
orientation. 2. Disabilities caused or contributed to
by the employee's pregnancy, miscar-
B. It shalt be unlawful for any labor orga- riage, childbirth and recovery there-
nization to refuse to admit to member- from are, for all job-related purposes,
ship, apprenticeship or training an temporary disabilities and shall be
applicant, to expel any member, or to treated as such under any health or
otherwise discriminate against any temporary disability insurance or sick
applicant for membership, apprentice- leave plan available in connection with
ship or training or any member in the employment or any written or unwrit-
privileges, rights or benefits of such ten employment policies and practices
membership, apprenticeship or train- involving terms and conditions of
ing because of age, color, creed, employment as applied to other tem-
disability, gender identity, marital porary disabilities.
status, national origin, race, religion,
sex or sexual orientation of such ap- E. It shall be unlawful for any person to
plicant or member. solicit or require as a condition of
employment of any employee or pro-
N
G7
(.'..~ C~ 897
Iowa City ,,. -...
~
°= ..~: r-r7 g
3 ~ ~
...~ r.,._ _ ~.
~ ~ ~ ~^~
~-;. s7 =~
r.~
~--
cn
CC-6 °
2-3-1
spective employee a test for the pres-
ence of the antibody to the human
immunodeficiency virus. An agree-
ment between an empioyer, employ-
ment agency, labor organization or
their employees, agents or members
and an employee or prospective em-
ployee concerning employment, pay
or benefits to an employee or pro-
spective employee in return for taking
a test for the presence of the antibody
to the human immunodeficiency virus,
is prohibited. The prohibitions of this
subsection do not apply if the State
epidemiologist determines and the
Director of Public Health declares
through the utilization of guidelines
established by the Center for Disease
Control of the United States Depart-
ment of Health and Human Services,
that a person with a condition related
to acquired immune deficiency syn-
drome poses a significant risk of
transmission of the human immunode-
ficiency virus to other persons in a
specific occupation.
F. The following are exempted from the
provisions of this Section:
1. Any bona fide religious institution or
its educational facility, association,
corporation or society with respect to
any qualifications for employment
based on refigian when such qualifica-
tions are related to a bona fide reli-
gious purpose. A religious qualifica-
tion for instructional personnel or an
administrative officer, serving in a
supervisory capacity of a bona fide
religious educational facility or reli-
gious institution shall be presumed to
be a bona fide occupational qualifica-
tion. {Ord. 94-3647, 11-8-1994)
2-3-1
2. An employer or employment agency
which chooses to offer employment or
advertise for employment to only the
disabled or elderly. Any such employ-
ment or offer of employment shall not
discriminate among the disabled or
elderly on the basis of age, color,
creed, disability, gender identity, mari-
tal status, national origin, race, reli-
gion, sex or sexual orientation. (Ord.
95-3697, 11-7-1995)
3. The employment of individuals for
work within the home of the employer
if the employer or members of the
#amily reside therein during such em-
ployment.
4. The employment of individuals to
render personal service to the person
of the employer or members of the
employer's family.
5. To employ 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 nar-
rowly.
6. A State or Federal program de-
signed to benefit a specific age classi-
fication which serves a bona fide pub-
lic purpose.
7. To employ on the basis of disability
in those certain instances where pres-
ence of disability is a bona fide occu-
pational qualification reasonably nec-
essary to the normal operation of a
particular business or enterprise. The
bona fide occupational qualification
shall be interpreted narrowly. (Ord.
94-3647, 11-8-1994)
rv
c :~
~~:~ ~~
~..~„,
i '.°*'
897 ~~. - RJ
~, ~.enru
-~...
Iowa City -~-~` ~
""~, ~~.
~~ ~ ~~
~
~ ~ ~
_
"`.r E.t7
CC-7 ~
GENERAL CONDITIONS
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended,
shall apply except as amended in the Supplementary Conditions.
~_
c::3
w r.,.~ ~ a,:,~~
~
r~
~~ ~ ~
~ - i
~
~ ~ ~ ~
~~ ^+i„i
'~
-•~a '~
+
yq
I{
_ ~ ;
~
F
-ecauP
-`' Ln
c~
GC-1
SUPPLEMENTARY CONDITIONS
ARTICLES WITHIN THIS SECTION
S-1 Definitions
S-2 Limitations of Operations
S-3 Insurance
S-4 Supervision and Superintendence
S-5 Concerning Subcontractors, Suppliers and Others
S-6 Compliance with OSHA Regulations
S-7 Employment Practices
S-8 Contract Compliance Program (Anti-Discrimination Requirements)
S-9 Measurement and Payment
S-10 Taxes
S-11 Construction Stakes
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 2009, 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
SPECIFICATIONS.
"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. ,,,,,
0
"IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department=of~Trat°~sportat~
"Standard Specifications for Highway and Bridge Construction," Sei~~~:., of~009..~.as
amended. ~~~~~ cvr~
~: ~
S-2 LIMITATIONS OF OPERATIONS. ~~ ~ t ~'
~=
„r'1
Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIE~IS:
v
F. 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.
SC-1
S-3 INSURANCE.
A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION
1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for
the full contract period. The name, address and phone number of the insurance
company and agent must accompany the certificate. The liability limits required
hereunder must apply to this Project only.
2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies.
3. Cancellation or modification of said policy or policies shall be considered just cause for
the City of Iowa City to immediately cancel the contract and/or to halt work on the
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or policies of insurance purchased by the Contractor to satisfy his/her
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
Type of Coverage -
Comprehensive General Liability Each Occurrence Aggregate ,~,
Bodily Injury & Property Damage* $1,000,000 $2,0,000
Automobile Liability Combinec~ia'gler~L*~nit
a~
Bodily Injury & Property Damage $1,08~1,Q00..,~
Excess Liability $1,000,000 $1,Q6fi~;~0 ~~'
Worker's Compensation Insurance as required by Chapter 85, Code of lowa';,;'~`
r,:m a~ r'~
*Property Damage liability insurance must provide explosion, collapse :and u~~erground
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:
1. The entire amount of Contractor's liability insurance policy coverage limits, identified in
the policy and on the Certificate of Insurance, must, under the policy, be available to
pay damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction by virtue of investigation or defense costs
incurred by Contractor's insurer.
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self-insured
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self-insured retention.
SC-2
3. If Contractor's liability insurance coverage is subject to any special exclusions or
limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of Insurance.
4. The City prefers that Contractor provide it with "occurrence form" liability insurance
coverage. If Contractor can only provide "claims-made" insurance coverage, then the
Contractor must comply with the following requirements:
a. If the Contractor changes insurance carriers, or if Contractor's insurance
coverage is canceled, during the contract period or within two years after City's
acceptance of the work, Contractor agrees to immediately notify the City of such
event.
b. If Contractor's insurance is canceled or is allowed to lapse during said period,
Contractor shall be required to obtain replacement insurance coverage to fulfill its
obligation hereunder.
c. If, during said period, Contractor voluntarily changes insurance carriers or is
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a 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.
7. In the event that any of the policies or insurance coverage identified on 6ontractor's
Certificate of Insurance are canceled or modified, the City may in ±t€, discr~ion either
suspend Contractor's operations or activities under this Contract`~z~ ter~inater~~s
Contract, and withhold payment for work performed on the Contract ~~'~A ~ ~,..
c°3 ~;r N
°^e C? Ol
~"'" i~
_ ~"3
N
~-: ' ..
~M~ C31
SC-3
C. HOLD HARMLESS
The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
officers, employees, and agents from any and all liability, loss, cost, damage, and
expense (including reasonable attorney's fees and court costs) resulting from, arising
out of, or incurred by reason of any claims, actions, or suits based upon or alleging
bodily injury, including death, or property damage rising out of or resulting from the
Contractor's operations under this Contract, whether such operations be by himself or
herself or by any Subcontractor or by anyone directly or indirectly employed by either of
them.
2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of
Iowa City, Iowa.
S-4 SUPERVISION AND SUPERINTENDENCE.
Add the following 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.
CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this
individual.
S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraphs to 1108.01 of the IDOT STANDARD SPECIFICATIONS:
E. 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.
F. 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:
F. 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.
G. 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 obljg~tions for
compliance with applicable OSHA and State laws regarding hazardous che~s3icals and
right-to-know. ~~'~ , -~
c~ -- ~ ~
~ P • N
c.ir7
SC-4
S-7 EMPLOYMENT PRACTICES.
Neither the Contractor nor his/her subcontractors shall employ any person whose physical or
mental condition is such that his/her employment will endanger the health and safety of them-
selves or others employed on the project.
Contractor shall not commit any of the following employment practices and agrees to include the
following clauses in any subcontracts:
To discriminate against any individual in terms, conditions, or privileges of employment
because of sex, race, color, religion, national origin, sexual orientation, 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
Contract Compliance Program, which is included with these Specifications beginning on page CC-1.
S-9 MEASUREMENT AND PAYMENT.
Section 01025, 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-10 TAXES.
Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to
purchase building materials, supplies, or equipment in the performance of the contract. The Contractor
shall submit the information necessary for the certificates to be issued.
S-11 CONSTRUCTION STAKES.
Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following:
D. 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.
~,,
_~
__
t',7
"~: CU
~.- i ~ ~
~ ~....
:7~
~7 ~
t
_
~ ~
2/10
`
S\ENG\CAD\WATER DIVISION WORK\contracts\2010 Water Main Replacement\2010 directional boring\Specs\2010 front endd c ~
SC-5
SECTION 01010
SUMMARY OF THE WORK
PART 1 -GENERAL
General description, not all inclusive.
A. Base Bid Work:
1. Furnish labor, supplies and equipment to install PVC Water Main by directional
boring.
B. Work to be Performed or Materials Supplied by the City of Iowa City:
1. 6" and 8" PVC Water Main carrier pipe, joint materials and fittings.
2. Potholing of existing utilities.
3. Excavation and backfill of jacking or boring pit.
4. Excavation and backfill of receiving pit.
5. Disposal of waste excavated material.
6. Connections to existing in service wain.
7. Connections of existing services.
S. Disinfection and testing of water main and services.
9. Traffic control.
N
C,5
>.
+,.~
.-.i ~ ~
~ 1
p :'N: ;~
was; R.7 `a...o
`~~' CJi
~/1 ~)
S:~I SAG (:AD A\:ATISR DIA~ISIUA' PY )Rh aauricb 'O I U AAaicr V nw Keplacemeni_U I U direct innal bonny Specs burin, II I U I U.DUC
01010-1
SECTION 01025
MEASUREMENT AND PAYMENT
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. Work completed under the contract shall be measured by the Engineer. Payment ~~ill be
based on the actual quantity of work performed according to the various classes of work
specified unless noted in Pari 3 of this Section. The Contractor will be given an opportunity
to be present during measurement.
1.03 SCOPE OF PA YMENT:
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 itc;ms 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 ^ot ~i~vided Ior
this work, it is to be considered incidental to the project and no sepai;~l~e pay~fi~t will he
CVi e='
made. .; , c~ ~ '~
.W.a cx~ ~...
PART 2 -PRODUCTS = -~' `~' ~"'
~, s.,,..
2.O1 NONE ~~~
r.~ ~.
PART 3 -EXECUTION ~"~s. ~
3.01 PROCEDURE:
A. Payment under this contract shall occw- 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 City's policy to pay for materials and
equipment stored or furnishings fabricated off site.
The 5%retainage will be released after the project is accepted by the City.
OI025-1
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 drawings and specifications, including
clean up.
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 he 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 the 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 GRUI3~~ on the project plans and as otherwise directed by
the Engineer. The prices for those items which may have any impact ou 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 top soil 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 backtill.
The prices for those items which involve surface removal adjacent to buildings or vaults
shall include compensatio^ 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 file proper elevation and
density including loading, hauling, and disposal of unsuitable material, below grade
excavation, bon-ow and hauling, placing, forming, drying, watering and compaction of till
material, and all such work as may be required to make the grading work complete with a
uniforn~ surface tree 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 rarer fees, and
parking tickets. The Contractor must figure these costs into their bid des. T.)~ City .will
not waive packing fees~or fines. Permits paid for by the Contractor w~~;l~ iss~d onlyr
construction vehicles, not personal vehicles. ~-~+"~ w ~~
~, , ...~
The Contractor shall be responsible for continuous cleaning of mud a~x~`~~ris~ff adj~i~~t
driveways, streets, sidewalks and private property, whe^ mud and delf~~ de~osited'e
as a result ofany construction activity. The cost of clean up shall be in~~Ilental.~
01025-2
B. BID ITEM DESCRIPTIONS
Site 1 Item 1 Directional Boring PVC Water Main (LF)
Site 2 Item 1
Site 3 Item 1
The unit prices for these items will be paid based on the number of lineal feet bored as
measured from end to end of the assembled pipe. The unit price shall include the
labor, equipment and supplies necessary for the installation of the water main. The
City shall supply the materials.
The following items shall be considered incidental:
a. Temporary support of existing utilities and service lines.
b. Repair and replacement of utility services damaged by the Conri-actor.
c. Protection of existing water main valves, such that they are accessible
and fully operational during construction.
Site 1 Item 2 Mobilization (LS)
Site 2 Item 2
Site 3 Item 2
The unit price for this item will be paid based upon the percent of the complete
project. This shall include the planning, organization and assembling of all labor,
material and equipment on-site as necessary for the construction of the project. Also
included is the setup of the office and sanitary facilities, storage areas, barriers and
ban-icades. The unit price shall include demobilization which consists of removal of
all labor, materials and equipment from the site.
_o
c~ o
~e ;-,. ~ ,....~
r~ s
~° rv .,A~.~
.~...
M~ rn ~
~r& ~
,'
~_~. ~
?~~ ~
S: I[VG (':AU U:A11~:R DIA~ItiIUA ACOKK~omrias '_Uln AAaicr Main Rcpluccmcm 2UIU dircclional borin~,tipccsborin~ UIU?S.DU('
0102>-3
SECTION 01310
PROGRESS AND SCHEDULES
PART 1 -GENERAL
1.01 SUMM,9RY:
A. Prepare, submit and update as necessary a schedule of the work.
B. Time is of the essence. Minimizing inconvenience, disruption and duration of
disruption to residences and businesses is a high priority. Scheduling of work shall be
planned with this in mind.
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. The schedule shall include
proposed dates and durations of street closings. Work clay not begin until the schedule is
approved by the Engineer.
B. The Contractor shall submit updated construction schedules at two week intervals
throughout the project.
PART 2 -PRODUCTS ^a
~a
None. ~-`w~;'
~ ~ "`~
-`
--r ca
PART 3 -EXECUTION ~-, . ,.
=-~c-- t`J
c~, g-~..
~""
~:,}.,'
rya
3.01 MEETINGS PRIOR TO CONSTRUCTION: c.~
.~~ N
A. APre-Construction meeting will beheld prior to beginning work. ~~ ..
~
3.02 PROGRESS OF WORK:
A. This contract is a working day count contract. Saturdays will not be counted as working
days.
1. Site 1 -Plum Street (Phase 1)
Work will be limited to 7 working days. The specified start date is May 17, 2010.
Liquidated damages of $200 per day will be charged on work beyond 7 working
days.
2. Site 2 - 2°`~ Avenue and D Street
Work will be limited to 7 working days. The specified start date is June 21, 2010.
Liquidated damages of $200 per day will be charged on work beyond 7 working
days.
01310-1
3. Site 3 -Plum Street/Euclid Avenue (Phase 2) including Crescent Street
Work will be liYnited to 7 working days. The specified start date is July 26, 2010.
Liquidated damages of $200 per day will be charged on work beyond 7 working
days.
B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval
of the Engineer, with the exception of saw cutting freshly poured concrete.
C. Work will proceed in a well organized and continuous manner to minimize the disruption
to the general public (both pedestrian and vehicular) and the local businesses and residents.
Access to businesses and residences shall be maintained at all times.
D. Construction will proceed in phases. The particular phasing sequence is outlined in the
project plans. Prior to advancing to the next phase or sub-phase, the existing phase or sub-
phase shall be sufficiently complete to allow reopening to the public, as determined by the
Ingineer.
E. Restoration activities such as pavement replacement will follow closely behind the work
even if multiple mobilizations are necessary.
F. The Contractor will become an active partner with the City in communicating with and
providing information to concerned residents and businesses.
G. Work will be staged to minimize the length of time parking spaces and parking revenue are
lost.
3.03 COORDINATION WITH UTILITIES AND RAILROADS:
A. It is anticipated that utility conflicts may occur which cannot be taken care of ahead of
time. "I71e Contractor shall work closely with the utility companies to aid in these
relocations to keep the project on schedule.
B. No work with railroads is anticipated.
3.04 STREET CLOSINGS:
A. Notify the Engineer four days in advance of street closings so that a press release can be
issued. No street may be closed without the Engineer's approval and said notification.
c~
r~rt ~ ~rv~
~ ~-' Q~
('r+
_.__ .,~,
C? ~.
_ N
*~ ~
2/ 1 ~ --
ti- 1?~ti'G (A6AA~.-AI1{R DIA~ISIU~' VA~URh eoniricu ]UIU AA:ncr ,Vain Rcplaermem _'UIU Jimciional borin~tipc~, boring-0131 U_DU(~
01310-2
SECTION 02751
DIRECTIONAL BORING AND DRILLING
PART 1 -GENERAL
1.01 SUMMARY:
A. Furnish labor, supplies, tools and equipment to install carrier pipe by directional boring and
drilling.
B. This specification covers theist-restrained Polyvinyl Chloride (PVC) Pipe. Pipe is intended
for use inpressure-related potable water delivery systems.
C. Pipe material including carrier pipe and fittings will be provided by the City of Iowa City.
D. Boring pits will be excavated and backfilled by the City of Iowa City.
L 02 REFERENCES:
A. American Society for Testing and Materials (ASTM)
ASTM D1784 Standard Specification for Rigid PVC Compounds and Chlorinated
PVC compounds
2. ASTM D2S37 Standard Test Method for Obtaining Hydrostatic Design Basis f~~r
Thermoplastic Pipe Materials
3. ASTM D3139 Standard Specification for Joints for Plastic Pressure I~es Using
Flexible Elastomerie Seals ~ c~
.;.: s: ? f~r1 .,~.~~ 1
4. ASTM F477 Standard Specification for Elastomeric Seals (G~( k~;ts) '[~ Joit~,j,~
~-, ~-
Plastic Pipe ~ ~ ~ ~~
-n
B. American Water Works Association (AWWA) -~ ~ ~
c._~7 ~^-~ ~~
1. AWWA 0900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 iir~fii throu~zh 12 inch,
for Water
2. AWWA 0906-99: Polyethylene (Ply) Pressure Pipe and Fittings, 4 inch through 63
inch, for Water Distribution and "Transmission
C American Railway Engineering Association "Specifications for Pipelines Conveying Non-
Flammable Substances," latest edition
D. City of Iowa City Water llivision:
Policy and Procedures Manual
02751-1
E. Iowa Department of Transportation (IDOT) Standard Specifications, latest edition
1.03 SUBMITTALS:
A. Carrier Pipe Materials: 1'o be provided by the City of Iowa City Water Division
B. Boring Pit: To be provided by the City of Iowa City Water Division
C. When boring is complete, contractor shall provide Engineer with a plan and profile of the
bore path.
D. Record and submit notes of actual boring operations with field load conditions.
1.04 QUALITYASSURANCE:
A. Only workers experienced in boring and jacking operations shall be used to perfornl the
work. Statement of qualitications shall be submitted and approved by the Engineer prior to
the start of work.
B. Provide efficient, useful monitoring devices on the equipment so the operator and Engineer
can compare the field conditions with the design and effectively monitor the loads on the
pipe as it is being installed.
C. Engineer will survey and record top of pavement elevations before and after boring
operations as necessary.
PART 2 -PRODUCTS
2.OI CARRIER PIPE MATERIALS:
A. PVC pipe for directional boring shall be C900!RJ. PVC restrained joint pip~Certa-lok)
from CertainTecd Corporation will be supplied by the City of Iowa Cit~Water~ivision.
~ -r~ ~~P
PART 3 -EXECUTION ~"- -s "' °°~--
~ ~
3.01 PROTECTION OF UNDERGROUND FACILITIES: ~ ~ F --~ ' ~"~
A. City of Iowa City will locate underground facilities via potholing at cri~'iocl~h~ns. ~'="'''
~~' ut
B. Contractor is responsible for modifying borin~~ operations to prevent damage to existing
facilities.
3.02 DIRECTIONAL BORING EQUIPMEN%':
A. The drilling equipment shall be capable of placing the pipe as shown on the plans. "I'he
installation shall be by a stecrable drilling tool capable of installing continuous runs of pipe
without intermediate pits, a minimum distance of 400 legit.
B. The directional boring machine shall he supplied with an output signal inside the housing
of the drill bil. The output signal shall have a constant output signal to allo~~ a person to
track the location of the beacon at all times.
02751-2
C. The drilling machine shall be equipped with a drilling fluid compatible for the on-site
conditions.
D. The directional head shall be capable of accepting a variety of cutting bits for varied soil
conditions.
3.03 CONTROL OF LINE AND GRADE:
A. Engineer will provide control surveying and grade stakes as necessary. Engineer will
survey and record top of pavement or rail elevations before and after boring operations as
necessary.
B. During the installation o£ can-ier pipes, the Contractor shall be responsible for monitoring
alignment and elevation of said pipes. The Contractor shall provide control points,
reference marks and equipment for this purpose. The drill bit shall be located a maximum
of every 5 feet. The operator of the drilling unit shall check the bore path and position of
boring pit at every five feet and make necessary correction to stay along the alilmment.
C Allowable deviations fi-oul the plan alignment and elevation areas follows:
The guidance system shall be capable of installing pie within 1-1 /2 inch of the plan
vertical dimensions and 2 inches of the plan horizontal dimensions.
2. h~ addition, care shall be taken to assure that continuous positive or negative
grades, as shown on the plans, are maintained in the installed carrier pipe.
3. The Conti-actor shall be required to remove and reinstall pipes which vary in depth
and alignment from these tolerances.
3.04 PILOT HOLE INSTALLATIONS:
A. "hhe pilot hole shall be drilled along the path shown on the project plans
B. At the completion of the pilot hole drilling, the Contractor shall provide a tabulation of
coordinates, including elevation data, referenced to the drilled point entry, which accurately
describe the location of the pilot hole.
~..~
0
C. Pilot hole alignment shall be accepted and approved by the Engineer p,~ r~ning,a~~
pipe installation. ~;>~~ w r
c-3 -' rv
3.05 REAM AND PULL BACK OPERATIONS: --t ~' ~~
t._ U _
~. Reaming shall be sufficient to prevent damage to pipe or pipe crossing. ~-' ~,' tea +'~
-~; ..
B. The maximum allowable tensile load imposed on the pipeline pull section shall~~ot exceed
90% of the product of the Specific Minimum Yield Strength of the pipe and the area of the
pipe section, or as specified by the pipe manufacturer.
C A swivel shall be used to connect the pipeline pull section to the reaming assembly to
minimize torsional stress imposed on the section.
D. The pipeline pull section shall be supported as it proceeds during pull back so that it moves
02751-3
freely and the pipe and pipe coating are not damaged.
E. The pipeline pull section shall be installed in the ream hole in such a manner that external
pressures are minimized.
F. In case of a pull back where the bore hole will be abandoned or where voids are created, the
Contractor shall fill voids with grout injected under pressure using approved methods.
3.06 DIRECTIONAL BORING OPERATIONS:
A. The drilling machine shall be set up at such a location to avoid disruption of private yard
and landscaping.
B. Pipes shall be joined before being subjected to the boring process, or after they have
reached final position, depending on the type of pipe and nature of the joint and jointing
material.
C The method of boring, in each case, shall be in accordance with the requirements of the
governing agency.
D. Once boring has been started, it shall be continuous until completion of the boring
operations in order to reduce the possibility of a so-called "stuck" pipe and to minimize the
creep of the soil into the face, even though this may involve working outside the normal
working days. The Contractor shall not be entitled to additional compensation for effort
required to maintain continuous boring operations. The Engineer reserves the right to
waive the requirement for continuous boring if such waiver is approved by the appropriate
governing agency.
E. Care shall be taken during boring operations to ensure that the pipe remains true to line and
grade.
F. No open cut within boring limits shown on the plans shall be permitted without written
authorization of the Engineer and the governing agency.
N
G. Pull back forces shall not exceed the allowable pulling forces for the pi„~~ bein~°IStalled
-~
1:`~
II. The drilling t7uid, such as bentonite, shall be used for lubricating the lit~e~;uri~pull- ,
forcing spoils out of the pipe pit, assisting in holding the hole open e~ttr~ p~back~"'~Pid
hardening into a clay substance around the outside of the conduit, pre ti ig settlemf
the ground. Adequate drilling fluids shall be used to avoid a "hy~:bck~cond.
Disposal of excess fluid and spoils shall be the responsibility of the Co~~tor. r.,~
~~-' cn
1. Any damage to property, landscaping or trees caused by Contractor's operatloil shall be
replaced to the Owner's satisfaction and at no additional cost to the Owner.
J. The Contractor shall make necessary provisions to keep water and soil out of the installed
piping systems.
K. Obstructions to the progress of the pipe, such as roots, boulders or portions of former
structures, shall be removed and deviations from line and grade shall be avoided if such
deviation will result in ill-fitting joints. 'fhe use of explosives for removing obstructions is
prohibited.
02751-4
3.07 RESTRAINED JOINT PVC PIPE ASSEMBLYAND INSTALLATION:
A. Follow manufacturer s instructions and recommendations for assembly and installation.
B. Prevent dirt from getting into the couplings and, especially, the gasket grooves. If dirt does
get into the gasket grooves, the gaskets must be removed and cleaned, and the grooves must
be cleaned, and the gaskets then reinserted before they can be installed into the pipes.
C. When pulling in restrained joint PVC pipe, do not exceed the maximum recommended
pulling or bending limits for the pipe. When the pull-in is complete, apply pushing forces
to each end of the pipeline to relieve any stretch that may be remaining.
3.08 CARRIER PIPE INSTALLATION:
A. The carrier pipes shall be the class, type and size as indicated on the plans and specified
herein. This will be supplied by the City of Iowa City Water Division.
B. If the plans call for the carrier pipe to be installed without a casing pipe, the requirements
for installation of casing pipe as detailed herein shall apply. This shall include filling of
voids between undisturbed embankment and outside of pipe with specified grout.
3.09 SEALING:
A. After installation of can-ier pipes within casing pipes, the Contractor shall seal ends of
casing pipes with weak concrete bulkheads a minimum of one-foot thick or manufactured
end seals as indicated.
3.I0 TESTING:
A. Testing procedures for carrier pipe shall follow those outlined in Sections 02660 -Water
Distribution.
END OF SECTION
N
n
C") ~
-..~ ~ N ~.~
(Zl
~ ~...._
t`rl
G M",~
~
CIl
2/10
S.' I~:~Y LC SAD AA':AlhR DR~ISIOA A1OKI: convaeu ~Uln AAlner ,Vain Keplacemrm _'UIU directional borini Spec boring IC751.1)(7(
02751-5
_ __ _ _ -- _ _ __ __ _ _ _ _ v'.
o ar Rt ~ I
-$~- ---- - --
F ,
t
I
'
~
GS ` n oa
r
i
t
' ~
rte-. ~~` r
l
r {
~`
t,
~
i
~
o
O
~
M
~
~ N _
~ r
C°
i ~ ~ ^ ' Q r ~
l
.,,, r ..
~ '
~ r
r f:
~: '
6] ~ ~ ~., '. 'L tT
i
te Q ~' 'Qj
^
~~' ~ Q M "'
r i`` AEI
~ 'eh
~ r ,
r
i
O .~
t
~
~
"~., J
rJ j ~
~ CO t
C~
M r C-j
i.
~ i ~ ~
~ ~a, i ti r ~.
i ~'"'
i -
~
i ~
ltd
~ r
,~ r
~
'ti r'
~ <r
~G, ~ y
,',
~
t
~ _.~
~ 1
r Oy " /
J.
i r
Q)
r N C)
~"' J
'r
~ ~ " ^ _
~ ~ ~
Q7 3 ~ tt rr 1
w.
Z~. r ~' ~ v.,
J ~ X12
~ ~! ~ 'I
! (~
r
Q'
f
:i
A
tJ.. ~:
r
~,
i Q 'e•, 1r.
! r.
~
r. r.,
Q V
rt
^ ~ ~
jya„ ~'
i ^ / a
~ ~ -~ ,max ~
rn
..
~,
~
~
~ ~ ~~
N^*
s
l
~ Q f ~
t'
Fr ~ "
i
' \
/ x„
x, l Jr
~
~
~ ~:
r , r
t
~ `( ~
^
V J
v
I~ ~
V^. (f ,~.
', I
r ,1..
fi
-{ •" `
/,
~ O
... ~ '~
~~
r
~ ~ `'
~
~~
~
N
69A
~~
I
~i.
~
~ ,, ~
O > z ~a
~ ~
t..
O t"J
d O ~'
*' ~
~~~~
~ ~ > ~
3 Q W .~
W
~
r.
.,. a. x
3~x3 H
~
U (n
iz~ ~
i. Www
Z 2ZZNNN ~
W J ~ O
~' ' C9 (n to to O O O
~
aaa Q W J O
~ ~ ~ N
t
www
P- 1
2014 i 2110
~~ J, ° COURT STREET
..
.. _ _. ~•®__.,~__
.___.___.... _-
~~ ...
r ~ 2105 I
2115 2119
2017 i
~
o i
I
i I:rr_
I ,..
i +-:.
17c
~
A i ;:
I,
~ I <::r
1 A <D 1
I
O
I I u
~
N WI
Qi
ar ~ "<
m i C
-• t
ty I `
c
'
`
1 ~ N ~II
I ~ ~" ~I
I
a zI
,,
~ I
I
' I ~, I
I
I
I
I
I A I
~ I
.•`
a
I
I
g t
W
w I
'
i
I
! j
i
I
I
~
I
I a
y i
~
2029 i ~~
4408
2130
~ A STREET
2025 ~
FRIENDSHIP
2029
! ~
i
~ I f
~ W
d
I
i
I
I
~'"I
~ I
V I
I
I
I
i
STREET` ---
I
b
1
I
1 ,..
I Iz'..
I {x,
I ~..
Oi 'I ~:
v I ..
II ::
f
~ I
it
~ I
LEGEND
EXISTING WATER VALVE
EXISTING HYDRANT b
EXISTING WATER MAIN - ---
PROPOSED VALVE ~
PROPOSED HYDRANT )
PROPOSED WATER MAIN
{y~~ i~'t~~.~
I '. `: i`3
-_
_ ~. ~ .
COURT STREET
.
----•-°
I I
2203 I
2219
2225 I
I
I
I
i ~ zso
I
I
A
I
v i
Ul ~ I
,
I
1
I
I I
I OUR REJ
_..... ~ 1 ; LU2'XBRAl
'
~" I
~ 4 I I
~ 423-27 w
I
~ i I
I '
a w
t
rn i :. I
' ~'
i
a,
w
i >
Q I
c
n
i i
H I
~ i W I
~ v i ~
Z i
ai
V I
W ~I
i
. i
e I
?I
~i
v xl
wI
i
I
I
I
I
2i2B
t
I
i
~~ s
.2105 2127
i
]I
QI
~i
I
p~ Z
CVf
W
~ I
i
~ I
I
W. i
1
I
i
D STREET
WATER MAIN REPLACEMENT
2nd Avenue 2010
I I~
I t
I ,
..._ I
OI to
I-*1
I
+~w
~ IC?1
.
~~~
~,
.
:
_ I
~ ~~
~
--^d~ I
2220 I
.
~.
~ >~
~
'""°"
A STREET ~'j
T' ,
• y
~
4 fV
2211 2221 222; ~
I
I t "
I I
s
I
I I
i ~„ I a
1 I
Sf2
~ U.~ j bib
~ ~ i I
i
I i 620
I I
I I 6zz
s
~
s I I
~ I i
N f I
~ 1 I
_
N
`
h
i i p
W
~
r
~ .I I
- ~ ~
i I -. 23
0j 2.408 29j
2
FRIENDSHIP STREET I I y~~
_.... _............ _.....__.'-----__._...___ I
I ~.
o 1603
I j I
asoy
W I - I
j X09
? ~/
I ;>:
I, I
O! I I
O I f
~ I I
~
O i W I
~~ I
I Q i N
~
O •- ~
~
I j
I 'riI m
! i I
1 ,...I
~
w
~ Ni j
V 1
..
I :!' I
zzrs I I
I 618
P I ~ 620
._ D STREET I I
1~
~~~_-_. __.._......____ ,,.I
~.__._
900
~ _-~
2205.... 2209 2215 I
~ 702
CAPPED o ,
w
~
, a
o
P- 2
-_ -- ..
,
i h
V 1 ~ ~
,
ebl OZ6f i zOSi YOSt ~ i o w i .- ~ ~ a i O~ I
a6 ~ w
i Q Q Z ~
1ZY1 SZ6l .G151 12'S1 SZ51 ~ 5091 ,6091 ~ ~
a
I 0
m ~
~
~
~'~~a~¢
,
3~
3
o ~ x
ooo
I, ~ o c~c~c~uwivwivwi
', i o w FFFaaa
_ _
_ ;~ I ~ NN1/1000
wxxx~~~
~wwwaaa
I
., ';
'151
61S1 91
91 8151 OZS! ZZSI 9ZSl
0091 2091 9091 8091 !,
0191 2191 G
l
6l OIYt OZOG 6Z6t 8261 2 i
pnnpboa8 }~ ~Connpooa8
_ ___ _ T ;
Yl 6061 1161 1ZY1 ,GZ6l 1051 SlSI L151 6151 1Z5! EZ51 SZSI . 109:1 6091 E191 1Z9< i
',EZ91
~
~ t
a
Q a Q
~ ' ~ ' ~ I
~I ~
O
3 ~
0 W
~
O ao
~
'
I ~ - Q.
' M i
j ~-+ _
O ,
' ~ ~
U .
ZOY! 9161 2001 0091 .9091 0191 ZZ91 YZ91
.~ ~ uaasa~ !,
`~ ,
', c~ e
? Q i M ~
4) b
~
i '.
i
rn b
..
, ,
i L
i { ~>
J O
~
'
~
I i Q, i M a
~
' _"
i QJ I
t ' g w o ~~
L~
, . ~,~
'
~
O .~
1 ''"`
~ . :_.I b 17
i Va I
1
,
M ~~' / I
%
a ;~
,
<
- w ~ ~ v
.,
o M b
nt, co
iu O ~~
Q h
h ~
W
I ~ .< °: ~ ~ . ~
:: Q
F-
r ~
r ~ _
Q W ~
r
~S ~n~oa~ ~ ~
_ _ m _=>~ __ ____ _ -- ~
~ rr a
H J ~ O
ti R ~
t ~ ~ r ~
/
.
.
1 Q W J O
?i ~' ~ N
,a, r
.. r ~.
r
~
~^ t d.
P- J
ENGINEER'S ESTIMATE OF COST
February 25, 2010
City Clerk
City of Iowa City, Iowa
Re: 2010 WATER MAIN DIRECTIONAL BORING PROJECT
Dear City Clerk:
The estimated cost of this project is $120,540.
Sincerely,
Jason R. Havel, P.E.
Project Engineer
~ r
~III~~•~
CITY OF IOWA CITY
410 East Washingron Street
Iowa City, Iowa 52240-1826
(319) 356-5000
(319) 356-5009 FAX
www.icgov.org
C,;"S
'T~
.. ~...5 [."7.,
~ 1
e . ~~ t
ri
r--~
:'' ~-
w
~~~`~~' 4e 4
Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5410
RESOLUTION NO. 10-51
RESOLUTION SETTING A PUBLIC HEARING ON MARCH 23, 2010 ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR
THE CONSTRUCTION OF THE 2010 WATER MAIN DIRECTIONAL BORING
PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID
HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS
ON FILE FOR PUBLIC INSPECTION.
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA:
That a public hearing on the plans, specifications, form of contract, and estimate of cost
for the construction of the above-mentioned project is to be held on the 23rd day of March,
2010, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting
is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk.
2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing
for the above-named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. That the copy of the plans, specifications, form of contract, and estimate of cost for the
construction of the above-named project is hereby ordered placed on file by the City
Engineer in the office of the City Clerk for public inspection.
Passed and approved this 2nd day of March , 20 l0
MA OR
ATTEST: 9 - 9 ~~
CIT CLERK
Approved by
I_I'~4,f,( i~l~i~)"L~ tie ~J
City Attorney's Office ~,~a a'Ir~
Pweng/res/2010wtrmain boring-setph.doc
2110
Resolution No. 10-5 _
Page 2
It was moved by Champion and seconded by rr;ms the Resolution be
adopted, and upon roll call there were:
AYES:
x
x
x
_~
X
~.-._
x
NAYS: ABSENT:
Bailey
Champion
Dickens
Hayek
Mims
Wilburn
Wright
wpdatalglossarylresolution-ic.doc
03-23-10
Y ~- ,, 12
Prepared by Jason Havel, Public Works, 410E Washington St, Iowa City, IA 52240 (319) 356-5410
RESOLUTION NO. i n-99
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON-
TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2010
WATER MAIN DIRECTIONAL BORING PROJECT, ESTABLISHING AMOUNT
OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO
PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR
RECEIPT OF BIDS.
WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of
cost for the above-named project was published as required by law, and the hearing thereon held.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA THAT:
1. The plans, specifications, form of contract and estimate of cost for the above-named
project are hereby approved.
2. The amount of bid security to accompany each bid for the construction of the above-
named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer,
City of Iowa City, Iowa.
3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not
more than 45 days before the date for filing the bids, for the receipt of bids for the
construction of the above-named project in a newspaper published at least once weekly
and having a general circulation in the city.
4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa,
at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 15`h day of April,
2010. At that time, the bids will be opened by the City Engineer or his designee, and
thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said
bids at its next regular meetinq~, to be held at the Emma J. Harvat Hall, City Hall, Iowa City,
Iowa, at 7:00 p.m. on the 27' day of April, 2010, or at a special meeting called for that
purpose.
Passed and approved this 23rd day of March , 20 10
MAYOR
Approved by
ATTEST: ~~ i'C ~~ ~~~ ~~ JZ~ PN~'~'
CITCIT-~ERK City Attorney s Office iv
3~ ivl
pwengVres/2010wtrmain boring appp&s doc 3/10
Resolution No. 10-99
Page 2
It was moved by Wilburn and seconded by wriQht the Resolution be
adopted, and upon roll call there were:
AYES:
~_
x
x
~_
x
x
x
NAYS: ABSENT:
Bailey
Champion
Dickens
Hayek
Mims
Wilburn
Wright
wpdata/glossarylresolution-ic.doc
Publish 3/8
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT AND
ESTIMATED COST FOR THE
2010 WATER MAIN DIRECTIONAL BORING
PROJECT IN THE CITY OF IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE CITY OF IOWA
CITY, IOWA, AND TO OTHER INTERESTED
PERSONS:
Public notice is hereby given that the City Council
of the City of Iowa City, Iowa, will conduct a public
hearing on plans, specifications, form of contract
and estimated cost for the construction of the
2010 Water Main Directional Boring Project in
said city at 7:00 p.m. on the 23~d day of March,
2010, said meeting to be held in the Emma J.
Harvat Hall in the City Hall, 410 E. Washington
Street in said city, or if said meeting is cancelled,
at the next meeting of the City Council thereafter
as posted by the City Clerk.
Said plans, specifications, form of contract and
estimated cost are now on file in the office of the
City Clerk in the City Hall in Iowa City, Iowa, and
may be inspected by any interested persons.
Any interested persons may appear at said
meeting of the City Council for the purpose of
making objections to and comments concerning
said plans, specifications, contract or the cost of
making said improvement.
This notice is given by order of the City Council
of the City of Iowa City, Iowa and as provided by
law.
MARIAN K. KARR, CITY CLERK
NOTICE TO BIDDERS
2010 WATER MAIN DIRECTIONAL
BORING PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 2:30 P.M.
on the 15'h day of April, 2010. Sealed proposals
will be opened immediately thereafter by the City
Engineer or designee. Bids submitted by fax
machine shall not be deemed a "sealed bid" for
purposes of this Project. Proposals received after
this deadline will be returned to the bidder
unopened. Proposals will be acted upon by the
City Council at a meeting to be held in the Emma
J. Harvat Hall at 7:00 P.M. on the 27th cry of April,
2010, or at special meeting called for that
purpose.
The Project will involve the following:
Furnish labor, supplies and equipment to
install PVC water main by directional boring.
Directional Bore 6-inch PVC -1,800 LF
Directional Bore 8-inch PVC - 3,040 LF
All work is to be done in strict compliance with
the plans and specifications prepared by the Iowa
City Engineer's Office of Iowa City, 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 accompanied in
a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a surety
in the State of Iowa, in the sum of 10% of the bid.
The bid security shall be made payable to the
TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to the
City Council.
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100%) of the contract price, said bond to
be issued by a responsible surety approved by the
City, and shall guarantee the prompt payment of
all materials and labor, and also protect and save
harmless the City from all claims and damages of
any kind caused directly or indirectly by the
operation of the contract, and shall also guarantee
the maintenance of the improvement for a period
of one (1) year from and after its completion and
formal acceptance by the City Council.
The following limitations shall apply to this
Project:
Site 1 -Plum Street (Phase 1)
Working Days: 7
Specified Start Date: May 17, 2010
Liquidated Damages: $200.00 per day
Site 2 - 2~d Avenue and D Street
Working Days: 7
Specified Start Date: June 21, 2010
Liquidated Damages: $200.00 per day
Site 3 -Plum Street/Euclid Avenue (Phase 2)
including Crescent Street
Working Days: 7
Specified Start Date: July 26, 2010
Liquidated Damages: $200.00 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
Ciry Clerk. Copies of said plans and specifications
and form of proposal blanks may be secured at
the Iowa City Engineer's Office in Iowa City, Iowa,
by bona fide bidders.
A $20.00 non-refundable fee is required for each
set of plans and specifications provided to bidders
or other interested persons. The fee shall be in
the form of a check, made payable to the City of
Iowa City.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quantities,
unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
Printer's Fee $ C C
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, 5S:
THE IOWA CITY PRESS-CITIZEN
FED. ID # 42-0330670
l~ia'nd°~re~i~ia, being duly sworn, say
that I am the legal clerk of the IOWA
CITY PRE55-CITIZEN, a newspaper
published in said county, and that a
notice, a printed copy of which is
hereto attached, was published in said
paper l .time(s), on the
following date(s):
,,M ~GFf g - ,~ ~ r D
Legal Cle
5ubsc ' ed and sworn efore me
this ~~ day ol`=~~
A.D. 20 1 ~,
,~ .,'.._
ublic
a~~,r,.~cm LINDP. KROTZ
. ~ Commission Number 732619
• "" My Commission Expires
oxa January 27, 2011
OFFICIAL PUBLICATION
NOTICE OF PUBLIC HEARING
ON PLANS, SPECIFICATIONS,
FORM OF CONTRACT AND
ESTIMATED COST FOR THE
2010 WATER MAIN DIRECTION-
AL BORING PROJECT IN THE
CITY OF IOWA CITY, IOWA
TO ALL TAXPAYERS OF THE CITY
OF IOWA CITY, IOWA, AND TO
OTHER INTERESTED PERSONS:
Public notice is hereby given that
the City Council of the City of Iowa
City, Iowa, will conduct a public
hearing on plans, specifications,
form of contract and estimated cost
for the construction of the 2010
Water Main Directional Boring
Project in said city at 7:00 p.m. on
the 23rd day of March, 2010, said
meeting to be held in the Emma J.
Harvat Hall in the City Hall, 410 E.
Washington Street in said city, or if
said meeting is cancelled, at the
next meeting of the City Council
thereafter as posted by the City
Clerk.
Said plans, specifications, form of
contract and estimated cost are
now on file in the office of the City
Clerk in the City Hall in Iowa City,
Iowa, and may be inspected by any
interested persons.
Any interested persons may
appear at said meeting of the City
Council for the purpose of making
objections to and comments con-
cerning said plans, specifications,
contract or the cost of making said
improvement.
This notice is given by order of the
City Council of the City of Iowa City,
Iowa and as provided by law.
MARIAN K. KARR, CITY CLERK
80886 March 8, 2010
Printer's Fee $_~,~~
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID # 42-0330670
I, R o~ s~ ~-~
~~, being duly sworn, say
that I am the legal clerk of the IOWA
CITY PRESS-CITIZEN, a newspaper
published in said county, and that a
notice, a printed copy of which is
hereto attached, was published in said
paper ~ .time(s), on the
following date(s):
~ lack ~ F1 .Z ~1~ ~- D t D
Legal Cler
Subscribed and sworn to before me
this ~_ day of
A.D. 20~
Notary Public
~p~A[d, LINDA KROTZ
~~~ Commission Number 732619
My Commission. Expires
°~"' January 27, 2011
OFFICIAL PUBLICATION
NOTICE TO BIDDERS
MAIN DIRECTIONAL
NG PROJECL
ea a proposals will be received
by the City Clerk of the City of Iowa
City, Iowa, until 2:30 P.M. on the
15th day of April, 2010. Sealed pro-
posals will be opened immediate-
ly there-after by the City Engineer or
designee. Bids sub-miffed 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. Pro-posals 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 27th
day of April, 2010, or at special
meeting called for that purpose.
The Project will involve the follow-
ing:
Furnish labor, supplies and equip-
ment to install PVC water main by
directional boring.
Directional Bore 6-inch PVC - 1,800
LF
Directional Bore B-inch PVC - 3,040
LF
All work is to be done in strict com-
pliancewith the plans and specifica-
tions prepared by the Iowa City
Engineer's Office of Iowa City, Iowa,
which have hereto-fore been
approved by the City Council, and
are on file for public exami-nation in
the Office of the City Clerk.
Each proposal shall be completed
on a form furnished by the City and I
must be accompanied in a sealed
envelope, separate from the one
containing the proposal, by a bid
bond executed by a corporation
authorized to contract as a surety in
the State of Iowa, in the sum of 10
of the bid. The bid security shall be
made pay-able to the TREASURER
OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the
City of Iowa City in the event the
success-ful bidder fails to enter into
a contract within ten (10) calendar
days of the City Council's award of
the contract and post bond satisfac-
tory to the City ensuring the faithful
performance of the contract and
mainte-non uesuantato thel provi
required, p
sions of this notice and the other
the lowest two oemoreBbidde sdmay
be retained for 15pecalendar days
exceed fifteen ( )
following award of the contract, or
until rejec-lion is made. Other bid
bonds will be returned after the can-
p sled n andb reptorted f toid the cCity
Council.
The successful bidder will be
required to furnish a bond in an
amount equal to one hun-dred per-
cent (100%) of the contract price,
said bond to be ~ roved byathe City,
Bible surety ap-p rom t
and shall guarantee the p P
payment of all materials and labor,
and also protect and save harmless
the City from all claims and dam-
ages of any kind caueration of Ythe
indirectly by the op
contract, and shall also guarantee
the mainte-Hance of the improve-
ment for a period of one (1) year
from and after its com-pl the C d
formal accep-lance by Y
Council.
The following limitations shall
apply to this Project:
Site 1 -Plum Street (Phase 1)
Working Days: 7
Specified Start Date: May 17, 2010
Liquidated Damages: $200.00 per
day
Site 2 - 2nd Avenue and D Street
Working Days: 7
Specified Start Date: June 21,
2010
Liquidated Damages: $200.00 per
day
Site 3 -Plum StreeUEuclid Avenue
(Phase 2) including Crescent Street
Working Days: 7
Specified Start Date: July 26, 2010
Liquidated Damages: $200.00 per
day
The plans, specifications and pro-
posed con-tract documents may be
examined at the office of the City
Clerk. Copies of said plans and
speciti-cations and form of proposal
blanks may be secured at the Iowa
City Engineer's Office In Iowa City,
Iowa, by bona fide bidders.
A $20.00 non-refundable fee is
required for each set of plans and
specifications provided to bidders or
other interested persons. The fee
shall be in the form of a check,
made payable to the City of Iowa
City.
Prospective bidders are advised
that the City of Iowa City desires to
employ minority contrac-tors and
subcontractors on City projects. A
listing of minority contractors can be
ob-tained from the Iowa
Department of Economic
Development at (515) 242-4721
and the Iowa Department of
Transportation Contracts Office at
(515) 239-1422.
Bidders shall list on the Form of
Proposal the names of persons,
firms, companies or other parties
with whom the bidder intends to
subcon-tract. This list shall include
the type of work and approximate
subcontract amount(s).
The Contractor awarded the con-
tract shall submit a list on the Form
of Agreement of the proposed sub-
coritrac-tors, together with quanti-
ties, unit prices and extended dollar
amounts.
By virtue of statutory authority,
pref-erence must be given to prod-
ucts and provi-sions grown and coal
produced within the State of Iowa,
and to Iowa domestic labor, to the
extent lawfully re-quired under Iowa
Statutes. The Iowa recipro-cal resi-
dent 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 techni-
calities and irregu-larities.
Published upon order of the City
Council of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
80800 March 29, 2010
~~-~J
Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5410
RESOLUTION NO. 10-144
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE 2010 WATER MAIN DIRECTIONAL BORING
PROJECT.
04-27-10
22
WHEREAS, Gaylord Construction, Inc. of Ft. Madison, Iowa has submitted the lowest responsible
bid of $65,660.00 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The contract for the construction of the above-named project is hereby awarded to
Gaylord Construction Inc., subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance program
statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
3. The City Engineer is authorized to execute change orders as they may become necessary
in the construction of the above-named project.
Passed and approved this 27th day of April , 20 i n
MAYOR
Approved by
ATTEST: .,,~ ~~~1/ ~a~~~ .~tpo,.o ,c ~~~~~
CITY -ERK City Attorney's Office y ~D rv
It was moved by Wilburn and seconded by Mims the Resolution be
adopted, and upon roll call there were:
AYES:
X
~-
x
x
x
x
x
NAYS: ABSENT:
Bailey
Champion
Correia
Hayek
O'Donnell
Wilburn
Wright
Pwenglre s/2010wtrma i nd i r-awrdcon. doc
4110
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and Gaylord Construction, Inc. ("Contractor")
Whereas the City has prepared certain plans, specifications, proposal and bid documents
dated the 25th day of February, 2010, for the 2010 Water Main Directional Boring Project
("Project"), and
Whereas, said plans, specifications, proposal and bid documents accurately and fully
describe the terms and conditions upon which the Contractor is willing to perform the Project.
NOW, THEREFORE, IT IS AGREED:
1. The City hereby accepts the attached proposal and bid documents of the
Contractor for the Project, and for the sums listed therein.
2. This Agreement consists of the following component parts which are incorporated
herein by reference:
a. Addenda Numbers N/A
b. "Standard Specifications for Highway and Bridge Construction," Series of
2009, Iowa Department of Transportation, as amended;
c. Plans;
rv
c;:~
d. Specifications and Supplementary Conditions; --..
-~
~.
e. Notice to Bidders; ~' •~ - ~. ~~
_ U., ~ ,~
f. Note to Bidders; _.' _V- .-~~
'"~ 4 m
g. Performance and Payment Bond; r.~ `.....-+
h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i--
i. Contract Compliance Program (Anti-Discrimination Requirements);
j. Proposal and Bid Documents; and
k. This Instrument.
The above components are deemed complementary and should be read together. In the
event of a discrepancy or inconsistency, the more specific provision shall prevail.
AG-1
3. The names of subcontractors approved by City, together with quantities, unit
prices, and extended dollar amounts, are as follows (or shown on an attachment):
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
DATED this n day of '\a , 20 ~v
C~ Contractor
Mayor
ATTEST:
L~~
City Clerk
(Titte)~~C S~ ~~~ ~ C~.O
ATTEST: ~
(Title) 5~~= G Rt•rA~ ~
(Company Official)
Approved By:
Ci2cL ~~?1,~'- ~~GZ ~,Z~ ~,~~ ~~i
City Attorney's Office r' ~~id
~_
~:.
ti 5 . ..
(: j - .. N A...~
~..; _~:,
_ ._ . .,
- ~:d:, rya _, c
;_,~
AG-2
PERFORMANCE AND PAYMENT BOND
Bond No. 1000760888
Gaxlord Construction Inc ,,2748 241x` Street. Ft. Madison, IA 52627, as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and American Contractors Indemnity Company
{insert the legal title of the Surety)
601 S. Figueroa Street, suite 1600, Los Angeles, cA 9ooi7 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 sixty five thousand six hundred sixty and no hundredth Dollars
($65,660.00) 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 G~-~-~,~~ ,entered into a
(date}
written Agreement with Owner for the 2010 Water Main Directional Boring 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
the Iowa City Engineer's Office, .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 sha11 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.
C_:."7
B. Whenever Contractor shall be, and is declared by Owner to be, in default upper the
!.~:
Agreement, the Owner having performed Owner's obligations thereunder= ; Surly maytl d
promptly remedy the default, or shall promptly: ~ r °' ~• ~ m ~~"
1. Complete the Project in accordance with the terms and cortditions_.~f t11
Agreement, or + • n. •Y
2. Obtain a bid or bids for submission to Owner for completing-the Pr.4ject in
accordance with the terms and conditions of the Agreement; and upon determina-
tion by Owner and Surety of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available, as work progresses (even
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
PB-1
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of one (1) year from the date of forma!
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 subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance of the
Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part of this bond to the same extent as if it were expressly set out herein.
SIGNED AND SEALED THIS 3rd
DAY OF May
2010
IN THE PRESENCE OF:
~ ~ ,~
fitness
Gaylord Construction, Inc.
(Principal)
~~ c~~~
Title}
American Contractors Indemni Compa
{Su )
- --
WltneSS Donna M. yler (Tltle} Atto ey-In- act
Carolyn Schmuttenmaer
1750 East Golf Road
(Street)
Schaumburg, IL 60173 `~'~
(City, State~ip) ,
_ ...,i
"' ~• _~ ~ ,
~t:~ _-
(847) 797-5700 ~ ~ `""'~~
(Phone) ~ , ~~
r`.4
PB-2
State of ..,Illinois,,,,,,,,,,,,,,,,,,,,,,
County of ,DuPage ..................... ss.:
On this ..... 3rd......day of.....M.av.........2010.., before me
company personally appeared ............. Donna M; Tyler , , , , , , , ,, to be known,
Acknowledgment: whom being by me duly sworn, did depose and say: that he/she resides
at.. S~~auznbuz~, ~~ ............................................................
that he/she is the, Attorney In Fact , , , , , „p f, , ,American Contractors , , , ,
.................. . . . ..
Indemnity Company , , , , , , , ,, the corporation described in and which
executed the annexed instrument; that he/she knows the corporate seal of
said corporation that the seal affixed to said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said
corporation; that he/she signed his/her name thereto by like order; and
that the liabilities of said corporation do not exceed its assets as
ascertained in the manner provided by law.
Ms,~„,,,,,,,,~nnnnnn~pnnn Notary Public In and for the above County and State.
OFFICIAL SEAL 04/22/2012
HINA AZAM My commission expires .................................
NOTARY PUBLIC, STATE OF ILLINOIS
My Commission Expires 04/22J2012
N
G.."'°7
w~Y ~ "{ ._~..
u~ t
<-;
~
;~..~
„ ~. # .; ;
--,
,
__ ~ -;
. c_r;
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, United States
Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the
"Companies"), do by these presents make, constitute and appoint:
Jeffrey B. Blackburn, Barry L. Seago, Ardeth M. Hillyer, Donna M. Tyler, Tamra Pritchard, or Hina Azam of Schaumburg, Illinois
its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond
penalty does not exceed *****Three Million***** Dollars ($ **3,000,000.00** ).
This Power of Attorney shall expire without further action on December 8, 2012.This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full
power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following
provisions:
Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds,
recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the
Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President
and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attomey or any certificate relating
thereto by facsimile, and any power of attomey or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to
any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
15't' day of June, 2009.
AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSUI~iCE COMPANY
Corporate Seals 3~t~,p(iO,pJZyD stttgF~ pT ~<r`
3 y y ~ Z
~~ ";~ ~ ~SEAL~ ~ * ~ By:
~ ~
..
State of California
County of Los Angeles SS:
0
~~ ~,~
Daniel P. Aguilar, Vice Presi(tr~t~- ~ ~~
--{ ~"%
~~: ..
On this 15`s day of June, 2009, before me, V. Wright, a notary public, personally appeared Daniel P. Aguilar, {Vice President of
American Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me
on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that
he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal. .,r~r.w„~a.....+.•••.
Signature (Seal)
v WAif3Nr
Gommission N /92ti11B
Rotary P~Ija - Cafllornia
~ Loa Mgtias Goansy '"
Gamin, Ex trss Gac S, 2012
I, Jeannie J. Kim, Assistant Secretary of American Contractors Indemnity Company, United States Surety Company and U.S. Specialty
Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney
are in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 3rd day
of May 2 010
Corporate Seals
~~'(M(TO,tfzyG ~~ T ~!r
Bond No. N~.A ~ ~mnau,EO ~ ~ SEAL ti `~ ~ Jeannie J. Kim, Assistant Secretary
Agency No. 1 X215 ~SEP(2i,1990 ~ ~ ~ b +~
Grp`' 4d 12
Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5410
RESOLUTION NO. 10-482
RESOLUTION ACCEPTING THE WORK FOR THE 2010 WATER MAIN
DIRECTIONAL BORING PROJECT
WHEREAS, the Engineering Division has recommended that the work for construction of the
2010 Water Main Directional Boring Project, as included in a contract between the City of Iowa
City and Gaylord Construction, Inc. of Ft. Madison, Iowa, dated May 6, 2010, be accepted; and
WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the
City Clerk's office; and
WHEREAS, the final contract price is $56,007.75.
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 t hth day of November , 20 i n
~`~
MAYOR G~
ATTEST: 2~ ~- ~~21itJ
CIT LERK
Approved by
_~
,- _--.
... ~
~' City Att ey' ffi l/ ~.1~
It was moved by ('.hamni nn and seconded by W; i b,,,-„ the Resolution be
adopted, and upon roll call there were:
AYES:
NAYS:
ABSENT:
x Bailey
x Champion
x Dickens
x Hayek
x Mims
x Wilburn
x Wright
Pweng/res/2010wtrmn dirboring-acptwork.doc
11/10