Loading...
HomeMy WebLinkAboutSANITARY SEWER REHABILITATION/2010SANITARY SEWE , REHABILITATIO�71 2010 S an: �a7 S 24-kcL. 1: IV,-4, cn +��.elof'a aol p cos 1- -For e aolo SaR;ia -y Sew'--v, a- !�(�R- /O IZ25olk�.ov. !a"49 SQ14:rq A }�K6l;c- hearon9 ibrL a O 2i of l u. Ins 5� )a C; : Jc�t�, vrlri8 ,I }arm oT CD ✓In ra cl( 25�, miri� Crs� �r 4b COriS't+"uC l-.D�. DID 4hR aolp Skn,,7'ary SeWtr -Re Art. ; 1 llw�;m �rv� e��� �: rec�;h� ` � C�er%l 4, j=.il1 4L Y14—;CA 1LC )qQ- 0-r.nO 4-o 23 N//j4 ^/fl �1Rso� �II� : ar�11 /o - 97 �r COr�TraC7 E 2Sa;ma o� Co y�r �he COnS7n�c� -;rT� o� C:�y 1.�2✓� I'O pw%��S�l, Y1 / /OY-iG2 �fl tJ:ll�� 5 b �.k�v�r� ��✓r1C. /0 A lde -2— Nod-; c- -, af t?t,,-b l c 4ecx4\g - ?roc -r o-F a?-- App--.1v - Scty�,JoLrr) Se-Lo e- r Re flab; I; �aIitr� Coro pie a d Reso�� is /0-/45 c-Wav -Jinn Cvntr�cq- cn C�c���ofi nCr1 4k-2 6 O- ov^ rOK CanS�c- cQc�eoh o-V Ae ao(O sari �4ary Sewev ��hc6i1 trtilitrh tr�.�crf_ N4rc, .40 ° a ( (A ko(, '," FDrrn D'Y �NCnlN��1= S '1✓`� i pe PO- M 4Off ' �n cce�i oc7o -lc -PD✓ 4�,- a�10 X11 d� ENGINEER'S ESTIMATE OF COST February 26, 2010 City Clerk City of Iowa City, Iowa Re: 2010 SANITARY SEWER REHABILITATION PROJECT Dear City Clerk: The estimated cost of this project is $176,130. Sincerely, Jason R. Havel, P.E. Project Engineer t r � rlll� � CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 -1826 (319) 356 -5000 (319) 356 -5009 FAX www.iegov.o g N O CD C n d1 00 fl` • r�-{ ?y i r J M C7? PJ j' LJ1 N CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2010 SANITARY SEWER REHABILITATION PROJECT IOWA CITY, IOWA N Ul fJ 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: Jason R. Havel, P.E. Project Engineer Iowa Reg. No. 19222 My license renewal date is December 31, 2010. DATE: SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ........................................... ............................... NOTETO BIDDERS ............................................... ............................... FORM OF PROPOSAL ........................................... ............................... BIDBOND ............................................................... ............................... FORM OF AGREEMENT ....................................... ............................... PERFORMANCE AND PAYMENT BOND .............. ............................... CONTRACT COMPLIANCE (ANTI- DISCRIMINATION REQUIREMENTS) ... ............................... GENERAL CONDITIONS ........................................ ............................... SUPPLEMENTARY CONDITIONS ......................... ............................... TECHNICAL SECTION DIVISION 1 - GENERAL REQUIREMENTS Section 01010 Summary of the Work ......... ............................... Section 01025 Measurement and Payment ............................... Section 01310 Progress and Schedules ..... ............................... Section 01570 Traffic Control and Construction Facilities.......... DIVISION 2 - SITE WORK Page Number ......... AF -1 ......... NB-1 ......... FP -1 ......... BB -1 ......... AG -1 ......... PB -1 ... CC -1 ... GC -1 ... SC -1 ......... 01010 -1 ......... 01025 -1 ......... 01310 -1 ......... 01570 -1 Section 02766 Cured -in -Place Pipe ( CIPP) .................. ............................... 02766 -1 PLANS..................................................................................... ............................... P -1 N 0 0 0 �T1 C7 K N d.n •--iC7 Cn T� ry NOTICE TO BIDDERS 2010 SANITARY SEWER REHABILITATION 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 its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 27th day of April, 2010, or at a special meeting called for that purpose. The Project will involve the following: Lining of 1,476 If of 8 -inch diameter and 2,239 If of 12 -inch diameter sanitary sewer pipe, reinstatement of 11 service laterals, removal of 3 protruding service taps and other associated sewer lining work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, 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 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 until a contract is awarded, 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 AF -1 N 0 co _cam p ..e N N issued by a responsible surety approved by the City Council, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Completion Date: August 16, 2010 Liquidated Damages: $400 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 Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bidders. A $30 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. 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. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. 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 o Iowa Department of Economic Development at o (515) 242 -4721. _ „< M )> �i W .�. By virtue of statutory authority, preference will be t7-< ry 01 given to products and provisions grown and coal C �1 'r Y produced within the State of Iowa, and to Iowa i 0 domestic labor, to the extent lawfully required C ry under Iowa Statutes. The Iowa Reciprocal Preference Act applies to the contract with respect N to bidders who are not Iowa residents The City reserves the right to reject any or all proposals, and also reserves the right to waive AF -2 technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -3 N O L� O FJ. �I rn CO .3. CA N AF -3 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB -1 N O QO Ty � N cn N NB -1 FORM OF PROPOSAL 2010 SANITARY SEWER REHABILITATION 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. FP -1 ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Mobilization Lump Sum 1 2. Traffic Control Lump Sum 1 3. Remove Protruding Each 3 Service Taps o k M 9 4. 8 -inch dia. Cured -in- L.F. 1,476 Place Pipe ` f +l � r i 5. 12 -inch dia. Cured- L. F. 2,239 in -Place Pipe D ui 6. Reinstate Lateral Service Each 11 N Connections TOTAL 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: N d C 0 Phone: �r"i Contact:' N FP -2 9kI 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 Sanitary Sewer Rehabilitation 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 U111 Witness Witness Surety By _ Attach Power -of- Attorney (Attorney -in -fact) N C1 c� T, czy c7 v (geal) Principal _ r' .-3 F rI By itle) �. N ' :n (Seal) Surety By _ Attach Power -of- Attorney (Attorney -in -fact) 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 260 day of February, 2010, for the 2010 Sanitary Sewer Rehabilitation 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; N d. Specifications and Supplementary Conditions; r'__i n-C e. Notice to Bidders; A f. Note to Bidders; (,Il g. Performance and Payment Bond; h. Restriction on Non- Resident Bidding on Non - Federal -Aid Projects; 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 City By ATTEST: day of Mayor Contractor By (Title) ATTEST: 20_ City Clerk (Company Official) AG -2 Approved By: City Attorney's Offipe , -�' m �8 f� % Cn N PERFORMANCE AND PAYMENT BOND W (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 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 Sanitary Sewer Rehabilitation 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 Lmpletion of the Project. A. The Surety hereby waives notice of any alteration or extension of tide :'. by �fhe ... u, Owner. r B. Whenever Contractor shall be, and is declared by Owner to be, in QefQlt tinder 120 Agreement, the Owner having performed Owner's obligations thereundeirihe Swriety may N promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient VU funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and /or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's 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 r� IN THE PRESENCE OF: Witness Witness IM (Principal) (Title) (Surety) o, (Title) r> ry cn ry (Street) (City, State, Zip) (Phone) con,�lractl ompHan(�0 o roc rto�i CITY OF IOWA CITY fib (J1 1 cn fJ 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. CC -1 N � o { C i %y N �.�✓ LO 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 sue.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What 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. l7 C7� N wR, Fn N 53 ( n CC -2 W 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 CC -3 N U 35 47 rwv :74 Ql �rTI q Y ri N W SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer ". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word -of -mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for ?" Only use job - related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non - biased promotion, tramfer and training policies to increase and /or improve the diversity of your workforce represenratjon. Companies must make sure procedures for selecting candidates for promotion, Vratsfe nd training are tecord based upon a fair assessment of an employee's ability and work-iurtflegjore, all companies should post and otherwise publicize all job promotional oplir?rfunitiN andlencourage all qualified employees to bid on them. ri 'yam N Y Ln W CC-4 ,�► "mom Mott `t &Muni City of OTPA 0, Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 N U rri C7 N ON -tC7 -ff-I t'a x W CC -5 2.3.1 CHAPTER 3 DISCRIMINATORY PRACTICES SECTION: 2 -3 -1: Employment; Exceptions 2 -3 -2: Public Accommodation; O Exceptions 2 -3 -3: Credit Transactions; Exceptions 2 -3 -4: Education 2 -3 -5: Aiding Or Abetting; Retaliation; Intimidation 2 -3 -1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization to refuse to admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. 2-3.1 C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof. to directly or indirectly adver- tise or in any other manner Indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- cause of age, color, creed, disability, gender Identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95 -3697, 11 -7 -1995) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy Is a prima facie violation of this Title. Iowa City CC -6 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job - related purposes, temporary disabilities and shall be treated as such under any health or temporary disability Insurance or sick leave plan available in connection with employment or any written or unwrit- ten employment policies and practices Involving terms and conditions of employment as applied to other tem- porary disabilities. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or pro- N E) O :-:t C; U� fir_- I�1 M C 7 t N =" ut W 2 -3 -1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee In return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired Immune deficiency syn- drome poses a significant risk of transmission of the human Immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 697 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such quailflca- 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 rell- 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 family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family, 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) N Iowa City fir° rn -U ITI W 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. GC -1 h� U p� 01 -n rY1 3 t t: N 3a Cn W w GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S -1 Definitions S -2 Limitations of Operations S -3 Insurance SA Supervision and Superintendence S -5 Concerning Subcontractors, Suppliers and Others S -6 Compliance with OSHA Regulations a S -7 Employment Practices ca S -8 Contract Compliance Program (Anti- Discrimination Requirements)Fcc7 m s S -9 Measurement and Payment _a ' "® S -10 Taxes f� S -11 Construction Stakes ! �` N 1 � W 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. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. SC -1 S -2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S -3 INSURANCE. A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION 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 $2,000,00" a Automobile Liability CombinednglRimit Bodily Injury & Property Damage $11000'00(8 11 Excess Liability $1,000,000 $1,0000 -�' Worker's Compensation Insurance as required by Chapter 85, Code of low C-) rn i rill �_j,i 'Property Damage liability insurance must provide explosion, collapse5o 4t?Pergr`QU%d coverage when determined by City to be applicable. Cn W The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage SC -2 amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self- insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self- insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 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 insurance coverage from its new carrier, this Contract from and after its inception. of the work, or (2) purchase "prior acts" covering prior acts during the period of 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.-Bubject to any further limitations or exclusions, or have a higher deductible or self- insurted retention than the insurance which it replaces. ;; u 5. The City reserves the right to waive any of the insurance requiremenwshere ftrovi The City also reserves the right to reject Contractor's insurance if 'ot, in cRMplianc with the requirements herein provided, and on that basis to either award the OntracE i the next low bidder, or declare a default and pursue any and all remedies avmilable to the City. w 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. SC -3 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. HOLD HARMLESS 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. p F. If no minority business enterprises (MBE) are utilized, the CONTRACTOR hall furnish documentation of all efforts to recruit MBEs. 2 m �l m� cn S -6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the [DOT STANDARD SPECIFI CATION SJ= F. The Contractor and all subcontractors shall comply with the requlrementVbf 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 obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and SC -4 right -to -know. H. The Contractor and all subcontractors shall comply with the permit required for confined space standard 1910.146 of OSHA. All manholes shall be considered permit required confined spaces as defined by OSHA regulations and shall be entered to accordance with all OSHA standards. The Contractor shall inform the City of the permit space program they will use, coordinate any entry operations and obtain any available information on permit space hazards and entry operations from the City. All Contractor employees working on site will be required to have a certification from the Wastewater Contractor Orientation Program Class administered through Kirkwood Community College. This one hour class is available online. The Contractor shall provide the City with all employee certification prior to beginning work. For class details contact Chris Gilstrap at (319) 887 -6105. 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 willLigupersede applicable sections in the [DOT STANDARD SPECIFICATIONS. M S -10 TAXES. cu �. C7 °6 0) -in Ol Contractors and approved subcontractors will be provided a Sales Tax Exenipttlbn GWifcate to purchase building materials, supplies, or equipment in the performance of the contCact.;Thu Contractor shall submit the information necessary for the certificates to be issued. cn SC -5 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. 2/10 SiENGISanitary Rehab @010@010 sewer rehab frontend.doo SC -6 N b 47 0 M ...� r� �7 N W SECTION 01010 SUMMARY OF THE WORK PART1- GENERAL General description, not all inclusive. A. Base Bid Work: 1. Furnish and install Cured -in -Place Pipe (CIPP) in manhole to manhole sections of 8- inch and 12 -inch diameter sewer mains. 2. Remove protruding clay service taps from 8 -inch diameter Vitrified Clay Pipe (VCP) sanitary sewers at various locations shown on the attached sheets. 3. Reinstate lateral service connections. 4. Maintain sanitary sewer flows during the project. 5. Provide vehicular traffic control and pedestrian traffic control during all phases of project. 6. Other work associated with sanitary sewer lining work. B. Site Locations: 1. See attached location maps. C. Previous Televising: 1. All sections of the sanitary sewer mains have been televised within the last two years. A copy of the videos and reports are provided for the Contractor's reference and information only. Each section shall be televised and assessed for suitability of the proposed work by the Contractor prior to liner impregnation. D. Summary of Televising: 1. See attached sheets. o° t t cc .. . C> S N IT] C:) —U N CA W 2/10 SM- NMS.nibry Rehab20IM01010. OOC 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART1- GENERAL 1.01 SUMMARY.. A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OFMEASUREMENTS. A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT.• A. The Contractor shall accept the compensation as herein provided as fill payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. O PART2- PRODUCTS _E5 a% Co d 2.01 NONE N M 1 f TJ PART 3 - EXECUTION s t" ° e ` r N 3.01 PROCEDURE: cn W A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025 -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 be made for repair costs to fix damage caused by the Contractor or his /her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in 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 GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and /or basements. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of nmd and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. ° B. BID ITEM DESCRIPTIONS j>_ u ca F �� 1. Mobilization. Qn _ rn y The lump sum unit price for this item will be paid based on fbihjAing,,,install Q, maintaining, moving, relocating, and removing all equipment,.;ivaterial&Pnd labor necessary to complete the work. This item includes any necessary relocation of equipment and materials for all sub- contractors to complete the work. This item also includes the training certification required to meet the OSHA and City Confined Space Entry Program. 01025 -2 2. Traffic Control. This item shall include all labor, equipment and materials necessary to maintain a minimum of one lane of through traffic in each direction on all streets and to place and maintain traffic control devices and flaggers according to the plans and specifications, MUTCD and OSHA regulations. The )engineer may request additional signs, barricades, safety fence or other devices as necessary at no additional cost to the City. Progress payments for traffic control will be based on the portion of the traffic control completed. 3. Remove Protruding Service Taps. The unit price for this item shall include all equipment, material, labor, power and water necessary to remove the protruding service taps to a smooth level surface at the sewer main and removal of all debris from the pipe. It also includes television inspection after the taps have been removed. A copy of the television inspection shall be provided to the Owner. Payment for this item shall be at the unit price bid per each. 4 and 5. Cured -in -Place Pipe (CIPP). The unit price for this item will be paid based on the number of linear feet of cured -in- place liner installed as measured from center of manhole to center of manhole. The unit price for this item shall include all costs for supplying the materials, labor, power, water or air and equipment to install the liner pipe as indicated on the plans. It shall include cleaning and televising the sewer before liner installation and televising after liner installation, and all equipment and labor necessary to transfer the existing sewer flows to facilitate liner installation. This item also includes the Public Notification work during CIPP installation. The unit price for this item shall include all labor, materials and equipment necessary for manhole cleaning, removal and disposal of all debris, furnishing the liner and resin impregnation system, sealing at the manhole walls, leakage testing, CIPP sample testing and all incidental work included in these contract documents and in accordance with the manufacturer's recommendations. The Contractor shall furnish g�ropy of the pre and post - installation television inspection videos to the Cityapon caarpletion of the project before final payment. rn r ca 6. Reinstatement of Service Laterals. c-) ,<[— -o Fri The unit price for this item will be paid based on each active ser0ceI teriiFreinstabed. This item shall include all labor, equipment and materials necessary t6gdentil� y remotely televising, sounding device or dye testing which service-laterals Lit live prior to lining and to reinstate flow through those live laterals using a robotic cutting device after the liner installation. The cut shall be a circular shape and buffed smooth with the finished opening 100% of the lateral diameter. The quantity identified on the plans is an estimate based upon the structures thought to contribute flow to the selected sewers. It is the Contractor's responsibility to reinstate only live laterals. The contractor shall furnish a copy of the post - installation television inspection videos showing the reinstated laterals to the City upon completion of the project before final payment. 2/10 S.rENG\Senituy RdW201tlA1025DOC 01025 -3 SECTION 01310 PROGRESS AND SCHEDULES PART1- GENERAL 1.01 SUMMARY. 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 may 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 N ° Z5 ° C-3 None. Ju't cnv� s PART 3 - EXECUTION ; <r� IT, c� 3.01 MEETINGS PRIOR TO CONSTRUCTION: �� N A. A Pre - Construction meeting will be held prior to beginning work. ca 3.02 PROGRESS OF WORK., A. All Work must be completed by August 16, 2010. The specified completion date is August 16, 2010. Liquidated damages of $400 per day will be charged on work beyond that date. B. No work shall be done between the howl 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. 01310 -1 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 Engineer. 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. The 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. 2/10 SMNG\Smitwy Re66\201001310. DOC 01310 -2 r., b :e •�7 M , •�rTr � Y � 1 f X7 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1- GENERAL 1.01 SUMMARY: A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. US, Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2003 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiring traffic control not specifically addressed by the project plans. PART 2- PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the requirements of the IDOT Standard Specifications. B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 2,02 EQUIPMENT: N A. Portable generators may not be used to power traffic control devices. withiti300 feet of residential dwellings, including apartments, between the hours of 10:q rp. artC 7:00 . PART 3 - EXECUTION ry 171 3.01 TE CHNIQUES: o� y A. Except as amended in this document, the work in this section will conform tqjolc following divisions and sections of the IDOT Standard Specifications: _ Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570 -1 Division 25. Miscellaneous Construction. Section 2528, Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 2/10 SdENMSanitary Rehab@OIOW 1570.DOC 01570 -2 N O C 7� N : =t c> CA �r m 0 Fri °- N 0 PART 1 — GENERAL 1.1 INTENT 1.2 SECTION 02766 CURED -IN -PLACE PIPE (CIPP) It is the intent of this specification to provide for the rehabilitation of existing sanitary sewer pipelines by the installation of a cured -in -place pipe (CIPP). A CIPP is formed by the insertion of a resin- impregnated flexible felt tube which is inverted into the existing pipe by use of a hydrostatic head or air pressure. The resin is then cured by circulating hot water or steam within the tube to form a hard impermeable pipe. When cured, the CIPP will be a continuous and tight fitting pipe within a pipe. The installation will provide the required structural integrity and corrosion resistance and will prevent infiltration and exfiltration along the length of the CIPP liner. A. This specification references standards from the American Society for Testing and Materials (ASTM), such as: ASTM F1216 (Rehabilitation of Pipelines and Conduits by the Inversion and Curing of a Resin - Impregnated Tube), ASTM F1743 (Rehabilitation of Existing Pipelines and Conduits by Palled -in -Place Installation of Cured -in -Place Thermosetting Resin Pipe (CIPP)), ASTM D5813 (Cured -in -Place Thermosetting Resin Sewer Pipe), and ASTM D790 (Flexural Properties of Un- reinforced and Reinforced Plastics and Electrical Insulating Materials) which are made part hereof by such reference and shall be the latest edition and revision thereof, In case of conflicting requirements between this specification and those standards, this specification will govern. B. This specification references the "Specifications for Sewer Pipe and Lining Insertion — Trenchless: General Guidelines" as prepared by the National Association of Sewer Service Companies (NASSCO) which is made part hereof by such reference and shall be the latest edition and revision thereof. In case of conflicting requirements between this specification and those standards, this specification will govern. 1.3 PREQUALIFICATION The process (materials, methods, and workmanship) must be proven through previous successful installations in this Agency's sewer collection system or other sewer systems to an extent and nature satisfactory to the Owner (Agency) and commensurate with the size of the project under the proposed contract. Only proposals for pre - qualified products will be read. Proposals submitted for products or from contractors that have not been prequalified will be returned unopened. The Contractor, the proposed method of reconstruction, and the product manufacturers name shall be clearly idsntified on the proposal envelope. o _o 1.4 SUBMITTALS e j m 4 t A. Manufacturers product data and installation requirements and inshuctiogr pipe lineM appurtenances, rn 9 1 N B. Construction sequence and schedule. Cn 02766 -1 C. Manufacturer's product certification for materials used in liner, catalog data, samples and listing of applicable standards for special or proposed substitute materials. D. Contractor and material supplier must certify that the materials being provided meet the requirements of these specifications or that alternate materials have been approved by the Engineer. E. Liner Pipe Thickness Design in accordance with ASTM F 1216. D. Post construction videotape upon completion of sanitary sewer lining of each reach of sewer with the voice description, as appropriate with stationing of services indicated. Data and stationing to be on video. Videos to remain property of Owner; Contractor to retain second copy for his use. E. Accurately recorded locations of pipe runs, connections, manholes, cleanouts, and depths to invert. F. Test Results. G. Identify and describe unexpected variations to subsurface conditions or discovery of uncharted utilities. PART2— PRODUCTS 2.1 MATERIALS A. All materials used to perform the tasks outlined in this specification must conform to the guidelines for CIPP in "Specifications for Sewer Pipe and Lining Insertion — Trenchless: General Guidelines" and to product manufacturer's recommendations. B. Tube: L The tube shall comply with the requirements of ASTM F1216 or ASTM F1743. 2. The tube shall consist of one or more layers of flexible needled felt or equivalent non- woven material with a minimum thickness of 0.236 inches which is designed for the purpose of carrying resin, withstanding installation pressures and curing temperatures. The wetout tubes shall have a uniform thickness that when compressed at installation pressures will meet or exceed the Design thickness. 3. The tube shall be compatible with the resin system used. 4. The material shall be able to stretch to fit irregular pipe sections and negotiate bends. N 5. The outside layer of the tube (before wetout) shall be polyethylene coat, a traaJucent flexible material that clearly allows inspection of the resin impregnatiorLIVOtou0,1 -I= procedure. The plastic coating shall hold the resin inside the tube withAT le Aka . accommodate inversion, stretch to size and shall not delaminate before, -- tp;tng, aftef - curing of the CIPP. r— .' 01 n �f N 1a v en 02766 -2 C. 6. The tube shall be fabricated to a size that, when installed, will tightly fit the internal circumference and the length of the existing pipe without joints. Allowance should be made for circumferential stretching during inversion. The tube shall be homogenous across the entire wall thickness and containing no intermediate or encapsulated elastomeric layers, No material shall be included in the tube that may cause delamination in the cured CIPP. No dry or unsaturated layers shall be evident. 8. The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color so that a clear detail examination with closed circuit television inspection equipment may be made. 9. Seams in the tube shall be stronger than the unseamed felt. Where the length requires joining, the seam shall not be perpendicular to the long axis but spirally formed and joined. 10. The outside of the tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such markings shall include the Manufacturer's name or identifying symbol. 11. The design shall be per Equation X -1, ASTM F1216 and the following criteria: Characteristic Design Safety Factor Reduction Factor for long -term effects (Applied to Flexural Modulus) Ovality Enhancement Factor, K Groundwater Depth (above invert) Soil Depth (above crown) Soil Modulus Soil Density Live Load Design Condition Ramie 2.0 50 % Assume 5 %* 7.0 surface elevation Use MH depths 1,000 psi 130 pcf HS20 Fully Deteriorated Conditions Assumed for bidding purposes of circular diameter pipes. Resin and Catalyst: 1. The resin shall be unsaturated, styrene - based, thermoset resin and catalyst system or an epoxy resin and hardener that are compatible with the inversion process bein �sed. o° 2. The resin must be able to cure in the presence of water with a temper1ur inm { excess of 150° F and less than 180° F. =1 (7) rn 3. The resin system shall be a corrosion - resistant polymer, vinyl ester, e1~4 xy -end c493 st system that meets the requirements of ASTM F1216 and the physicaVpi¢4)ertiWs here _ N CA X- 02766-3 D. Cured Pipe Dimensions: Nominal internal diameter and length such that the CIPP will form to internal circumference and length of existing pipe. 2. Field verify diameter and length. 3. One continuous length without joints. 2.2 STRUCTURAL, REQUIREMENTS A. The CIPP shall be designed per ASTM 1`1216. The CIPP design shall assume no bonding to the original pipe wall. CIPP thickness shall not be less than that which is computed from the Dimensional Ratios (DR) given in ASTM F1216. The DR shall be based on the physical properties of the resin system and the existing pipe condition, as detailed in ASTM F1216. B. The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If separation of the layers occurs during testing of field samples, new samples will be cut from the work. Any re- occurrence may cause rejection of the work. C. The CIPP material shall conform to the structural standards, as listed below, Result Minimum Physicals o Test Method Resin per ASTIv`�Al6 -n I Modulus of -Q- ^ - W IT Elasticity ASTM D790 250,000 p� _� N Flexural Strength ASTM D790 4,500 psi.'<j,"I n? ;,` ) - N D. The Contractor shall furnish, prior to use of the lining materials, satisfacwy written guarantee of his /her compliance with the liner manufacturer's standards for all materials and techniques being used in the inversion lining process. 2.3 TESTING REQUIREMENTS A. Chemical Resistance - The CIPP shall meet the chemical resistance requirements of ASTM F1216. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. B. Hydraulic Capacity - Overall, the Hydraulic profile shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly- accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. The roughness coefficient of the CIPP shall be verified by third party test data. C. CIPP Field Samples - When requested by the Owner, the Contractor shall submit test results from previous field installations in the USA of the same resin system and tube 02766 -4 materials as proposed for the actual installation. These test results must verify that the CIPP physical properties specified in Section 2.2.0 have been achieved in previous field applications. Testing samples for this project shall be made and tested as described in Section 3A.A. PART 3 — EXECUTION 3.1 RESPONSIBILITIES FOR INCIDENTAL ITEMS A. Investigative and preparatory work - The unit prices for the appropriate subdivisions under this item shall constitute full payment for pipe repair based on the number of lineal feet repaired. All costs associated with the following items shall be considered incidental to sewer pipe repair unless they are included with other items listed in the BID Schedule. It shall be the responsibility of the Owner to locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. If a street must be closed to traffic because of the orientation of the sewer, the Owner shall institute the actions necessary to do this for the mutually agreed time period. 2. Water Supply - Water required for Contractor to perform all necessary Work shall be obtained from City fire hydrants or the bulk water filling station. The Contractor shall follow City guidelines for use of hydrants as specified in the GUIDELINES FOR USE OF HYDRANT METER. The Contractor shall contact the City Water Division one (1) week in advance of Project start date to obtain approval for hydrant use and to coordinate meeting time for hydrant meter installation. 3. Cleaning of Sewer Lines - The Contractor, when required, shall remove all internal debris, including scale, mineral deposits and roots, and clear any blockages or obstructions out of the sewer line that will interfere with the installation of CIPP. The Owner shall also provide a dumpsite for all debris removed from the sewers during the cleaning operation. Unless stag otherwise, it is assumed this site will be at or near the sewage treatmeji3acilit3EFy whi,Chjhe debris would have arrived in the absence of the clearoprtion.4y hazardous waste material encountered during this project Zu)Xbe �nsid �rgd a changed condition. �n 4. Inspection of Pipelines - Inspection of pipelines shall be,lerformed, prtoi Ko :J impregnating the liner with resin, by experienced persoiui Il trainer -in locating breaks, obstacles and service connections by closed circuit tel6jAsion. The interior of the pipeline shall be carefully inspected to determine the location of any conditions that may prevent proper installation of CIPP into the pipelines, and it shall be noted so these conditions can be corrected. Inspection of pipelines and associated manholes shall be completed prior to impregnating the liner with resin. A videotape and suitable log shall be kept for submittal to the Owner. 5. Field verification - The Contractor shall field verify the physical dimensions and conditions of the existing pipeline, including segment lengths, pipe diameters and other dimensions pertinent to the work to be performed, prior to tube impregnation. The Contractor shall report to the Engineer, prior to proceeding with corrective action, any physical conditions differing from those indicated in 02766 -5 this contract as discovered through field verification or during the progress of work. Bypassing Sewage - The Contractor, when required, shall provide for the flow of sewage around the section or sections of pipe designated for repair. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Owner may require a detail of the bypass plan to be submitted. Line Obstructions - It shall be the responsibility of the Contractor to clear the line of obstructions such as solids and roots that will prevent the insertion of CIPP. If pre - installation inspection reveals an obstruction such as a protruding service connection, dropped joint, or a collapse that will prevent the inversion process, and it cannot be removed by conventional sewer cleaning equipment, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Owner's representative prior to the commencement of work and shall be considered as a separate pay item. 8. The Contractor shall make every effort to maintain service usage throughout the duration of the project. In the event that a service will be temporarily out of service, the maximum amount of time of no service shall be 12 hours for any property serviced by the sewer. The Contractor shall be required to notify the City and all affected properties whose service laterals will be out of commission and to advise against water usage until service is restored. Such notification shall be provided to the Utility Department at least one week prior to service disconnecting. 4. Public Notification - A public notification program shall be implemented, and shall as a minimum, require the Contractor to be responsible for contacting each home or business connected to the sanitary sewer and informing them of the work to be conducted, and when the sewer will be off-line. The Contractor shall also provide the following: a. Written notice to-be delivered to each home or business ctgeribing the work, schedule, how it affects them, and a local tel#one riumber of the Contractor they can call to discuss the project or anyy;pm-bleA that cpijld arise. 7 > —r ca c > e °�: r,3 - b. Personal contact and attempted written notice tQ ay . for Vli,jie beginning of work being conducted on the section rot to- resp is affected. �y Ui C. Personal contact with any home or business that cannot bey reconnected within the time stated in the written notice. 10. The Contractor shall be responsible for confirming the locations of all branch service connections prior to inversion and curing the CIPP. If sewage backup occurs and enters buildings, the Contractor shall be responsible for cleanup, repair, property damage cost and claims. 02766 -6 3.2 INSTALLATION A. CIPP installation shall be in accordance with the following: 1. ASTMF1216 2. ASTM D5813 3. The latest edition of "Specifications for Sewer Pipe and Lining Insertion — Trenchless: General Guidelines", as prepared by NASSCO 4. Product manufacturer's recommendations B. In addition, CIPP installation shall be in accordance with the following additional requirements: Resin Impregnation - Field verification of the physical dimensions and conditions of the existing pipeline, including segment lengths, pipe diameters and other dimensions pertinent to the work shall be completed prior to resin impregnation. The quantity of resin used for the tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. The leading edge of the resin slug shall be as near to perpendicular as possible. A roller system shall be used to uniformly distribute the resin throughout the tube. 2. Inversion - No pull -in method shall be utilized. The unrolling action of the tube during inversion is necessary to minimize gouging and stretching and accommodating bends encountered or non - circular sections accommodated. The wet out tube shall be inserted through existing manholes or other approved access by means of an inversion process and the application of a hydrostatic head or air pressure to fully extend the tube to the next designated manhole or termination point. The tube should be inserted into the vertical inversion standpipe or guide chute with the impermeable plastic membrane side out and attached with a leak proof seal. The hydrostatic head or air pressure should be adjusted to cause the impregnated tube to invert from the point of inversion to the point of termination, turning the tube inside out and holding the tube tight to the wall, producing dimples at lateral connections. Care shall beLaaken toiyoid overstressing the fabric. The tube manufacturer shall provide ipformjRn on tpq maximum allowable tensile stress for the tube. D —r bu r� (_; N) cn Before the inversion begins, the tube manufacturer shall prov: ii -at least the minimum pressure required to hold the tube. against the existndiv , FTI more than the maximum allowable pressure so as not to dam �e.tfie tabe. Oira the inversion has started, the pressure shall be maintained befften tlug� rininmm and maximum pressures until the inversion has been completed. If thYpressures are not maintained, the tube shall be removed from the sewer. THE USE OF AIR INVERSION AND STEAM CURING SHALL APPLY TO PIPES 10" IN DIAMETER OR LESS ONLY. 02766 -7 3. Lubricant: The use of a lubricant to reduce friction during inversion is recommended to reduce friction during inversion. The lubricant shall be a nontoxic, oil -based product that has no detrimental effect on the tube, does not support bacteria growth and shall have no detrimental effects on the existing sewer system. 4. Liner Curing - After inversion is completed, the Contractor shall supply a suitable heat source and water re- circulation equipment, The equipment shall be capable of delivering hot water to the far end of the liner through a hose, which has been perforated per liner manufacturer's recommendations, to uniformly raise the water temperature in the entire liner above the temperature required to affect a cure of the resin. This temperature shall be determined by the resin /catalyst system employed. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing heat exchanger circulating water. Thermocouples shall be placed between the liner and the invert at the near and far access to determine the temperatures of the liner and time of exotherm. Water temperature in the line during the cure period shall not be less than 150° F or more than 2000 F, as measured at the heat exchanger return line. Initial cure shall be deemed to be completed when, upon inspection, the exposed portions of the liner appear to be hard and sound and the thermocouples indicate that an exotherm has occurred. The cure period shall be of the duration recommended by the resin manufacturer, as modified for the inversion lining process, during which time the recirculation of the water and cycling of the heat exchanger to maintain the temperature in the liner continues. 5. Cool -down - The Contractor shall cool the hardened liner to a temperature below 100° F before relieving the static head in the inversion tube. Cool -down may be accomplished by the introduction of cool water into the inversion tube to replace water being drained from a small hose made in the end of the liner at the downstream end. Care shall be taken in the release of the static head such that a vacuum will not be developed that could damage the newly installed liner. 6. Finish - The finished liner shall be continuous over the entire length of an insertion run and be as free as commercially practical from visual defect such as foreign inclusions, dry spots, pinholes, and delamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from-she ground to the inside of the lined pipe o o� m 7. Scaling Liner at the Ends - If due to a misaligned pipe at the ac ss oirm the filling fails to make a tight seal, the Contractor shall apply a seal aft�r'ahpoW. They sUal shall be of a resin mixture compatible with the liner. 3.3 REINSTATEMENT OF BRANCH CONNECTIONS _ °- N n cn A. It is the intent of these specifications that branch connections to buildings be reopened without excavation, utilizing a remotely controlled cutting device, monitored by a video TV camera. Branch connections shall be re- established to not less than ninety percent (90 %) capacity. The Contractor shall certify he has a minimum of 2 complete working cutter units, plus spare key components, on the site before each inversion. No additional payment will be made for excavations for the purpose of reopening connections and the Contractor will 02766 -8 3.4 be responsible for all costs and liability associated with such excavation and restoration work. B. Reinstate openings to manhole drop sections as required to maintain proper flow capacities and characteristics. A. CIPP samples shall be prepared and physical properties tested in accordance with ASTM F1216 using either method proposed. The flexural modules must meet or exceed the value used in design in Section 2.2. Structural requirements for the DR are determined in accordance with ASTM F1216, Appendix XI. B. Leakage testing of the CIPP shall be accomplished during cure while under a positive head. CIPP products in which the pipe wall is cured while not in direct contact with the pressurizing fluid (e.g., a removable bladder) must be tested by an alternative method approved by the Owner. C. Visual inspection of the CIPP shall be in accordance with ASTM F1216. After the existing sewer is completely lined, internally inspect with television camera and videotape as required. The finished tape shall be continuous over the entire length of the sewer between two manholes and to be free from visual defects. 2. Defects that may affect the integrity or strength of the pipe in the opinion of the Engineer shall be repaired or the pipe replaced at the Contractor's expense. 3. Should any portion of the inspection tapes be of inadequate quality or coverage, as determined by the Owner, the Contractor will have the portion reinspected and videotaped at no additional expense to the Owner. D. The Contractor shall report to the Engineer, any existing conditions, observed during the normal course of this project, which may require attention and /or impact upon the performance and /or design life of the project. 3.5 CLEAN UP The Contractor shall store materials and equipment where directed by the Owner and shall move same, if and when it becomes necessary, at their own expense. The Contractor shall have control over their employees parking of automobiles on the site and shall provide receptacles for depositing waste paper and garbage. The Contractor shall keep the site neat and shall clean up any debris when directed to do so by the Owner. Upon completion of the work, thZgite shall be left in a condition acceptable to the Owner. Failure to keep the site neat or�gap up-,debris-w! en directed to do so shall be just cause for withholding payments due the - 0—dnjra ancj t�al acceptance will not be made until the site is in a condition acceptable to thcvN4ncirlj 3.6 PROTECTION OF THE PUBLIC �� O 40 N The Contractor shall erect and maintain sufficient signs, barricades, ligW, fend, and shall supply competent flagmen and watchmen to warn and guard the public againsmhe hazards created by the reconstruction operation. The Contractor shall not allow hazardous conditions to 02766 -9 remain without affording the adequate protection to the public. If, in the opinion of the Owner, a hazardous condition exists and the Contractor fails to correct the condition or to protect the public, the Engineer may order the necessary precautions to safeguard the public and the cost of safeguarding the public will be deducted from the payments due the Contractor. Flagrant disregard for the safety of the public shall constitute just reason for the Owner to order cessation of work. 2/10 S9ENU%aniwy Rehab \2010\02766.DOC 02766 -10 N 0 O o Lin r ni v r 1 11 - � • �. � ■1111 � ---- - - - - -- - /. ---- - - - - -- 1 ■-- =III -- -CIS.. Ms. � --- _ - -_ ■ ■■ ■rya �__ kiln � r ■ 11:11111 ■ 1 0����` `? �' � � ■ ■ ■111 -� ► �I IIII i� lj�•• IYillllll�lllll I • fl,'J1► • OWN � 1p11�!11�JI , , 1111 IIIIe�._ -. —, ,�� "'��IN1. �II11 • � 1111 lu Elm r �• �I , • •► •:• • P -1 Install CIPP in 312 LF of 8" VCP between MH #1 and MH #2, and remove 1 Protruding Tap Install CIPP in 447 LF of 8" VCP between MH #2 and MH #3, and remove 1 Protruding Tap 1 \ \�wUQF Install CIPP in 393 LF 2 of 12" VCP between �- '�I MH #7 and MH #8 \ [ 7 \ 1 T I GINTERAVE 40 Install CIPP in 403 LF r_1 \ of 12" VCP between Install CIPP in 459 . MH #8 and MH #9 LF of 8 VCP , :. 8 between —� `vAVE MH #3 and MH #4 q g Install CIPP in 439 LF ,"LA05� ' � / of 12" VCP between MH #9 and MH #10 I11rH1 Arun AvF Install CIPP in 48 LF of 10 8" VCP between MH #5 and MH #10 r III III I I I �/ 6` 11 Install CIPP in 210 LF of 8" VCP between MH #5 and MH #6, and remove 1 Protruding Tap &KAX - -�BRw0000 Install CIPP in 509 L.F \ Install CIPP in 45 LF of 12" VCP between —of 12" VC ei geerr-n MH #10 and MH #11 MH #11 aV #1 :-qc -j O, - n'I Q� N Lower Muscatine Road Repair Plan IOWA CITY SA 2010 DESIGN: JRH SCALE: SANITARY SEWER DRAWN: BSM FILE #: sA2as DATE: 2010 ENGINEERING DIVISION REHABILITATION PROJECT DRAWING: SanRehabl0 SHEET: 2of2 -> 03 -02 -10 4e(2) Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240,(319)356-5410 RESOLUTION NO. 10 -49 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 SANITARY SEWER REHABILITATION 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 MAYOR Approved by ATTEST: � CIT LERK City Attorney's OfficeC601to Rwenglres12010sanswer rehaasetph.do 2/10 Resolution No. _ Page 2 It was moved by Champion and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: wpdatarglosmry/resolution -Ic.dm NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Publish 3/8 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2010 SANITARY SEWER REHABILITATION 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 Sanitary Sewer Rehabilitation 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 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 SANITARY SEWER REHABILITATION 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'" 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 its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 27th day of April, 2010, or at a special meeting called for that purpose. The Project will involve the following: Lining of 1,476 If of 8 -inch diameter and 2,239 If of 12 -inch diameter sanitary sewer pipe, reinstatement of 11 service laterals, removal of 3 protruding service taps and other associated sewer lining work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, 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 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 until a contract is awarded, 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 Council, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Completion Date: August 16, 2010 Liquidated Damages: $400 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 Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bidders. A $30 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. 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. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. 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. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa Reciprocal Preference Act applies to the contract with respect to bidders who are not Iowa residents. 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 10 Prepared by Jason Havel, Public Works, 410 E. Washington St , Iowa City, IA 52240 019) 356 -5410 RESOLUTION NO. 10 -97 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2010 SANITARY SEWER REHABILITATION 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 15th 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 meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 27t' day of April, 2010, or at a special meeting called for that purpose. Passed and approved this 23rd day of March , 2010 WAM 17 •C Approved by 'f ATTEST: J A� / tc. Cl7,I Whelk CIT CLERK City Attorney's Office 3�lu�lD pwengVres'2010sanswrrehab appp &s.doc 3110 Resolution No. 10 -97 Page 2 It was moved by Champion and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: X x x x x x x wpda(a/glossa ryhesolutiomic.doc NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright ADDENDUM NO. 1 April 2, 2010 2010 SANITARY SEWER REHABILITATION PROJECT The information in this Addendum modifies, supplements, or replaces information contained in the Plans and /or Specifications, as applicable, and is hereby made a part of the Contract Documents. APPLICABLE TO THE SPECIFICATIONS 1. PLANS AND DETAILS - P -2 The following approximate manhole elevations are provided for bidding information: Manhole Number Rim Elevation Invert Elevation 1 681.32 672.19 2 688.26 678.13 3 690.18 681.89 4 692.08 684.36 5 695.53 684.69 6 695.25 687.06 7 690.07 673.03 8 690.96 673.61 9 694.65 674.55 10 695.26 675.46 11 695.60 676.52 12 694.21 677.36 BIDDERS SHALL ACKNOWLEDGE ADDENDUM NUMBER 1 ON THE FORM OF PROPOSAL. SIGNED: Jason R. Havel, P.E. DATE: b `{rn o _6 b :: v+ f 0 cri Addendum No.1 April 2, 2010 Page 1 of 1 ADDENDUM NO. 2 April 6, 2010 2010 SANITARY SEWER REHABILITATION PROJECT The information in this Addendum modifies, supplements, or replaces information contained in the Plans and /or Specifications, as applicable, and is hereby made a part of the Contract Documents. APPLICABLE TO THE SPECIFICATIONS 1. SPECIFICATIONS — SECTION 02766, PAGE 02766 -1 Section 1.3 (Prequalification) shall be removed and replaced with the following: 1.3 QUALIFICATIONS The process (materials, methods, and workmanship) must be proven through previous successful installations in this Agency's sewer collection system or other sewer systems to an extent and nature satisfactory to the Owner (Agency) and commensurate with the size of the project under the proposed contract. BIDDERS SHALL ACKNOWLEDGE ADDENDUM NUMBER 2 ON THE FORM OF PROPOSAL. SIGNED�� Jason R. Havel, P.E. DATE: y I �d Y� n -4 r �rf o N O O ]Y M CZ) (ua�. 0 M C7 Addendum No.2 April 6, 2010 Page 1 of 1 Printer's Fee $ G .Ic CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED. ID # 42- 03�30�6p70 EllilliMIIW 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): MP,R <.PI S. 2616 Legal Cl Subse ded and sworn to fore me this (_� j7' day 41)L. s 1 A,D. 20 ILA ,? 1 E,,,, Q LINOP. KROTZ Y Public Commission Number 732619 ° My Commission Expires a •January 27, 2011 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2010 SANITARY SEWER REHA- BILITATION 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 Sanitary Sewer Rehabilitation 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. He"t Hail in the City Hall, 410 E. Washington Street in said city, or 0 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. corning 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 80885 March 8, 2010 �r °J Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356 -5410 RESOLUTION NO. 10 -145 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2010 SANITARY SEWER REHABILITATION PROJECT. r WHEREAS, Municipal Pipe Tool Company, LLC of Hudson, Iowa has submitted the lowest responsible bid of $102,192.25 for construction of the above -named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above -named project is hereby awarded to Municipal Pipe Tool Company, LLC, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above -named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 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 to ATTEST: /r-e� '�i • `ter r i/ CIT LERK MAYOR Approved by f1t9e- YU,irJW 1✓e0�itc.11_� City Attorney's Office It was moved by trims and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: X X X X X X X pwengtres /207 0sanitarysev+errehabawrdcon.doc ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright Printer's Fee $ a. OD= CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS - CITIZEN FED. ID #42-0330670 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): Legal Cler Subscribed and sworn to before me this day of n A.D. 20 =LINDAKROTZ Public 40AL, 32619 ires OFFICIAL PUBLICATION NOTICE TO BIDDERS . IN SANITARY SEWER REHA- BILITATIO(J PR07E'C5"�� ea� sals will be received by the City Clerk of the City of have City, Iowa, until 2:30 P.M. on the 15th day of April, 2010. Sealed pro - - pos -als will be opened Immedi -ale- ly there -after by the City Engineer or designee. Bids sub - milled by tax 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 its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 271h day of April, 2010, or at a special meeting called for that purpose. The Project will Involve the follow- ing: Lining of 1,47611 of 8 -inch diameter and 2,239 If of 12 -inch diameter sanitary sewer pipe, reinstatement of 11 service laterals, removal of 3 protruding service taps and other associated sewer lining work. All work is to be done In strict com. plane with the plans and specifica- tions prepared by the City of Iowa City Engineering Division, 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 must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid the Stale of Iowa,1 of the bid. The bid City of Iowa City in the event the success -fun bidder fails to enter Into a contract within ten (10) calendar formance of the contract and mainte -nance of said 'Project, if required, pursuant to.. the . provi- sions of this notice and the other contract docu- ments. Bid bonds of the lowest hvo or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract Is awarded, or until rejec -tion Is made. Other bid bonds will be returned after the canvass and tabula -tion 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 hun -dyed per- cent (100%) of the contract price, said bond to be Issued by a respon- sible surety ap- proved by the City Council, 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 guar- antee the mainte -nance of the Improvement for a period of two (2) years from and after Its corn- pletion and formal accere-lance by the City. The following limitations shall apply to this Project: Specified Completion Date: August 16, 2010 Liquidated Damages: $400 per day The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of City Engineer, City Hall, Iowa City,'lowa, by bona fide bidders. A $30 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. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to suborn- 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 subcon- trac -tors, together with quanti -ties, unit prices and extended dollar amounts. If no minority business. enterprises (MBE) are utilized, the Contractor shall furnish documenta- tion of all reasonable, good faith efforts to recruit MBE's. 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 -tamed from the Iowa Department of Economic Development at (515) 242.4721. By virtue of statutory authority, pref- erence will be given to products and provi -sions grown and coal pro. duced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa Recipro -cal Preference Act applies to the con- tract with re -spect to bidders who are not Iowa residents. 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 80798 March 29, 2010 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ( "City "), and Municipal Pipe Tool Company, LLC ( "Contractor "). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 261h day of February, 2010, for the 2010 Sanitary Sewer Rehabilitation 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 1 and 2; b. "Standard Specifications for Highway and Bridge Construction," Series of 2009, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions, N o e. Notice to Bidders; =; < f. Note to Bidders; .' u; g. Performance and Payment Bond; Fi FJ - r) h. Restriction on Non - Resident Bidding on Non - Federal -Aid Projects`-'l 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): N(*�- 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of mt9 20 10. city Contractor By_6ln '/ By )'1Gtoll ATTEST: Mayor City Clerk ATTEST: (Company Official) Approved By: LA City Attorney's Office 5 s-�jD N r� U ° n� AG -2 Bond No. IAC98884 PERFORMANCE AND PAYMENT BOND Municipal Pipe Tool Company, LLC 616 5" Street Hudson IA 50643, as (Insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Merchants Bonding Company (Mutual) (Insert the legal title of the Surely) 2100 Fleur Drive, Des Moines,_ IA 50321 -1158 as Surely, 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 one hundred two thousand one hundred ninety two and twenty Five hundredth Dollars ($102,192.25) for the payment for which Contractor and Surely hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of —//0 entered Into a (date) written Agreement with Owner for the 2010 Sanitary Sewer Rehabilitation Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the Iowa City Engineer's Office, which Agreement is by reference made a part hereof, and the agreed -upon work Is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surely hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in dofault under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even N though there may be a default or a succession of defaults under the AgrearraW.or subsequent contracts of completion arranged under this paragraph); sufflb$nt ° funds to pay the cost of completion, less the balance of the Contract Price, bygot ur -ice, :trG -o PB-1 C !' s C� `? N C!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 two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's 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 D. Frelerm6th ' �4Lcbyf U' a l'uka- - Municipal Pipe Tool Co., LLC _ (Principal) rV (Title) Merchants Bonding Company (Mutual) (Surety) Aw (Title) Anne Crowner, Attorney -in -Fact 3001 Westown Parkway (Street) West Des Moines, IA 50266 -1321 (City, State, Zip) `> (515) 223 -6800 Cj J ri (Phone) PB -2 ;( -„ AE" N cn MERCHANTS BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, Slate of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Craig E. Hansen, Jay D. Freiermuth, Dianne S. Riley, Brian M. Deimerly, Nickolas J. Henderson Anne Crowner, Cindy Bennett, . Tim McCulloh, Angela Marie Gross, Stacy Venn, Jody Decker, Jacqueline M. Devine, Kevin J. Knutson, Laure Guisinger of Des Moines and State of Iowa its true and lawful Attorney -In -Fact, with full power and authority hereby conferred In its name, place and stead, to sign, execute, acknowledge and deliver In Its behalf as surety any and all bonds, undertakings, recognizances or other written obligations In the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWENTY MILLION ($20,000,000.000) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By- Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE II, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory In the nature thereof. ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and Its corporate seal to be hereto affixed, this 61h day of January , 2010. STATE OF IOWA COUNTY OF POLK as. MERCHANTS BONDING COMPANY (MUTUAL) President On this 6th day of January , 2010 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing Instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said Instrument was signed and sealed in behalf of said Corporation by authority of Its Board of Directors. In Testimony Whereof, 1 have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. r CINDY SMYTH ' - Commission Number 173604 -- ar. My Commission Eylres _ c= • March 16, 2012 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the apov2 and foreroing is a true and correct copy of the POWER -OF- ATTORNEY executed by said MERCHANTS BONDING COMPANY (MIJ UAL). which Is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this day of PDA 0001 (1/09) Secretary a'9 3P (G) � r � ,>�1 mat � CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 -1826 (319) 356 -5000 (319) 356 -5009 FAX ENGINEER'S REPORT www.icgov.org August 22, 2011 City Clerk City of Iowa City, Iowa Re: 2010 Sanitary Sewer Rehabilitation Project Dear City Clerk: I hereby certify that the construction of the 2010 Sanitary Sewer Rehabilitation Project has been completed by Municipal Pipe Tool Company, LLC of Hudson, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City Staff. The final contract price is $123,660.50. I recommend that the above - referenced improvements be accepted by the City of Iowa City. Sincerely, Ronald R. Knoche, P.E. City Engineer 3e(6) Prepared by: Jason Havel, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356 -5410 RESOLUTION NO. 11 -281 RESOLUTION ACCEPTING THE WORK FOR THE 2010 SANITARY SEWER REHABILITATION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2010 Sanitary Sewer Rehabilitation Project, as included in a contract between the City of Iowa City and Municipal Pipe Tool Company, LLC of Hudson, IA, dated May 19, 2010, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the Annual Sewer Main Projects account #3101; and WHEREAS, the final contract price is $123,660.50. 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 6th day of September 120 11 8'1� MAYOR Approved by ATTEST: -,e CI K� City Attorney's Office g 19L, /1 It was moved by Bailey and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: x x x x X x x Pweng/res /2011 sanswrrehab- cphvork.doc 8/11 NAYS: ABSENT: Bailey Champion Dickens Hayek Mims Wilburn Wright