HomeMy WebLinkAboutSANITARY SEWER REPAIR (2007)
SANITARY
SEWER REPAIR /
2007
~~;4-(vy S'.f,.W~ yo ~\f" .6/w1
~Q. J of J...
......l. "b:.,.1 c~i-
't;G'<" I tnCl -0
t1- ~- I)Y{ P l tA..",-s I S feC.'-r..c.a....J..,trnS/ F,,"oF l ~ -r~I'"t'"'" o-t c..0v\.4 V"c.c.c..+fl ~o"" -1--4...
d;oo7 .$q,.\.;.J.-7 S-e"",.eV'" R"'?fQ,.~r ~,:/~c...t--
c!J.r; - FCi3- o~ B.esol'^-+: ~ 07 -1L/ S~..-tf~....~ a... ('(.0(.. b (C h~~r"~.....'if' D... ~v-<:. h 5 ~
. ~&)07 bl-\. fla..l"I.s/ ~~c..; .c:;csJ.; (7\o"\.S / -fc,..Y'-t. 01- CDh.{.~ ~ est""~
'* cod- -[;;, r ~ c.. 0 Yls/..Y-fI\...c-ic-: en-.... o.f- fh..e O/~ 7 SQ~ -ha~7
s;,.oe.. ~...; v" f;.~J ~ d; ",-=...\,.~ C:j-- C Ie "It.... -,{, f'< 1,,/; s~
no{.; C"- 0+ sa.;d ~r;"d W d;"M;'(j -14- C:7 ('"'5.."'<2......
io r I'i.c..~ sa..; d ?((L~ lJ'-t. -f: l e. .{;, v-> ?~k:, I,. c. / vt "0f<<-~ (JYL.. .
?-ror>~ of- Rb I i<:Q..-l-~o\"- - NGtic.t.. .trf- P~bhc .fteQ.V'~ "'"8
15- /I\Ae.- 7)7 ~\A.+~O\l\. "07- b~ <ffrc\l.'I"\~ p{Ci.~ ~..f.~caJ~'~~.. -fow.l'" o~ c~i
-es+; O'\.O...~ 08 CJJst- -Po.. ~ (~I"tA.C+~~ i?+- -& d/JO '1 ~/ Se.I()~V'
~r f~d- ..~I;sk'."!J ~ '* J,d Sec",,;f--Iu '="'f"-T
e.~ b;d;- d, ,..d-;~ CrT C4~~ -10 Fh ~ a.dViv-l:-~~~~ +0:.-
.:b -;ds ~ -f,~; ~ -/. ~~... 'L~d t'~4L -h,\r re.tt1i+ r:rl ~ :ds.
AcWe"4i~r'.h!~...}- -to-r lS:d.s
3.-A~- 07
R~so \......f-.j 01-\. 07- (( 5 ctcAo...V' ~Yl.~ Cl>\"'\+rlU:.+ ~ ~+hor ; z:.: ~ +he..
N\Q.~Y +0 5; 8 Y\. a..~ ~ 'rf-y \~J ~ r1\ -J.o a.4 ~sf- a.... c.Or\ +rc.L +-
-t,v" ~oV'\Sh\;l~ +-; ~ 0 -r ~-l. ~O1;1 7 Sct-n: {-0-.7 SQ.wt,.....
~Q.i v- ~('01?c.+,
4 dJct\'"J',s~I1"-<l\o\...+ -rDV' --e,: ~s - 'Boo..f 0-1- ~ -b Ii Cct +; D~,--
~-rvvy- 0'7 . FoeM.. o--f -Aw-~m:l.~i R-~-C'of'~c.~ ~ ~rn-(.~ t5crnd/ (;I!h'[ of-
Co I'\. +\f'Cl.(., +
g- ~ ---CJ7
Ccrhf1 CbCf'1 G-v) 0{ Cor"'P le-fr" oY7
Sazti.!--~""y S~~~ R~F~' v-
~D07
P"Cj-c.. ~ of. _ ~
.;11- Av.<:> - 0'7 j ;e.t<So I \A J..; e ~ 0 1-- d.-1- / Q... ~eF'-;;Y ~..e.. lAX> .,..tl... +t:'r'I ~
~o 7 SQ.r\ :~Ct. /' S e wU- ~'i.; .... ~qj..e..e/-.
-f
o
-f
)>
r
:--Jm~~wl\.)
;1)()()o::!;1)-IS::
<1lCCci:<1l.....0
~. CD CD iii" 3 ~ g
.... a.. a.. () ~ () N"
~:J:J=O<1l()~
co 1J 1J 1J 0 o'
. 1J.....:J:J
Ql..Q)Q)en~q-
ro()()::T.....Q.
..... <1l <1l 0 C
~1J1J~9:
en -6' -6' . :J
<1l <1l _.(0
<1l_ -:Jen
~. OJ ~ ~ <1l
@ =i" --->. S.
If) () S' 0 ()
::Tg.;::l><1l
Ql9: a.. If) -I
<1l Ql
iii' n. Vl
o'
:J
C'J
('0
./
WI\.)
""-->.WOl-->.-->.
w~~
~",."~
1.:.--.;
m mm
Ql..QlQl"
()"Tl"Tl()()enen
::T ::T ::T
=i
m
s::
o
m
en
()
;1)
1J
::::!
o
z
om
cen
)>::::!
zS::
:::J~
~~
c
z
=i
en
W ~Ol 1Jc
-->. 0 Ol " 0 ~z
Ol W -->. 0 0 0 0
0 Ol 9 0 0 0 0 o- m
0 00 0 0 0 0 m-l z
0 00 0 0 0 0 G)
z
m
m
;1)
u)
m
en
)>m ::::!
.... s::~ s::
..., W I\.) )>
CD W -->. W <D1\.)~0l Om -I
c.o m Ol Ol o Ol " 0 CZ m
C1I Ol m~ 00 0 0 zO
C1I 0 010 00 0 0 -1m
0 0 00 00 0 0 0
0 0 00 00 0 0
~:g
iTle
" 111
~C)
~:-:t
i\)1\)
CC
CC
............
~
~
~
::0
-<
CI)
111
~
::0
::0
111
~
$
:g
o
~
C)
-I
"\
\ ..
'(p
'/
~,~-
CITY OF IOWA CITY
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
2007 SANITARY SEWER REPAIR PROJECT
IOWA CITY, IOWA
I hereby certify that this engineering document was prepared by me or under my direct personal
supervision and that I am a duly licensed Professional Engineer under the laws of the State of
Iowa.
SIGNED:
DATE:
J~R M"
Daniel R. Scott, P.E.
Project Engineer
Iowa Reg. No. 14048
2/1& /07
My license renewal date is December 31,2008.
TABLE OF CONTENTS
Paqe Number
TITLE SHEET
TABLE OF CONTENTS
ADVERTISEMENT FOR BIDS................................................................................ AF-1
NOTE TO BIDDERS............................................................................................... NB-1
FORM OF PROPOSAL........................................................................................... FP-1
BID BOND............................................................................................................... BB-1
FORM OF AGREEMENT........................................................................................ AG-1
PERFORMANCE AND PAYMENT BOND................................................. ............. PB-1
CONTRACT COMPLIANCE
(ANTI-DISCRIMINATION REQUIREMENTS) ......................... .............. ............ CC-1
GENERAL CONDITIONS........................................................................................ GC-1
SUPPLEMENTARY CONDITIONS......................................................................... SC-1
SPECIFICATIONS
DIVISION 1 - GENERAL REQUIREMENTS
Section 01010 Summary of the Work..........................................................
Section 01015 Alternates............................................................................
Section 01025 Measurement and Payment................................................
Section 01310 Progress and Schedules.......... ...........................................
Section 01570 Traffic Control and Construction Facilities...........................
01010-1
01 015-1
01025-1
0131 0-1
01570-1
DIVISION 2 - SITE WORK
Section 02766 Cured I n Place Pipe............................................................ 02766-1
-.)....'
/'
,.J
,
c .
.j
ADVERTISEMENT FOR BIDS
2007 SANITARY SEWER REPAIR PROJECT
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 10:30
A.M. on the 2ylh day of March, 2007, or at a later
date and/or time as determined by the Director of
Public Works or designee, with notice of said later
date and/or time to be published as required by
law. 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. Pro-
posals will be acted upon by the City Council at a
meeting to be held in the Emma J. Harvat Hall at
7:00 P.M. on the 3rd day of April, 2007, or at such
later time and place as may be scheduled.
The Project will involve the following:
3759 L.F. of 8" 0 C.I.P.P. 214 L.F. of 21" 0
C.I.P.P., Reinstatement of 73 sewer services
and removal of 5 protruding service taps.
All work is to be done in strict compliance with
the plans and specifications prepared by Daniel
R. Scott, of Iowa City, Iowa, which have hereto-
fore 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,
lOW A, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
of the City Council's award of the contract and
post bond satisfactory to the City ensuring the
faithful performance of the contract and mainte-
nance of said Project, if required, pursuant to the
provisions of this notice and the other contract
documents. Bid bonds of the lowest two or more
bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award
of the contract, or until rejection is made. Other
bid bonds will be returned after the canvass and
tabulation of bids is completed and reported to
the City Council.
The successful bidder will be required to furnish
a bond in an amount equal to one hundred
percent (100%) of the contract price, said bond to
be issued by a responsible surety approved by
the City, and shall guarantee the prompt payment
of all materials and labor, and also protect and
AF-1
);~
.,
(-----...,
- . .>,
; .
. ..-.1
r-. .i
--1
save harmless the City from all claims and
damages of any kind caused directly or indirectly
by the operation of the contract, and shall also
guarantee the maintenance of the improvement
for a period of two (2) year(s) from and after its
completion and formal acceptance by the City
Council.
The following limitations shall apply to this
Project:
Specified Completion Date: August 30, 2007
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 specifi-
cations and form of proposal blanks may be
secured at the Office of City Engineer, 410 E.
Washington St., Iowa City, Iowa, 52240, 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.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515) 242-4721 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall
submit a list on the Form of Agreement of the
proposed subcontractors, together with quanti-
ties, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must
be given to products and provisions grown and
coal produced within the State of Iowa, and to
Iowa domestic labor, to the extent lawfully re-
quired under Iowa Statutes. The Iowa reciprocal
resident bidder preference law applies to this
Project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
MARIAN K. KARR, CITY CLERK
).-;
AF-2
i~ 'l
- .,
r'r
-.J
NOTE TO BIDDERS
1. The successful bidder and all subcontractors are required to submit at least 4 days prior to
award three references involving similar projects, including at least one municipal
reference. Award of the bid or use of specific subcontractors may be denied if sufficient
favorable references are not verified or may be denied based on past experience on
projects with the City of Iowa City.
2. References shall be addressed to the City Engineer and include the name, address and
phone number of the contact person, for City verification.
3.
Bid submittals are:
Envelope 1:
Envelope 2:
Bid Bond
Form of Proposal
(
~.."J
,
,'-,
-'1
.::
'". ---I
f'"',_)
:: -.
...J..;~
--J
NB-1
FORM OF PROPOSAL
2007 SANITARY SEWER REPAIR 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
r"_~
Address of Bidder (' ~ ...J
- ,
TO: City Clerk . I
City of Iowa City (
Civic Center ..:
410 E. Washington St.
Iowa City, IA 52240 ./ '" r- .~,
..
The undersigned bidder submits herewith bid security in the a~ount 8f
$ , 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.
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
1. Mobilization Lump Sum 1 $ $
2. Traffic Control Lump Sum 1
3. Remove Protruding Each 5
Service Taps
4. 8" 0 CIPP Short Liner, Each 3
10 foot section
5. Cured In Place Pipe L.F. 3759
for 8" 0 VCP
6. Cured In Place Pipe L.F. 214
for 21" 0 PCC
7. Reinstate Lateral Service Each 73
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:
Phone:
24-Hour Contact
Telephone:
'"
t--)
"-
-i.,;.o
r~- .J
.... ~- '
0'1
FP-2
BID BOND
, as Principal, and
as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa,
hereinafter called "OWNER," in the sum of
Dollars ($ ) to pay said sum as herein
provided. We as Principal and Surety further promise and declare that these obligations shall bind
our heirs, executors, administrators, and successors jointly and severally. This obligation is
conditioned on the Principal submission of the accompanying bid, dated for
r. ....
the 2004 Sanitary Sewer Repair Project.
NOW, THEREFORE,
(a)
If said Bid shall be rejected, or in the alternate,
.J
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contriltt
in the form specified, and the Principal shall then furnish a bond for the:pfincipa~\
faithful performance of said Project, and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects
perform the Project, as agreed to by the City's acceptance of said Bid,
then this obligation shall be void. Otherwise this obligation shall remain in full force and effect,
provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the amount of the obligation stated herein.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the
Owner in the event that the Principal fails to execute the contract and provide the bond, as
provided in the Project specifications or as required by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its bond shall in no way be impaired or affected by any extension of the time within
which the Owner may accept such Bid or may execute such contract documents, and said Surety
does hereby waive notice of any such time extension.
The Principal and the Surety hereto execute this bid bond this
day of
,A.D., 20_
Witness
Principal
By
(Seal)
(Title)
(Seal)
Surety
By
Witness
(Attorney-in-fact)
Attach Power-of-Attorney
BB-1
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and
("Contractor").
Whereas the City has prepared certain plans, specifications, proposal and bid documents
dated the _ day of
, 20_, for the 2007 Sanitary Sewer Repair
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
2001, Iowa Department of Transportation, as amended;
c.
Plans;
r-.....,.,
,
()
r--...,
d. Specifications and Supplementary Conditions;
e.
Advertisement for Bids;
'.....- )
.::' -.
f.
Note to Bidders;
r',l
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
day of
,20._ .
~
,.-.,
r-. .,.
I, ~-
By
Contractor
By r', ")
)..>
{,J'I
(Title )
Mayor
ATTEST:
(Title )
City
ATTEST:
City Clerk
(Company Official)
Approved By:
City Attorney's Office
AG-2
PERFORMANCE AND PAYMENT BOND
, as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and
(insert the legal title of the Surety)
, as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of Dollars
($ ) for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally.
WHEREAS, Contractor has, as of
C)
":"''",
, entered into a 'Written
-- , '\
(date) (,
Agreement with Owner for the 2007 Sanitary Sewer Repair Project; and
WHEREAS, the Agreement requires execution of this Performance and PaYn(lenlBond, to
'/, r'...'
~ ~ . .
be completed by Contractor, in accordance with plans and specifications prepared !lJt DanielH.
0\
Scott, which Agreement is by reference made a part hereof, and the agreed-upon work is
hereafter referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly:
1. Complete the Project in accordance with the terms and conditions of the
Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in
accordance with the terms and conditions of the Agreement; and upon determina-
tion by Owner and Surety of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available, as work progresses (even
though there may be a default or a succession of defaults under the Agreement or
subsequent contracts of completion arranged under this paragraph), sufficient
funds to pay the cost of completion, less the balance of the Contract Price, but not
PB-1
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of 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
IN THE PRESENCE OF:
Witness
Witness
PB-2
Contract
Compliance Program
~.~
CITY OF IOWA CITY
1"-'
t i
~.. ,.J
.... . 1""-'" -
,"-'" - ....
_ f.. j
"
,.
'. ,,:.. t:'?
)>~ -,-'--'~
L.' ,
SECTION 1- 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 .
r~.., .,
~',' :'--)
,-_.'. -
'c
...:: ... "
:
".
..1"
I:;,
'.." -,'
-~
0\
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.)
a. The contractor will not discriminate against any employee or applicant for employment and will take
affirmative efforts to ensure applicants and employees are treated during employment without regard
to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability,
marital status, and age. Such efforts shall include, but not be limited to the following: employment,
promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
payor other forms of compensation; and selection for training, including apprenticeship.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C. ~ 1608 et seq.) and relevant orders of the U.S. Secretary of
Labor. The Secretary of Labor, and not the City, enforces said regulations and orders.
3. Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
4. What is the name, telephone number and address of your business' Equal Employment Opportunity
Officer?
(Please print)
Phone number
Address
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by
federal and state law for the duration of the contract. NOTE: The City can provide assistance in
obtaining the necessary posters.
~'-~...
(~j I">.,~,
.-----
-. I
--_ 7
r
,
"
'.....-.~ ,
J~.
(\)
.... ...,.~'
---
V\
CC-2
6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity policies.
Business Name
Phone Number
Signature
Title
Print Name
Date
CC-3
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
1. COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post
it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all
potential sources of employees and to your subcontractors asking their cooperation. The policy statement
should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This person should
have a position in your organization which emphasizes the importance of the program.
3. INSTRUCT STAFF
"..")
Your staff should be aware of and be required to abide by your Equal Employment ~ortunity~program. All
employees authorized to hire, supervise, promote, or discharge employees or are iQY9~d iti:--such actions
should be trained and required to comply with your policy and the current equal etDp.r~m~ op~~~unity
laws. ( . :-) 0':---
- . "-1
.~, ;---1,
t,....._..;
RECRUITMENT
r",
'-. j _..~-
4.
.~.-' r', r,)
(a) Let potential employees know you are an equal opportunity employer. :ff1is can':'l>e done by
identifying yourself on all recruitment advertising as "an equal opportunity employer". (..11
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment
will only perpetuate the current composition of your workforce. Send recruitment sources a letter
annually which reaffirms your commitment to equal employment opportunity and requests their
assistance in helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory
barriers.
(d) Select and train persons involved in the employment process to use objective standards and to
support equal employment opportunity goals.
(e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review
education and experience requirements to make sure they accurately reflect the requirements for
successful job performance.
(f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this
information necessary to judge an applicant's ability to perform the job applied for?" Only use
job-related tests which do not adversely affect any particular group of people.
(g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job
related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal
interviews can be a major source of discrimination.
(h) Improve hiring and selection procedures and use non-biased promotion, transfer and training
policies to increase and/or improve the diversity of your workforce representation. Companies
must make sure procedures for selecting candidates for promotion, transfer and training are based
upon a fair assessment of an employee's ability and work record. Furthermore, all companies
should post and otherwise publicize all job promotional opportunities and encourage all qualified
employees to bid on them.
CC-4
1 ~ 1
-~= -~...
!~-~~:t
".. ~.~
~--
~ CIty of ~
~ e'
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.
r"~."
.....)
...-.
...:.:......
-'<~ iJ
~-
,--..
~ ~
....,..
,~,,-"
"
--
,..~)
(.:.)
C~)~~
....._.~,
~~,,:...
..:c;:
.....
...),)
;................
.- i 'j
,'-~
""'.j
-, :"
^..>
'.
-..
01
CC-5
2-8-1
2-3-1
CHAPTER 3
DISCRIMINATORY PRACTICES
SECTION:
2-3-1 :
2-3-2:
Employment; Exceptions
Public Accommodation;
Exceptions
Credit Transactions; Exceptions
Education
Aiding Or Abetting; Retaliation;
Intimidation
2-3.3:
2-3-4:
2-3-5:
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.
CC-6
C.
It shaU 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 Qr 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.
2. Disabilities caused or contributed to
by the employee's pregnancy, miscar-
riage, chlldbirtl'l 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.
E. It shall be unlawful for any person to
solicit or require as a condition of
employment of any employee or pro-
C5 ~-'"
..,.--
5:~Q
'"' _.)
'..' -..
,.
\.,
81t1- ~
"! I
Iowa City
u,
r-:'-
'-j
.......--
~~
:<?
.,
'-:"7
/-.- r
\....~,../
~~.)
-~
<-'1
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:
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 qualifica-
tions are related to a bona fide reli-
gious purpose. A religious qualifica-
tion for instructional personnel or an
administrative officer, serving in a
supervisory capacity of a bona fide
religious educational facility or reli-
gious institution shall be presumed to
be a bona fide occupational qualifica-
tion. (Ord. 94-3647. 11-8-1994)
897
Iowa City
CC-7
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
jf 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--:::-Jlualification
shall be interpreted ~owly. .tQrd.
94-3647, 11 -8-1994) 5:~~Q .::.. ,/
n '.cj
-...1
...."-;:...~'
c
'-
--
,,)
.......~ I
C/ I
\ .i
~..-
~~
::0
...,,~
t"t"J
("-"__ I
. 1
\..........
0;.>
---
V)
GENERAL CONDITIONS
Division 11, Gener,:,1 Requirements and Covenants of the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended,
shall apply except as amended in the Supplementary Conditions.
Q
::~O
-,1
f"", -~
c;
-n
c.;,
;-
-:"1
,-q
, ,....,,'.
'..,-~
'" "
r:-?
j.:;
()1
GC-1
S-1
S-2
S-3
S-4
S-5
S-6
S-7
S-8
S-9
S-10
S-11
S-12
SUPPLEMENTARY CONDITIONS
ARTICLES WITHIN THIS SECTION
Definitions
Limitations of Operations
Insurance
Supervision and Superintendence
Concerning Subcontractors, Suppliers and Others
Compliance with OSHA Regulations
Employment Practices
Contract Compliance Program (Anti-Discrimination Requirements)
Measurement and Payment
Taxes
Construction Stakes
Restriction on Non-Resident Bidding on Non-Federal-Aid Projects
Caption and Introductory Statements
~~~
."",'1
--n
..--.,
-.-
./
,:~. )
;~~:~.::
~-
c..r\
'C(},
\_../
-0
-"'"
..
r.,?
--
l.f\
These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, 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 lOOT 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.
"lOOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2001, as
amended.
S-2 LIMITATIONS OF OPERATIONS.
Add the following paragraph to 1108.03 of the lOOT 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.
SC-1
S-3 INSURANCE.
A. CERTIFICATE OF INSURANCE; CANCELLATION OR MODIFICATION
1. Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for
the full contract period. The name, address and phone number of the insurance
company and agent must accompany the certificate. The liability limits required
hereunder must apply to this Project only.
2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies.
3. Cancellation or modification of said policy or policies shall be considered just cause for
the City of Iowa City to immediately cancel the contract and/or to halt work on the
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or policies of insurance purchased by the Contractor to satisfy his/her
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
Tvpe of Coveraqe ""
(..:';.;'.l
Comprehensive General Liability Each Occurrence AggrEiOfte :::.:~
..:c:. "':"I -:1
Bodily Injury & Property Damage* $1,000,000 $2,00OJ.g~\ ~-;
Automobile Liability Combined S~Limit-
Bodily Injury & Property Damage $1,000~OOO~' C)
Excess Liability $1 ,000,000 $1,OOO~OOq': ~,:
r-~."l.._',~
Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. '.:;- /, ~.~
-p:
-11
~ ~-.T",
!',---'l
'\_ ..J
.{:"'
*Property Damage liability insurance must provide explosion, collapse and underground
coverage when determined by City to be applicable.
The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best.
In addition, the Contractor shall be required to comply with the following provisions with
respect to insurance coverage:
1. The entire amount of Contractor's liability insurance policy coverage limits, identified in
the policy and on the Certificate of Insurance, must, under the policy, be available to
pay damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction by virtue of investigation or defense costs
incurred by Contractor's insurer.
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self-insured
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance. must set forth the nature and amount of any
such deductible or self-insured retention.
3. If Contractor's liability insurance coverage is subject to any special exclusions or
limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of Insurance.
SC-2
4. The City prefers that Contractor provide it with "occurrence form" liability insurance
coverage. If Contractor can only provide "claims-made" insurance coverage, then the
Contractor must comply with the following requirements:
a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage
is canceled, during the contract period or within two years after City's acceptance
of the work, Contractor agrees to immediately notify the City of such event.
b. If Contractor's insurance is canceled or is allowed to lapse during said period,
Contractor shall be required to obtain replacement insurance coverage to fulfill its
obligation hereunder.
c. If, during said period, Contractor voluntarily changes insurance carriers or is
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the
same limits, as the insurance specified in this Contract, and shall not be subject to
any further limitations or exclusions, or have a higher deductible or self-insured
retention than the insurance which it replaces.
5.
The City reserves the right to waive any of the insurance requirements herein provided.
The City also reserves the right to reject Contractor's insurance if not in cOflJPliance
with the requirements herein provided, and on that basis to either aw~ the coh1ract to
the next low bidder, or declare a default and pursue any and all remet{i~ avcfrAible to
the City. )> =- 'c,:J lJ
G r----'_ ~\ ~'---
In the event that any of the policies of insurance or insurance cover~identified 6"11""1
Contractor's Certificate of Insurance are canceled or modified, or iQl~; evefit tha.D
Contractor incurs liability losses, either due to activities under this C06itaot, ort:sfue to
other activities not under this Contract but covered by the same insur:tQce, and- such
losses reduce the aggregate limits of Contractor's liability insurance oelow thEf"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.
6.
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
1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
officers, employees, and agents from any and all liability, loss, cost, damage, and
expense (including reasonable attorney's fees and court costs) resulting from, arising
out of, or incurred by reason of any claims, actions, or suits based upon or alleging
bodily injury, including death, or property damage rising out of or resulting from the
Contractor's operations under this Contract, whether such operations be by himself or
herself or by any Subcontractor or by anyone directly or indirectly employed by either of
them.
SC-3
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 lOOT 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.
~~~~~~
':::.,1
.......-1,
'f...~.\
'c.')
-\\
'q
~.,.n
Add the following paragraph to 1108.01 of the lOOT STANDARD SPECIFICATIONS::::::;. ',::
/'
-..
----
,.-
.. \ Cr\
Bidders shall list those persons, firms, companies or other parties ti:t\'t!l1om ~
proposes/intends to enter into a subcontract regarding this project as required fQt-~pprovaf.
by the City and as noted on the Form of Proposal and the Agreement. 7":' -:;,'L t';?
.......> /
~-;:~ ..--
If no minority business enterprises (MBE) are utilized, the CONTRACTOR shal7furnistr
documentation of all efforts to recruit MBE's.
\"--'\
\ ... \
'._-----'1,
\.--j
S-6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following paragraphs to 1107.01 of the lOOT STANDARD SPECIFICATIONS:
The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910
(General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The
Contractor and all subcontractors are solely responsible for compliance with said regulations.
The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals
or materials that will be at the job site. The Material Safety Data Sheets will be submitted to
the Project Engineering prior to the start of construction and supplemented as necessary
throughout the project. This data is being provided for informational purposes only and does
not relieve the contractor of any obligations for compliance with applicable OSHA and State
laws regarding hazardous chemicals and right-to-know.
The Contractor and all subcontractors shall comply with the permit-required confined space
standard, 1910.146 of OSHA. All manholes shall be considered permit-required confined
spaces as defined by OSHA standards and shall be entered in accordance with all OSHA
standards. The Contractor shall inform the City of the permit space program they will follow,
coordinate any entry operations and obtain any available information on permit space
hazards and entry operations from the City. The Contractor shall provide the City with all
employee certification from the Wastewater Contractor Orientation Program Class
administered through Kirkwood Community College. This one-hour class is available online.
All contractor employees working on site will be required to have the class certification. For
details contact Chris Gilstrap at 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 other.s employed on the project.
SC-4
Contractor shall not commit any of the following employment practices and agrees to include the
following clauses in any subcontracts:
To discriminate against any individual in terms, conditions, or privileges of employment
because of sex, race, color, religion, national origin, sexual orientation, gender identity,
marital status, age or disability unless such disability is related to job performance of such
person or employee.
To discharge from employment or refuse to hire any individual because of sex, race, color,
religion, national origin, sexual orientation, gender identity, marital status, age, or disability
unless such disability is related to job performance of such person or employee.
S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS).
For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's
Contract Compliance Program, which is included with these Specifications beginning on page CC-1.
S-9 MEASUREMENT AND PAYMENT.
Section 01025, Measurement and Payment, contained in Division 1 of these specifications
defines all pay items and methods of measurement. The provisions of this section will supersede
applicable sections in the lOOT STANDARD SPECIFICATIONS.
S-10 TAXES.
Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in
accordance with local law as outlined in 1109.07 of the lOOT Standard Specifications. The City of
Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Prior to
project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of
taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The
City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa.
Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement
from the State. Tax statements submitted after the project has been accepted by the City Council
will not be accepted or reimbursed.
S-11 CONSTRUCTION STAKES.
Replace the last paragraph of 1105.06 of the lOOT Standard Specifications with the following:
The Contractor shall be responsible for the preservation of stakes and marks. Any
necessary re-staking will be at the Contractor's expense and will be charged at a rate of
$75 per hour.
C;
:?f:~C)
-.., ;
c) -.,/
'-/
S~;.~-i; .
~~ --\ ~
).' .
.......,.
......
0)
........;-7
,"'-., .....'....:
.r -.'."....
"';-.,
..,,~
--,'
f---,,~
j 1
;-,_ I
I 1
....--'.
~.)
........
SC-5
~
RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS
PROJECT NAME:
TYPE OF WORK:
DATE OF LETTING:
A resident bidder shall be allowed a preference as against a non-resident bidder from a state or
foreign country which gives or requires a preference to bidders from that state or foreign country.
That preference is equal to the preference given or required by the state or foreign country in
which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to
transact business in this state and having a place of business within the state, and has conducted
business for at least six months prior to the first advertisement for the public improvement. In the
case of a corporation, the above requirements apply as well as the requirement that the
corporation have at least fifty percent of its common stock owned by residents of this state.
This qualification as resident bidder shall be maintained by the bidder and his/her contractors and
subcontractors at the work site until the project is completed.
I hereby certify that the undersigned is a resident bidder as defined above and will remain such
from the start of the project until its completion.
COMPANY NAME:
CORPORATE OFFICER:
TITLE:
DATE:
11 /06
pweng/04sswr/07sansewrspec.doc
r:-
u
"'---
i~;~ ~)
,.. ~,'
'l.-.:)
~'../
--,..--:
:::;
.=7
r'" --:::
"-- ("'":
,- .....;---' ~
;::-~ [/J
U-~,j
;;-:.;: /..,',
....,.-""
..;;;..
0")
~
_....'1...
in
r-'''''-.~''''1
I.....J.
0-?
-
.r::-
R-1
SECTION 01010
{','"',')
c(~> /<\
.A),. /,/
h- /,'
C--.. n '<- " /'\
;~t/'::,~\ j "6" .. <>'.J"'"
1/ //.-- \,
C ...0,
'/~-- ..;:~
,.:-} //
(...//~ Y
"';/...,
~
SUMMARY OF THE WORK
PART 1 - GENERAL
General description, not all inclusive.
1. General
A. Furnish and install Cured-In-Place Pipe (CIPP) into manhole-to-manhole sections or short
sections of 8" and 21" diameter sanitary sewer mains.
B. Remove protruding clay service taps from 8" diameter VCP sewer mains.
C. Reinstate lateral service connections.
2. Site Locations
A. Project locations are shown on Figure 1 in this section.
Sunset Street and Arbury Drive Location:
These two sections of 8" diameter v.e.p sanitary sewer require two 10' eIPP Short Liner
sections and the removal of two clay service taps protruding into the sewer main @ the
protruding sewer tap locations. MH #89 is located in the backyard area behind the home at 24
Arbury Drive. Access to MH #89 is from the 10 foot wide sewer easement from Derwin Drive.
MH #91 is located in Sunset Street @ 812 address.
Bloomington Street Location:
This 8" diameter V.C.P. requires a 10 foot Short Liner section to be installed 8 feet from the
Tee: The video begins 8 feet from the Tee heading towards the Tee.
Whiting Avenue Location:
This section of sanitary sewer is located in the paving of North wood Drive from MH #5 to MH
#3 behind Whiting Avenue. This section requires 891 feet of eIPp and reinstatement of 18
lateral services. There is one protruding service tap to be removed also. The video begins at MH
#5. The protruding taps are localed below:
111.0 feet
3rd Avenue Location:
This section of 8" diameter clay sanitary sewer is located in the paving of 3rd Avenue from A
Street to D Street. The video begins at MH #1. This section requires 925 feet of 8" diameter
CIPP and the reinstatement of 15 service connections.
01010-1
Court Street Location:
This section of 8" diameter clay sanitary sewer is located in Court Street from MH #A to MH
#B. MH #C is located in Burlington Street. This section requires 912 feet of 8" diameter CIPP
and the reinstatement of 21 service connections. The videos begin at MH #B. There are two
protruding taps to be removed at the following locations:
69.0 feet east from MH #B
334 feet north from MH #B
North 7th Avenue Location:
This section of 8" diameter clay sanitary sewer is located in front of houses along North 7th
Avenue from MH #A to MH #c. This section requires 475 feet of 8" diameter CIPP and the
reinstatement of2 service connections.
Edingale Drive Location:
This section of 8" diameter clay sanitary sewer is located in the pavement of Edingale Drive
from MH #4A to MH #4B. The video begins at MH #4B. This section requires 181 feet of 8"
diameter CIPP and the reinstatement of 4 service connections.
Washington Street Location:
This section of 8" diameter clay sanitary sewer is located in the Washington Street pavement
from MH #1 to MH #1-1. The video begins at MH #1. This section requires 375 feet of 8"
diameter CIPP and the reinstatement of 10 service connections.
Riverside Drive Location:
This section of 21" diameter concrete pipe is located in the eastern lane of Riverside Drive,
which is a State Highway, and the south edge of the parking lot. The building has been removed
that was above the sewer. This section requires 214 feet of 21-inch diameter CIPP and
reinstatement of one service connection.
3. Previous Televising - All sections of sanitary sewer main have been televised within the last one to
three years. A copy of the videotapes and televising reports are provided for the Contractor's
reference and information only. Each section shall be televised and assessed for suitability of
proposed work by the Contractor prior to impregnation ofthe liner. ~::j
C) :~"~
;f: 0 ri --r1
c.";! \ \
11106
t.~.--
0\
'.-ri
('-1,
\......J
-0
;0')-'
':.:-7<
<
)>
......:-
r;?
pwengl04sswrlO 1 0 10.doc
r:-
o 1 0 1 0-2
SECTION 01025
f~
C;>
\::"',lo
.,.<'.
MEASUREMENT AND PAYMENT
-0
.,;~.n
:.;:.~. -:~.;>
/ ,'-
-''\
<;;)
~~- ~
...-~~-\
'\:1')
/"
()~
--\\
- --;::..
<\.\
";'-'1.
',-)
PART 1- GENERAL
~j
."
#'\)
..... ':.,.
y
.~
-~
1.01 SUMMARY:
A. Procedures and submittal requirements for schedule of values, applications for payment,
and unit prices,
1.02 STANDARD OF MEASUREMENTS:
A. Work completed under the contract shall be measured by the Engineer. Payment will be
based on the actual quantity of work performed according to the various classes of work
specified unless noted in Part 3 of this Section, The Contractor will be given an opportunity
to be present during measurement.
1.03 SCOPE OF PAYMENT:
A. The Contractor shall accept the compensation as herein provided as full payment for
furnishing materials, labor, tools and equipment and for performing work under the
contract; also, for costs arising from the action of the elements, or from any unforeseen
difficulties which may be encountered during the execution of the work and up to the time
of acceptance.
B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a
unit cost basis. In either case, some work may be required for which a separate pay item is
not provided. Completion of this work is required. If a separate pay item is not provided for
this work, it is to be considered incidental to the project and no separate payment will be
made.
PART 2 - PRODUCTS
2.01 NONE
PART 3 - EXECUTION
3.01 PROCEDURE:
A. Payment under this contract shall occur no more than once per month for work completed
by the Contractor. Payment is based on an estimate of the total amount and value of work
completed minus 5% retainage. It is not the 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 utility
fixtures. No additional compensation will be made for any interference or delay caused by
the placement and/or relocation of said fixtures.
Work associated with existing items on private and/or publi~ property that are to be
protected, removed, relocated, replaced, reinstalled or modified such as, but not limited to,
parking posts, shop signs, post fencing, monitoring wells or trees 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 shall remain and be protected from damage unless specifically noted as
"REMOVE" on the project plans and as otherwise directed by the Engineer. The prices for
those items which may have any impact on existing trees shall include compensation for
special precautionary measures required to prevent injury or damage to said tree or root
system.
r....)
C::~J
The Contractor shall be responsible for continuous cleaning of mud and @ris off~~acent
driveways, streets, sidewalks and private property, when mud and debris %:~,osit~l ther~
as a result of any construction activity. The cost of clean up shall be incider1tat:::. (.J -::::::
'~--"1
CJ"'
B.
BID ITEM DESCRIPTIONS
-0
-""~
_~'.'io
,'n
'_\
\ '
"""./
r':":,
Item 1. Mobilization. '-.J.. r:-?
....:,
...!.--
J'" J;"
The lump sum price for this item will be paid based on furnishing, installing,
maintaining, moving, relocating, and removing all equipment, materials and labor
necessary to complete the Work. This item includes any necessary relocation of
equipment and materials for any and all subcontractors to complete all work.
Item 2.
Traffic Control.
The lump sum price bid for this item will include furnishing, installing, maintaining,
moving, relocating, and removing all traffic control devices including barricades,
drums, lights, standard signs, temporary barrier rails, sequential flashing arrows,
flaggers, uniformed officers, temporary pavement markings and orange safety fence at
road closures.
Riverside Drive is a State Highway and will require a State permit. Traffic control
shall be as shown on the drawing.
01025-2
Item 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 clay service taps to a smooth level surface at
the sewer main and television inspection after the taps have been repaired. A copy of
the television inspection shall be provided to the owner.
Items 4, 5 and 6. Cured-In-Place Pipe.
Liner pipe will be paid for at the unit price bid per lineal foot for the various pipe sizes
indicated as measured in place from centerline of manhole to centerline of manhole,
which price shall include all costs for furnishing all material, labor, power, water and
equipment to install the liner pipe as indicated by the plans including television
inspection of sewer prior to liner installation, television inspection after line
installation, transfer of existing flows to facilitate liner installation, and any other
incidental items necessary to complete the work in conformance to the plans and
specifications.
Item 7.
Reinstatement of Service Laterals.
This item will be paid at the unit price bid per each active service lateral reinstated,
which price shall include all costs for furnishing all material, labor, power, water and
equipment and any other incidental items necessary to complete the work in
conformance to the plans and specifications. Television inspection documentation
after reinstatement shall be provided to the owner.
f""'"
".:_..,)
'-"
-.l
11/06
c~
.<~c- {\
.- --- ...... ~
:r::'" ..~.-}
-"
C\;
-T\
---"
pwengl04sswr/0 I 02 5. doc
~.
, ,
'.
G'
_..
_.:.:."'"
;"\\
\ '
.--l
\ .
'-_../
',--:!-
rq
;~'i H~~ _~.
~/,.
...~,.,.
);
~
t;?
.r;:-
01025-3
SECTION 01310
PROGRESS AND SCHEDULES
PART 1- 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
A. A preconstruction meeting will be held prior to beginning work.
C) __..J
:2: C) ---I'~l
)>.~ --,.\ r- :..~ -Tl
-' ! t,'::;;
.-
ej ~ ."".-
0> r
~_..-..-! :"':'1
/
- ->j ;__._h~'\
_1.'~~ I .
Q '-_J
-,. ~
<-.
>=- c...>
None.
PART 3 - EXECUTION
3.01 PRECONSTRUCTION MEETING:
3.02 PROGRESS OF WORK:
A. The specified completion date is August 30,2007. Liquidated damages of$400/day will be
charged on work beyond this date.
B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval
of the Engineer.
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 residents.
F. The Contractor will become an active partner with the City in communicating with and
providing information to concerned residents and businesses.
01310-1
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.
B. The Contractor shall submit a traffic control plan for each street closure and/or work area.
11/06
pwengl04sswer/01310,doc
--
-C)
",,:,. C)
-)>~ ~~.)
_..:..-
-n.
-
0"
::.::::
;
..-0
_~l"
--,-.po
. --\
i~\
'".~
,_.J
~~;:~\
'''-::....7......
~
..,.;;;--
y
r;?
-
c".)
01310-2
SECTION 01570
TRAFFIC CONTROL AND CONSTRUCTION FACILITIES
PART 1 - 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. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform
Traffic Control Devices for Streets and Highways," 1988 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 b~ new or used, but must meet the requirements of the IDOT
Standard Specifications.
2.02 EQUIPMENT:
A. Portable generators may not be used to power traffic control devices within 300 feet of
residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m.
PART 3 - EXECUTION
3.01 TECHNIQUES:
A. Except as amended in this document, the work in this section will conform with the
following divisions and sections ofthe IDOT Standard Specifications:
Division 11. General Requirements and Covenants.
Section 1107.09. Barricades and Warning Signs.
Division 25. Miscellaneous Construction.
Section 2528. Traffic Control.
s:j
:<':'::C)
.~ ---...
--~
01570-1
-'1
r-,....
u:l
-Tl
--
Q)
;J?
"-J
"
1'--]
. I
:~-''''''''f
'-.........,1
-
('..,)
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 EXCA VATIONS:
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.
11/06
pweng/04sswrAO 15 70.doc
('5
-- (~
~.~- )
.,.~., ~.,"
1'-..)
~:~~~
_J
-""11
(j
:-,:~\
~:-,(
0"
II
-
r-
0, ~-1
\, ! ,
o .
-0
-,'i."'"
-';"-
~..... -,
',-J
(=~:
<.:,;;;.-
J;
r:Y
w
01570-2
SECTION 02766
CURED-IN-PLACE PIPE (CIPP)
INDEX
PART 1 - GENERAL
1.1 Intent
1.2 Referenced Documents
1.3 Prequalification
1.4 Submittals
PART 2 - PRODUCTS
2.1 Materials
2.2 Structural Requirements
2.3 Testing Requirements
('J
:~; ('
4..~~~ ."
-\:'?.... ;
.....':'\
-f\
-,..::;.
3.1 Responsibilities For Incidental Items
3.2 Installation
3.3 Reinstatement Of Branch Connections
3.4 Inspection
3.5 Clean Up
3.6 Protection Of The Public
3.7 Payment
- '
6' 'Cn
'.........-'
-0 \ i
-:.~: ,,./
r:-?
PART 3 - EXECUTION
-
c.iJ
PART I-GENERAL
1.1 INTENT
It is the intent of this specification to provide for the reconstruction of pipelines and conduits
by the installation of a resin-impregnated flexible tube which is inverted into the original
conduit by use of a hydrostatic head. The resin is cured by circulating hot water within the tube.
When cured, the 'cured-in-place pipe' (CIPP) will be continuous and tight fitting. The
installation will provide the required structural integrity and corrosion resistance and will
prevent infiltration and exfiltration along the length of the CIPP liner.
1.2 REFERENCED DOCUMENTS
A. ASTM F 1216 (Rehabilitation of Pipelines by Inversion and Curing a Resin Impregnated Tube)
or ASTM D5813 (Cured-in-Place, Thermosetting Resin Sewer Pipe) and ASTM D790 which
are made part hereof by such reference and shall be the latest edition and revision thereof. In
case of conflicting @uirements between this specification and those standards, this
specification will govern.
B. 1bis specification references the Sewer Pipe and Lining Insertion-Trenchless: General
Guidelines section of "Specification Guidelines for Sewer Maintenance and Rehabilitation",
Ninth Edition, prepared by the National Association of Sewer Service Companies (NASSCO),
1996, which is made part hereof by such reference and shall be the latest edition and revision
02766-1
thereof. In case of conflicting requirements between this specification and those standards, this
specification will govern.
1.3
PREOUALIFICATION
The process (materials, methods, and worlananship) 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 far 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 manufacturer's name shall be clearly idei3!lfted on
,<~
the proposal envelope. ~O :"", - "\
/n c-'. \\
.~~\:".\ ,J) "'*:.-:;:
,/. ~. ,....
0"
SUBMITI ALS
1.4
A.
Manufacturer's product data and installation requirements.
..-()
~~.:.
\ ...-;"""
" \ \
\ .-",-.,
~j
B.
Manufacturer's product certification for materials used in liner.
{',
.'
-
v>
C. Liner Pipe Thickness Design in accordance with Appendix XI of ASTM f1216.
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. Videotapes to remain property of Owner; Contractor to retain second
copy for his use.
E. Accurately recorded locations of pipe nms, connections, manholes, cleanouts, and depths to
invert.
F. Test Results.
G. Identify and describe unexpected variations to subsurface conditions or discovery of
uncharted utilities.
PART 2 - PRODUCTS
2.1 MATERIALS
A. All materials used to perform the tasks outlined in this specification must conform to the
guidelines for CIPP, in "Specification Guidelines for Sewer Maintenance and
Rehabilitation", and to product manufacturer's recommendations.
B. Tube - The tube shall meet the requirements of ASTM P1216, Section 5.1 and shall not
contain fiberglass continuous strand matt. The tube shall be constructed to withstand
inversion pressures, have sufficient strength to bridge missing pipe, stretch to fit irregular
pipe sections, and shall invert smoothly around bends.
1. The wetout tubes shall have a uniform thickness that when compressed at
installation pressures will meet or exceed the Design thickness.
02766-2
2. The tube shall be fabricated to a size that when installed will tightly fit the internal
circumference and length of the original pipe. Allowance should be made for
circumferential stretching during inversion.
3. The outside layer of the tube (before wetout) shall be polyethylene coated, a
translucent flexible material that clearly allows inspection of the resin impregnation
(wetout) procedure. The plastic coating shall hold the resin inside the tube without
leakage, accommodate inversion, stretch to size and shall not delaminate before,
during, or after curing of the CIPP.
4. The tube shall be homogenous across the entire wall thickness 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.
5. 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.
6. 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.
7. 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.
C. Resin - The resin system shall be a corrosion-resistant polymer, vinyl ester, or epoxy and
catalyst system that meets the requirements of ASTM F1216, and the physical properties
herein.
2.2 STRUCTURAL, REQUIREMENTS
A. The CIPP shall be designed per ASTM F 1216, Appendix X 1. 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's) given in ASTM F1216,
Appendix X 1. The DR shall be based on the physical properties of the resin system and
the existing pipe condition, as detailed in ASTM F 1216, Appendix Xl.
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
occur during testing of field samples, new samples will be cut from the work. Any re-
occurrence may cause rejection ofthe work.
Q
~~:::C)
_~i...;:;-. -~
--...
....,./
f~f'j
t:C}
-Tl
-.-
~ -...-...,
,
--', '
~~-C'.'
(:J ::.~-d
""t::- /' .....
~
01
.::?
_;c
"'---,-,.
I ' ,.
, I I
1"-,
'-.../'
~
w
02766-3
C. The cured pipe material (CIPP) shall conform to the structural standards, as listed
below.
Result
Test Method
Minimum Physicals
Resin per ASTM Fl2l6
Resin With
400,000 psi Properties
Modulus of
Elasticity
ASTM D- 790
250,000
400,000 psi
Flexural Stress
ASTM D-790
4,500
4,500 psi
D. The Contractor shall furnish, prior to use of the lining materials, satisfactory 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 F 1216, Appendix X2. 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
materials as proposed for the actual installation. These test results must verify.-ihat the
CIPP physical properties specified in Section 2.2.C have been achieve~V1 prev~s field
applications. Testing samples for this project shall be made and test~:{~descr~ed in
-- .->". r ---~
Section 3.4.A. .-". Cf)l I
A.
:::=1 ....; Cf\
/" ,,_..".~
':'--', hI '\J
___.~.~ -,r..; _"",
C) =:-:;.
<;:" ~
Investigative and preparatory work - The unit prices for the appropr~e sub~sions
under this item shall constitute full payment for pipe repair' based on the number of lineal
feet repaired. All costs associated with the fonowing items shall be considered incidental
to sewer pipe repair unless they are included with other items listed in the BID Schedule.
C)
r..-.-
PART 3 - EXECUTION
;-TI
!-l
\...j
3.1
RESPONSIBILITIES FOR INCIDENTAL ITEMS
1. 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
02766-4
Contractor shall follow City guidelines for use of hydrants as specified in the
attached 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 stated otherwise,
it is assumed this site will be at or near the sewage treatment facility to which the
debris would have arrived in the absence of the cleaning operation. Any
hazardous waste material encountered during this project will be considered a
changed condition.
4. mspection of Pipelines - Inspection of pipelines shall be performed, prior to
impregnating the liner with resin, by experienced personnel trained in locating
breaks, obstacles and service connections by closed circuit television. 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 later reference by 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 th..2se indi~tl!ed in
this contract as discovered through field verification or durin~t-pro~ss of
work. '.-.; -' . 6} \'1
i \
6. Bypassing Sewage - The Contractor, when required, shall provicfe~fQr;the tlow dL_
sewage around the section or sections of pipe designated for rep:nf,'The ~as~!
shall be made by plugging the line at an existing upstream manh~ jijd pumpin~
the flow into a downstream manhole or adjacent system, The pU!!Ip'and ~ass
lines shall be of adequate capacity and size to handle the flow. l'fre Ownt,!;may
require a detail of the bypass plan to be submitted.
7. 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
02766-5
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.
9. 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 describing the
work, schedule, how it affects them, and a local telephone number of the
Contractor they can call to discuss the project or any problems that could
anse.
b. Personal contact and attempted written notice the day prior to the
beginning of work being conducted on the section relative to the residents
affected.
c. Personal contact with any home or business that cannot be recol}Ilected
within the time stated in the written notice. _-- ~C~
. ,--) _oJ
'-:-...... . -n
10. The Contractor shall be responsible for confirming the locati~~ allgi,ranctin
service connections prior to inversion and curing the CIPP. I(,-S~.age kckuP
occurs and enters buildings, the Contractor shall be responsible foti:l~anup,'Rpailr"n
property damage cost and claims. .:< h~\ =~ >-\
1-. ~llM '~'-...)
INSTALLATION ~;;"~~ ry
J:l" w
3.2
A. CIPP installation shall be in accordance with the following:
1. ASTM F12l6, Section 7
2. Sewer Pipe and Lining Insertion-Trenchless: General Guidelines section of
"Specification Guidelines for Sewer Maintenance and Rehabilitation", NASSCO,
1996.
3. Product manufacturer's recommendations
B. In addition, CIPP installation shall be in accordance with the following additional
requirements:
1. 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 impre2nation.
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
02766-6
slug shall be as near to perpendicular as possible. A roller system shall be used to
uniformly distribute the resin throughout the tube.
2. 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.
3. 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 effect 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 1500 f or more than 200o.r, as
measured at the heat exchanger return line.
Initial cure shall be deemed to be completed when, upon inspection, thef~.posed
portions of the liner appear to be hard and sound and the the~ouples ~icate
that an exotherm has occurred. The cure period shall be ~ Q!'le qHtatioR-\l
recommended by the resin manufacturer, as modified for the :ln~~ion5!ning::::.
process, during ~hi~h time the recirc~lation ,of the w,ater and cy<q}.~?-9f trn:,.~eat;n
exchanger to mamtam the temperature m the lmer contmues. -' ) ,> -0 >--'.
:....~'-~ \- ',.\ :.z: ',-J
4. Cool-down - The Contractor shall cool the hardened liner to a tem~~re ~w
1000 F before relieving the static head in the inversion tube. Cool19wn ma'Y",pe
accomplished by the introduction of cool water into the inversion tube to rep'la'ce
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.
5. 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 the ground
to the inside of the lined pipe'
6. Sealing finer at the Ends - If due to a misaligned pipe at the access point, the lining
fails to make a tight seal, the Contractor shall apply a seal at that point. The seal
shall be of a resin mixture compatible with the liner.
3.3 REINSTATEMENT OF BRANCH CONNECTIONS
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
02766-7
made for excavations for the purpose of reopening connections and the Contractor will 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.
3.4 INSPECTION
A. CIPP samples shall be prepared and physical properties tested in accordance with ASTM
F 1216, Section 8.1 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 F12l6, Appendix Xl.
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 ofthe CIPP shall be in accordance with ASTM F1216, Section 8.4.
1. After the existing sewer is completely relined, 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, the site shall be
left in a condition acceptable to the Owner. Failure to keep the site neat or clean up debris when
directed to do so shall be just cause for withholding payments due the
C I'.~
2 ::;,;
Contractor and final acceptance will not be made until the site is in a condition~table; to
the Owner. ,-' -, Gi -n
-.-
~:'".<,
0",
,
;::- .J.~
\..J -.-~
'OOC.~/-...."
$
-0
--'-
-.,..
'-r--..
: I I
r--;
\...J
'>?
w
02766-8
3.6 PROTECTION OF THE PUBLIC
The Contractor shall erect and maintain sufficient signs, barricades, lights, fences, and shall
supply competent flagmen and watchmen to warn and guard the public against the hazards
created by the reconstruction operation. The Contractor shall not allow hazardous conditions to
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.
3.7 PAYMENT
Liner pipe will be paid for at the unit price bid per lineal foot for the various pipe sizes
indicated as measured in place from centerline of manhole to centerline of manhole, which
price shall include all costs for furnishing all material, labor, power and equipment to install the
liner pipe as indicated by the plans including television inspection of sewer prior to liner
installation, television inspection after liner installation, transfer of existing flows to facilitate
liner installation, and any other incidental items necessary to complete the work in
conformance to the plans and specifications.
11/06
pweng/m04sswr/02 7 66, doc
b
":::;:"-j
~};: =-~1
"
r.~
, ~': .)
c:.:>
--l
-"
rr'~
CJ
C?
-\
.-:""(.
0"
-11
-
~---
""':)
:::;:
01
i-~.
,-j
r:-?
w
02766-9
IOWA CITY
2007
SANITARY SEWER
REHABILITATION PROJECT
ENGINEERING DIVISION
DESIGN: DRS
DRAWN: MKR
DATE: 2007
DRAWING: SanRehab07
. . ....
SCALE: 1" = 3000'
FILE # SA 225
SHEET 1 of 9
I 1::C
~--\ ~~~ \, I
\IN[7 \ '''- -_/ \ ! \
I I ~ \
I I \
\ ~H\ 11tf-1#11 \ t++~\ li+I \ If- -- _1__ ._- ~
1f BENTON ST
I
I
\
\
\
I
I
I
. I
I...._....~..._....._.__...~
---P ENFR ODR'--
I
Install 10' section of
. ~ CIPP short liner in 8"
;:::---- VCP between MH #91
/ &MH#90
M H 90' '----------- ---...
, Ir---------.---......."" -''''''''i\
\ -"'-'",
\ \ !:~~ \
\ \ ~(\ ~\ _\ 1\
\ )\ -;7/' ----) .,.,.,.. _ !
\ \ -".:...... 0' . I \ I'
\. .;.......-c..
\ \ h \-; ..' ~';. ,
~\ " '\\
\ '0 ~. r:-?
,\...~ ~
\ y c.,.)
\ ~\
\ \\
~ :-_:2;;
\\w
\w
\~
)0
,
1'-0
I .--...
Access easement
\
MH 91 \
__mm__~ ~
(f)
z
::)
(f)
ARB U R Y... 0 R ....-....-.----'\
.---............-.....---.. \
Install 1 O' section of
CIPP short liner in 8"
VCP between MH #89
& MH #88
Sunset Street & Arbury Drive Repair Plan
ENGINEERING DIVISION
2007
SANITARY SEWER
REHABILITATION PROJECT
DESIGN: DRS
DRAWN: MKR
DATE; 2007
DRAWING: SanRehab07
SCALE: 1" = 200'
FILE #: SA 225
SHEET: 2
IOWA CITY
II
/
. I
) 1/
Install CIPP in 181 LF /
of 8" VCP between
H______,.,/ MH 4A & MH 48
--" . /
/1
/
PEN FRO DR
. .,,"_..--......,......_-_............__.__......,....~.-.-
/ U) I
I ,
iI-I
I Lu I
I U) I
1</
-----------.-. ! 0 I
EALING DR '-'-'--.-j I
I
j
_~Rf~6tiAM-12B
.~......_.......~-~._~.........-
I
i
,
i
I
~
A
Ar/~
~ /
. ~ /
(,. /
'0,
"., //
"'"
-.i...
~"V: //
52 I./;
-:f- /
-.I
ABER ST
......,
Edingale Drive Repair Plan
IOWA CITY
2007
SANITARY SEWER
REHABILITATION PROJECT
DESIGN: DRS
DRAWN: MKR
DATE: 2007
DRAWING: SanRehab07
ENGINEERING DIVISION
//'//
/
I
/
J
!
I
~
SCALE: 1" = 200'
FILE #: SA 225
SHEET: 3
r-'
c;;>
-6 ~
2;. n r'\
~~; ::-.::; !'~r.:)
-
(~~~\() 0'
/ r-- -0
--~...... \......,-.-" ""',;,':
it.__, ~
-:-~
~):-, r:?
"'"- -
J7 c..:>
Shim e k
School
!
I
\
!
I
I
!
I
i
\
~
,
\
\
\
\
\
~L_ ~
\J-- !
i
I
Install CIPP in 891 LF of 811 VCP
between MH #3 & MH #5
I
I
,
i
I
!
I
\
I
!
I
I
I
Remove 1 protuding tap
~._,_J
NORTHWOOD DR
I ~I MH 4
I 0:::: I
i Oimm.
MH5
, I
I,
II
\ i.
,..........} L__,,_._..........__~......_..,..__ .......____..........
WHITING AVE
. .......~~_~_"^.r---_.._..~..~~-_.~.......- .._-......... ..........y-.----~---~-~....
Whiting Avenue Repair Plan
IOWA CITY
2007
SANITARY SEWER
REHABILITATION PROJECT
DESIGN: DRS
DRAWN: MKR
DATE: 2007
DRAWING: SanRehab07
ENGINEERING DIVISION
--n
---
,..-
rn
'-----'.
'J
SCALE: 1" = 200'
FILE #: SA 225
SHEET: 4
j
L__
DAVENPORT ST
MH2
f-
if)
0::::
o
,______.m__ . m_--l ~ I
I ~ ; >;
Ln~. _~.:.._ J 8 1_
-:z- >:\ cP -?
/ '~<-~'_ -"- - a' \~
.... .. . ..........(;'".-.,-----~__Y""'
./\~. .-c \1)'
......-,> \".",- .".:;,0" \.t
~-~\,'~~~ ~ j
,.. .,...", .
:~--~- t I
\ i
f-
if)
L.. Install 1 O' section of
CIPP short liner in 8"
VCP between the pipe
tee & MH #2
MARKET ST
! ......----......---, . -.....-"."".----.
,____________1 1_. -- . ! r-- :
I__J_EEF~~~SQN~ ElLLEf__1
r
L _JE~F$9S0N _J
Bloomington Street Repair Plan
ENGINEERING DIVISION
2007
SANITARY SEWER
REHABILITATION PROJECT
DESIGN: DRS
DRAWN: MKR
DATE: 2007
DRAWING: SanRehab07
SCALE 1" = 200'
FILE #: SA 225
SHEET: 5
IOWA CITY
~
1-'
I
~\
enl
....Ji
-....--..--....--...1 ~-I 0::: I.
"1 ""'- \ \ <( \
""'" VL' """'--,- II ' II W \
'....,' ....., I D- I
-----~ ....'''''-_J L___j 'L.______
\----.----1
, I
\ .
I \
I I
\ i
. I
\ I
, \
I .
L...._._......._....----.....---.....-J
,.--...--.-..-.......-...-.....-..-..-.-..---.1
I I
\ \
II Install CIPP in 519 LF of 8" VCP
between MH A & MH B
\ ~I
I !
't .. . .... .... ._---1
...--..-.---" .....- .
\ r-MHA ---1 MHB ~e-:ice ---W i-----
\ \ II 01 \ ... .__________-....--------J ~ \1
\ \ \ ~ L___-----------. '-"-M A P LE S T I. ----I, <( 1\
I I 0::: . .'
\ I Id \ \ \
I \ \ ' \
II 'I \ \ L.__---
, ,\ \ I-iI--
I \ \ \ \ I
i \ I \ I \
......
"'"
Install CIPP in 393 LF of 8" VCP
- between MH B & MH C
Remove 2 protuding taps
Court Street Repair Plan
ENGINEERING DIVISION
2007
SANITARY SEWER
REHABILITATION PROJECT
DESIGN: DRS
DRAWN: MKR
DATE: 2007
DRAWING: SanRehab07
SCALE: 1" = 200'
FILE #: SA 225
SHEET: 6
IOWA CITY
L----- I
.1--
I I
\ \
\
\
\ \
\ i .
~ l.__~,^ \
-.-....... -.....~- J' ----~
-"..""-.. ----- J l
-~l~J---=-~~==::~
I
I
\
\
I
\
, \
\ i
; \
1__..._---1
FRIENDSHIP ST
--'1 [.------.-1 \-------1 \'---1
\ \ \ \ \ ' \
II I! i I I
II i \ II I
II . I \ \ I
.-J I_~ 1__-1 L_~
D ST
,--------\ r----\
, I j
I i I
, I '
i i I
I \ '
-----.....----, !...---...-..
II
\ I
\ i
\ I
\ \
\ \
\ \
r--\
I i
Install CIPP in 925 LF of
8" VCP between MH #1
& MH #3
---I r---l
, . \
I \ ;
: , I
I \ I
I \ I
I i
.. 1._.--
o RT ST
r--------, r-----.--l
\ II I!
I i I .
; II I
I II \
I I i I
; II '
\ ! : I
, \ 1 i
\ \ \ \
\ II :
I ; I I
, \ I '
L. Il I
[__~~-~-~~==~~___6=~~T-J
\ MH 3 --l
I r_:--------J
1 I [-----------l
I \ I I
I I \
\ \ \ I
I ' \
, II i
\ II 1
L.__......-.----I ~...__.__..J
MH 2
[---------1 r----\
\ II II'
I ' ! .
: II '
I ' , 1
i II !
I " \
i II II
I '
:_._____J L___,
MH 1
r---------1 '-----_.,
. \ I \
\ II !
I " I
i I \ I'
I I ' !
^ r- rl-h-r\ rn
\-------1,-----1 1-----
I \\~\ \
I ; , I,
I l i I
! II ,...
1 ' , I
, \ I \ I
I I \ ; I
I ' ! 'I.
I II \
I I \ ; I
, , I I
i \ I \',
,-------_J L---______J \
r----------___.. . '. I
i ----- ----1 '
\ i \
l-:=:==_..__.___~ ~~. 1 i
rl,. _...._._._-~-..'..... <~, \ "';{
! -' 0- G, ~
\ ' ;; -:~- ~ \~
'I 11.\s' h b
I \\~r I
L_______i L-_~ _I L",,-~_
~
,...------.---l r-----....- r"-~
I II W! \ --~..~-
I II a: I I
\ I!WI I
I 11>11
L_____J L___ ' \
i-ll-1n. \
! II rv- i
I \\~ 1\
I! LL
: I
II
3rd Avenue Repair Plan
IOWA CITY
ENGINEERING DIVISION
2007
SANITARY SEWER
REHABILITATION PROJECT
DESIGN: DRS SCALE: 1" = 200'
DRAWN: MKR FILE # SA 225
DATE: 2007 .
DRAWING: SanRehab07 SHEET: 7
~
<~~,
'<::'::'\,
}'
II
/ -;/
~/~
\\\:\ V\
\ \, '. - \ .
i )/1 i.... AU
! /~ )0..'\ .
J .\ ....
MHB
...--....-,
MHA:
I
\
I
I
\
I
\
\
\
\
\
i
\
!
//' "'-'''_.. 1
/ '''''''-- :
/ //'--' ----""-"'-'''-'''1 '-...--..-.......,.....- I
I // I r-,.. ........".J
\ '\ /~ / I / "'........".".....-.....-_
\ i /c:y / I -1
:\ \ ~7/ / I
, \ /0 /
I~ /$ /
I <( L_.._m~- ///
I __,._______ _/'
Install CIPP in 241 LF of 8" VCP
'+--- Install CIPP in 234 LF of 8" VCP
l....--.....
--------~~
J
.. ~ -...............-.--............c/
-_-m~-_ml
\
I
\
I
L,
I
!
I. __m._.....-.-.
7th Avenue Repair Plan
IOWA CITY
2007
SANITARY SEWER
REHABILITATION PROJECT
DESIGN: DRS
DRAWN: MKR
DATE: 2007
DRAWING: SanRehab07
ENGINEERING DIVISION
-n
-:;::.
'\
6' \~\
'..-'.
-0 ..)
?"r,.. '\.........-
0:::: ,----
01
01
01
0,
3;:!
II
(f) :
<( L____.,
SCALE: 1" = 200'
FILE #: SA 225
SHEET: B
~
I
\
I
\
\
I
\
\
I
I
I
_-1
t MH 1
I '-- Install CIPP in 375 LF of 8" VCP ,
\-- --,-----1 \ between MH #1 & MH #1-1 J
\ I \. '1' . .-'--"--"--'--"---
\ f \ -------SEEfBR-IAR---==--=----13
I \ I
I I i
\ i I
I \\ \
I I rv-
. I ~
\ I WI
I \ L-'
I i.-I
\ ~Cf) \
I )_1
I )Z\
\ 1_-2]
\ I~l \:J,
\ : .::::=. .. --< ~, :, d
\ \/ L- \ 0 :::~-::. ::;;: ',~ +1
\ \ en \ ~ /', ~
\ \ W \ __ _ __ N
\ 1 S I ____---~--~tUJ--------------1
\ I \ I
I I \ \
I \ ' !
I \ I \ _------------J
L_..__._-L.--) \-.---------.---..---
WAS
MH 1-1
-----1
\
f"-'
='
5__.J
-
Washington Street Repair Plan
ENGINEERING DIVISION
2007
SANITARY SEWER
REHABILITATION PROJECT
DESIGN: DRS
DRAWN: MKR
DATE: 2007
DRAWING: SanRehab07
SCALE: 1" = 200'
FILE #: SA225
SHEET: 9
IOWA CITY
~
SCALE: 1" = 100'
I
I ~
\ ill W
\ >- 0
I 3: (f)
\ I ex:
I w
I (f) >
\ ::::) ex:
I .--
\
\
I
\
i
\
I
i
\
\
I
i
I
I
I
\
I
I
)
--.......-.....--......--/
MH #1
Rim Elv =646.98
IE Out =634.14
"
i \
\ \
\
1\
j L
...,_._~_...._~___......A.
BENTON 5T
r---.
U'J
OJ
o
---1..._'-__.______~_. __
o
"~
o
~ N
"
OJ Not to Scale
"'-.
('I
CYl
:5:
TJ
"
o
D
o
L
QJ
IX
c
o
If)
/'
D
o
L
<U
IX
r---.
o
o
('I
///
>-
IX
f-m
Z
--c
-rL-...... ...
o
...-r.:
u
/
D.O. T. PERMIT
REQUIRED
Install 214 LF OF
21"0 CIPP IN
EXISTING RCP
BETWEEN MH #1
AND MH #2
Ned A
MH#2
Rim Elv=647.72
IE In=633.52
.--~"".
~------"-
._L-:..__._......,.,___ ,.__.._.... ,_u_...
Riverside Drive Repair Plan
DRUM OR
VERTICAL
PANEL
~
~UTY
WORK
AHEAD
m'-T~" .--..,-------.
I
I
\
i
i
\
\
..L
\
-0
~
Y'
~
7;
1J
Park
\
\
\
r-'
c::::>
_ c:::'
o .-'
zn -r1 -M
--.s::~,~'-@-,.-~.-'..---l
~. ---
"'--1 ~<.. ~ \~. i;
~.(-; \ \ \
-'-) ~~ -0 '<-----"
=-i~ 0-( ~ \_~)
-- :JJ
~?::. ::.
y
rv
1
I
I
i
!
I
~.IOWA CITY
,-....-.-.-....--, u_.,..__u_u..__,____...___.... ...----..-------r- _uu...____._.
\
\
~
I
I
\
I
I
I (D
\ >-
i 3
i -.-
I ......
,,\ Sl:
Bt..~I:O\~
Traffic Control for Riverside Drive Repair Plan
li) ENGINEERING DIVISION
2007
SANITARY SEWER
REHABILITATION PROJECT
DESIGN: DRS SCALE: As Noted
DRAWN: MKR FILE #: SA 225
DATE: 2007
DRAWING: SanRehab07 SHEET: 10
r;'.n.:
J
c;:
Prepared by: Daniel Scott, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240, (319) 356-5144
RESOLUTION NO. 07-41
RESOLUTION SETTING A PUBLIC HEARING ON MARCH 5, 2007, ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR
THE CONSTRUCTION OF THE 2007 SANITARY SEWER REPAIR 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:
1. That a public hearing on the plans, specifications, form of contract, and estimate of cost
for the construction of the above-mentioned project is to be held on the5,th day of March,
2007, 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 ?OJ-n
day of _~february
,20 07
~LJ~
MAYOR
ATTEST: ~-.<) #'. ~
CIT . LERK
~w~-
() ~~ ld(~7
/ City Attorney's Office
pwenglreslsansewer.doc
Resolution No_
Page 2
07-41
It was moved by O'Donnell and seconded by
adopted, and upon roll call there were:
AYES:
NAYS:
x
x
x
x
x
x
x
Bailev
ABSENT:
the Resolution be
Bailey
Champion
Correia
Elliott
O'Donnell
Vanderhoef
Wilburn
Printer's Fee $_1 ~ . 3 -do
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID #42-0330670
I,
Diana Becicka, 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 I time(s), on the
following date(s):
~~lJ~4~a rJl1>, ;)/)0,
Legal Clerk
Subscribed and swor
this ~
A.D. 20 0 +-
"
~UNDAKR01Z lie
.. :\ Cell rnmtssIon Number 7'3. 2619
. . . My Commission Exp'res
. January 27. 2008
--....-......-.~~.........
OFFICIAL PUBLICATION
NOTICE OF PUBLIC HEARING ON
PLANS, SPECIFICATIONS, FORM OF
CONTRACT AND ESTIMATED COST
FOR THE
2007 SANITARY SEWER REPAIR PRO-
JECT 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 esti-
mated cost for the construction of the
2007 Sanitary Sewer Repair Project in
$Sid city at 7:00 p.m. on the 5th day of
March, 2007, said meeting to be held in
the Emma J. Harvat Hallin the City Hall,
410 E. Washington Street in $Sid city, or if
said meeting is cancelled, at the next
meeting of the City Council thereafter as
posted by the City Cieri<.
Said plans, specifICations, form of con-
tract and estimated cost are now on file in
the offICe of the City Cieri< in the City Hall
in Iowa City, Iqwa, 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 com-
mentsconceming said plans, specifica-
tions, contract or the cost of making said
Improvement.
This notlca 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
72819
February 26. 2007
-.P..n/
"')
w:I
Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144
RESOLUTION NO. 07-62
RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON.
TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2007
SANITARY SEWER REPAIR PROJECT, ESTABLISHING AMOUNT OF BID
SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO
PUBLISH ADVERTISEMENT FOR BIDS, 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 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. 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, until 10:30 a.m. on the 27th day of March, 2007, or
at a later date and/or time as determined by the Director of Public Works or designee, with
notice of said later date and/or time to be published as required by law. Thereafter the bids
will be opened by the City Engineer or his designee, and thereupon referred to the Council
of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at
the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 3rd day of April,
2007, or at a later date and/or time as determined by the Director of Public Works or
designee, with notice of said later date and/or time to be published as required by law, or if
said meeting is cancelled, at the next meeting of the City Council thereafter as posted by
the City Clerk.
Passed and approved this 5th
day of March , 20 07
~U~
MAYOR
""'
ATTEST: ~~ f. ~
CIT . LERK
t' td.,..., /t?7
pweng/reslapp&s-{)7sewerrepair.doc
Resolution No.
Page 2
07-62
It was moved by O'Donnell and seconded by
adopted, and upon roll call there were:
Champion
the Resolution be
AYES:
NAYS:
x
x
x
x
x
X
ABSENT:
. x
Bailey
Champion
Correia
Elliott
O'Donnell
Vanderhoef
Wilburn
ADVERTISEMENT FOR BIDS
2007 SANITARY SEWER REPAIR PROJECT
Sealed proposals will be received by the City Clerk of the City ofIowa City, Iowa, until 10:30 A.M. on the
27th day of March, 2007, or at a later date and/or time as detennined by the Director of Public Works or
designee, with notice of said later date and/or time to be published as required by law. 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 will be acted upon by the City Council at a
meeting to be held in the Emma 1. Harvat Hall at 7:00 P.M. on the 3rd day of April, 2007, or at such later time
and place as may be scheduled.
The Project will involve the following:
3759 L.F. of8" 0 C.I.P.P., 214 L.F. of21" 0 C.I.P.P. Reinstatement of?3 sewer services and removal of
5 protruding service taps.
All work is to be done in strict compliance with the plans and specifications prepared by Daniel R. Scott, of
Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami-
nation in the Office of the City Glerk.
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 pay-
able to the TREASURER OF THE CITY OF lOW A CITY, IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City
Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the
contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other
contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to
exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds
will be returned after the canvass and tabulation of bids is completed and reported to the City Council.
The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%)
of the COJ;ltract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee
the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and
damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the
maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal
acceptance by the City Council.
The following limitations shall apply to this Project:
Specified Completion Date: August 30, 2007
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, 410 E. Washington St., Iowa City, Iowa, 52240, 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 ofIowa City.
Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and
subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department
of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at
(515) 239-1422.
Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with
whom the bidder intends to subcontract. lIDs list shall include the type of work and approximate subcontract
amount(s).
The Contractor awarded the contract shall submit a list on the. Form of Agreement of the proposed
subcontractors, together with quantities, unit prices and extended dollar amounts.
By virtue of statutory authority, preference must be given to products and provisions grown and coal
produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa
Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. .
The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities
and irregularities.
Published upon order of the City Council ofIowa City, Iowa.
MARIAN K. K.ARR, CITY CLERK
r\~)
~
Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5144
RESOLUTION NO.
07-111)
RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO
SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR
CONSTRUCTION OF THE 2007 SANITARY SEWER REPAIR PROJECT.
WHEREAS, Municipal Pipe Tool Company of Hudson, Iowa has submitted the lowest responsible
bid of $111,529.50 for construction of the above-named project.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA
CITY, IOWA, THAT:
1. The contract for the construction of the above-named project is hereby awarded to
Municipal Pipe Tool Company, subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance program
statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
Passed and approved this 3rd
day of
April
,20 07
~CJ JJ~.
ATTEST: ~~uJ;V.. .~
CI LERK
Zrove~ by . J .
4rr:}
City Attorney's Office
It was moved by Correia and seconded by
adopted, and upon roll call there were:
Vanderhoef the Resolution be
AYES:
NAYS:
ABSENT:
x
x
x
x
x
X
x
Bailey
Champion
Correia
Elliott
O'Donnell
Vanderhoef
Wilburn
pweng\municipalpipe.doc
1/06
Printer's Fee $~
CERTIFICATE OF PUBLICATION
STATE OF IOWA,
JOHNSON COUNTY, SS:
THE IOWA CITY PRESS-CITIZEN
FED. ID #42-0330670
I,
Diana Becicka, 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):
_yy\(}~ h..Jd J :JOO7
))1a.~A - ~ ]IJ~~
Legal Clerk
Subscribed and sworn to before me
day ofL(}1 ~
}~
A.D. 20 () '=t-
this
y~
./
~'~otary Public-
UNIM KJ1IO'iZ ~'cl
rt, Commlsslon Number 732619
':Jft:"i.. . My Commission e_ires
lOW" J '-^I-'
~nue.ry~7, ~O~---.J
OFFlCIA~ PUBLICATION
ADVERTlSeMl!!NT FOR BIDS
2Go1SANlTAAYSliWER REt'A1R
. PROJECT
, Sealed. proposals will be received by
the City Clerk of the City of Iowa City,
Iowa, until 10:30 A.M. on the 27th day of
March, 2007, or at a later date and/or
time as determined by the Director of
Public Works or designee. wRh notice of
said later dll-te and/or lime .to be pub-
lished as required by law. Sealed propos-
als will be opened immediately there-
after by the City Engineer or designee.
Bids submitted by fax machine shall not
be deemed a .sealed bill. for purposes of
this Project. Proposals will be acted upon
by the City Council at a meeting to be
held in the Emma J. Harvat Hall at 7:00
P.M. on the 3rd day of April. 2007, or at
such later time and place as ",ay be
scheduled.
The Project will involve the follOWing:
3759 L.F. of.S" '" C.I.P.P., 214 L.p. of 21"
'" C.t.P.P. Reinstatement of 73 sewBr
services . and removal of 5 protruding
service taps.
All work is to be done in strict compli,
ance with the plans and specifications
prepared by Daniel R. sCott, of Iowa City,
Iowa, which have heretofore been
approved by the City Council, and are on
file for public examination in tbe Office of
the City Clerk.
Each proposal shall bE! completed on a
form f\n'nished by. the City and must be
accompanied in a a..led envelope, llElP-
arat.. from the one. containing the pro-
posal, by a bid bond executed by a cor-
poratlOnauthorized to contract as a sure-
ty in the State of Iowa, in the sum of 10%
of th~bid..ThEl bid~r!!Y~~llbe .111.119.ll
pay-a618 to the TREASURER OF THE
CITY OF IOWA CITY, IOWA, and shall be
forfeited to IheCIty of Iowa City in tile
eyentthe SU()C9S$fulbidder fails to enter
into .1lcOntriact witIl1n ten (10) calendar
days oflhe City Co~ncil's award of the
contra~ and posf !;loAd Slitisfactory to the
CIty,eO$Uring the faithful performance of
the.CCOrrtract and malnlenanee.of said
prOjei:t, if requii-ed, pUrsll8nt 10 the provi-
sions of this notiCe ai1d the other Contract
dOcuments. Elid.bonds olthe.lowest two
or more bidcklrs may be ~ined for a
period of not to exceed fifteen (15) calen-
dar days following award of the contract,
or until rejection is made.. Other bid
bonds will be returned after the qanvass
and tabulation of bids is camplated and
reported to the City Council.
The successful bidder will~required to
farnish a bond. in an amount1lqual to one
hunGred percent(1oo%) of the contract
price, said bood to be issued by a
respon-slble surety approved by Ihe City,
and shall guarantee the prompt payment
. of 811 materials and labor, and also pro-
tect and save ha(lllless the 9ity from all
Claims and damages of any klfldcaused
directly orindirecto/ bK ~~e.opel'lition of
the oor!lraC!, and ~~lIalso.tll.l~tarrtee the
maln!eQall99 of the improve#!ent fora
periQ<JQf two (2) year(s) frornand after Its
cOm-plelion . and formal acceptallQEl by
the Oity Council. . .
The IOll9wing limitations shall apply to
this Project:. ..
SpecifredCompletionDate: August 30,
2007 . '. . . ...:
. Uquidated Darllages: . $400 per day
The plans, spl!CffiQiltions and'propoSed
contract doCumentsm~y be examined at -
the office pf the City Clerk: Copies of said
plans and specifications and form of. pro-
posal blanks may be secured at the
Office. of City Engineer, 410 E.
Washington St., Iowa City, Iowa, 52240,
by bona fide bidders.
A $30 non-refundable fee is required for
each setof plans and specifications pro-
vided to bidders or other interested per-
sons. The fee shall be in the form of a
check, made payable to the City of Iowa
City.
Prospective bi~" are advised thet the
City of Iowa City deSIres to employ
minority contrac-tors and subcontractors
on City proj~. A listing of minority con-
tractors can' be obtained from the Iowa
Department of Economic Development at
(515)242-4721 and the Iowa Department
of Transportation Contracts Office at
(51&) 239-1422:
. Bidders shall list, on the Form of
Proposal the names .of persons, firms,
companies or.. other' parties with whom
thebid~er intends to . subcontract. This
list ,Shall Incfutle the type of wo.rk' and
approximate subcontract .amount(s).
Tt\il Contr;lctor awarded the contract
shall submit a list on the Form of
Agreement of the proposed subcontrac-
tors. together with quantRies, unit prices
and extended dollar amounts.
By virtue of statutory authority; pref-
erence must be given to products and
prOViSions grown and coal produced
within the State of Iowa. and to Iowa
domestic labor, to the extent lawfully
required under Iowa Statutes. The Iowa
reciprocal resident bidder preference law
applies to this Project.
The City reserves the right to reject any
or all proposals,. and also reserves the
right to waive technicalities and irregu-
larities.
Published upon order of the City Council
of Iowa City, Iowa.
MARIAN K. KARR, CITY CLERK
72842 March 12, 2007
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa
("City"), and V\(\ l"Ln 10(' (XLI P peTOo I Co.}.ltn c . ("Contractor").
Whereas the City has prepared certain plans, specifications, proposal and bid documents
dated the la~ day of FtE~tAA~'1 ' 20QL, for the 2007 Sanitary Sewer Repair
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 A-b/vr
b. "Standard Specifications for Highway and Bridge Construction," Series of
2001, Iowa Department of Transportation, as amended;
Q
:::.::- r-)
---..J
c.
Plans;
-'1
e.
Advertisement for Bids;
--'j
I
0)
d. Specifications and Supplementary Conditions;
.J...-
..JP
..c
)>
(.)
o
f.
Note to Bidders;
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.
r <~
,
--o..J
DATED this
2~
day of
~
o
20-07 --"
, i.....:....-..... i
C.)
--11
-CJ
-~~..-
"~-I
'___J
~G1
ByLJ ~ftl
--
=~J~ ~
(Title) Of,pvo-thrYl'- MClV\argt/v
ATTEST: WtVWYl W (L,O CVl)ud-
(Title) CJ:o
(Company Official)
Co<)
C)
Mayor
ATTEST:
'~~*.
~~
City Clerk
Approved By:
,i~ 0~7
City Attorney's Office
AG-2
PERFORMANCE AND PAYMENT BOND
Bond No. lAC 78820
Municipal Pipe Tool Co., Inc_. P.O_ Box 398~ Hudson. IA 50643 ,.as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor and Merchants Bondi n9 Company (Mutual)
(insert the legal title of the Surety)
2100 Fleur Drive, Des Moines, IA 50321-1158 , as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
One Hundr.ed Eleven Thousand, Five Hundred
called the Owner, in the amount of Twenty Ni ne and 50/100n_u_nnn_nn_- Dollars
($ 111,529.50. ) for the payment for which Contractor and "Surety
hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally.
4/3/o(
(date)
Agreement with Owner for the 2007 Sanitary Sewer Repair 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 Daniel R.
Scott, 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 s~id Agreement, then the obligation of this rbG>nd
, __ ',.. ,._1
" ~-, .'
shall be null and void; otherwise it shall remain in full force and effect until satisfacto!:y ,.comp!Jrtion
..-.--'!! _.,.
of the Project. - - - ---;-1
!
A. The Surety hereby waives notice of any alteration or extension of time -'rflade b~,jhe ,',
.::,. i j
Owner. _ -0._,
Whenever Contractor shall be, and is declared by Owner to be, in def~ ~ondeP?the
Agreement, the Owner having performed Owner's obligations thereunder, t~Surety~y
promptly remedy the default, or shall promptly: .
1. Complete the Project in accordance with the terms and conditions of the
WHEREAS, Contractor has, as of
, entered into a written
B.
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 OWller and Surety of the lowest responsible bidder, arrange fora contract
between such bidder and Owner, and make available, as work progresses (even
though there may be a default or a succession of defaults under the Agreement or
subsequent contracts of completion arranged under this paragraph), sufficient
funds to pay the cost of completion. less the balance of the Contract Price, but not
PB-1
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be oblig~ted 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 <?f 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 lowCj.,. l;lre
a pa'rt of this bond to the same extent as if it were expressly set out herein. "-,
SIGNED AND SEALED THIS
20~.
DAY OF
I
<, , ('--
i'l
-~J
."1
~"~~) ;"'<
_r."
.""*..,..'
IN THE PRESENCE OF:
);
r,)
C>
~t(AAJYJ ())~
Witness
Co. Inc.
~.~
Witness
Janet Alessio
Merchants Bonding Company (Mutual)
~
By: .
L::- (Title)'
Dianne S. Riley, Attorney-in-fact
P.O. Box 9207
(Street)
Des Moines. IA 50306-9207
(City, State, Zip)
515-223-6800
(Phone)
PB-2
Merchants Bonding Company
(Mutual)
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, State 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, Janet Alessio, Brian M. Deimerly
Clifford W. Augspurger, Anne Crowner, Cindy Bennett, Nickolas J. Henderson
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:
FIFTEEN MILLION ($15,000,000.000) 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 16th day of January, 2006.
....-...
.. ~"G CO..
.. ~~..,.. .... '11.;.
..~..~y..POI{~...,.;..
. . ~ 'J''''''.~.
.c.,:~ ""..
:~:- -0- 0:--
· ~". 1933 .:~:
. ...... . c:::.
. ."':'".... .. ::-to
.",,,,;. .....r:::::-.
.. ';.:Iii...... ''\,'\,,:..
.. -t! .
.......
STATE OF IOWA
COUNTY OF POLK ss.
MERCHANTS BONDING COMPANY (MUTUAL)
~~7~
President
On this 16th day of January, 2006, 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 thatJb~
Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed a~ealed in behalf
of said Corporation by authority of its Board of Directors. ~ :~;
~=~c;-
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines. Iowa, the.G8y:arid year first -1'1
above written. / - ,
~~ CINDY SMYTH
. 'r Commission Number 173504
o My Commission Expires
w March 16, 2009
STATE OF IOWA
COUNTY OF POLK ss.
I
(..)
&(k~.....: 'A
if ~,. ,.',
. -
Notary Public, Polk c9l1i'ity, Iowa
1'-'
,~_. .".i
_L
C.)
o
I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing
is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), 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
2007
POA 0001 (1/06)
.......
.. ~"G CO..
.. ~~.. ...... '11.;.
..~.,~ ~PO I/:t...,.;..
. . ~ ~ '. ~.
.c.,:~ tf\..
:~:- -0- 0:-.
.~... 1933 .:3::
. ...... . c:::.
. .~. . '::Y.
· Cf.' ......r:::::-.
.. '.:Iii........i0,....
-.. -{x .-
.......
p~~~~;
Secretary
RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS
PROJECT NAME: -ZCXJl 5e<nl.f.O-rY -:)ewer 'k?epalr p(D~ec~
TYPE OF WORK: 5evvQ(" LI'IrI"~
DATE OF LETTING:
I/\t\MCL.,. '"2'. luOt
A resident bidder shall be allowed a preference as against a non-resident bidder from a state or
foreign country which gives or requires a preference to bidders from that state or foreign country.
That preference is equal to the preference given or required by the state or foreign country in
which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to
transact business in this state and having a place of business within the state, and has conducted
business for at least six months prior to the first advertisement for the public improvement. In the
case of a corporation, the above requirements apply as well as the requirement that the
corporation have at least fifty percent of its common stock owned by residents of this state.
This qualification as resident bidder shall be maintained by the bidder and his/her contractors and
subcontractors at the work site until the project is completed.
I hereby certify that the undersigned is a resident bidder as defined above and will remain such
from the start of the project until its completion.
COMPANY NAME: J'I\ ~ln lei ped p,'pe '-cool Co. 1 If\JL.
CORPORATE OFFICER: ~1J)Il lA)O j) CJJ{lCf-
CFo
04 J () It? {Ol
TITLE:
DATE:
11/06
pweng/04sswr/07sansewrspec.doc
c5
4,'~,- l-',
:1~;: _."_,1
,
.~- ....J
--;I"l
(-- 1
<...)
\,...1
-0
r
r....,
C>
R-1
, ACORDTM CERTIFICATE OF LIABILITY INSURANCE I DATE (MMlDDIYYYY)
04/06/07
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
La Mair-Mulock-Condon Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
4200 University Ave Ste 200 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
West Des Moines, IA 50266-5945
515244-0166 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: Cincinnati Insurance Company
Municipal Pipe and Tool INSURER B: Amerisafe Insurance Company
515 5th Street INSURER c:
Hudson, IA 50643 INSURER D:
INSURER E:
Client#. 15762
MUNIPIPE
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR 'NSR TYPE OF INSURANCE POLICY NUMBER PJ>t~~1ri~~8~E Pg~iJ 1~:A,~~N LIMITS
A ~NERAL LIABILITY CPP0892901 12/23/06 12/23/07 EACH OCCURRENCE $1 000 000
~ =rMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $500 000
I--- CLAIMS MADE [19 OCCuR MED EX;'> (Anyone person) $5' OliO
X BI/PD Ded:5,000 PERSONAL & ADV INJURY $1 000000
GENERAL AGGREGATE $2 000 000
~'L AGGREAE ~~~ APFlS PER: PRODUCTS - COMP/OP AGG $2 000 000
POLICY JECT LOC
A AUTOMOBILE LIABILITY CPP0892901 12/23/06 12/23/07 COMBINED SINGLE LIMIT
- $1,000,000
.!... ANY AUTO (Ea accident)
- ALL OWNED AUTOS BODILY INJURY
(Per person) $
- SCHEDULED AUTOS
.!... HIRED AUTOS BODILY INJURY
$
.!... NON.QWNED AUTOS (Per accident)
- PROPERTY DAMAGE $
(Per accident)
~RAGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN EAACC $
AUTO ONLY: AGG $
A iJESSlUMBRELLA LIABILITY CPP0892901 12/23/06 12/23/07 EACH OCCURRENCE $1 000000
X OCCUR 0 CLAIMS MADE AGGREGATE $1.000000
$
~ DEDUCTIBLE $
RETENTION $ $
B WORKERS COMPENSATION AND AVVVCIA1558682006 12/23/06 12/23/07 X 1 //.gJ~~J.~;, I IOJ~-
EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $1.000.000
ANY PROPRIETORlPARTNERlEXECLJTIVE
OFFICEHlMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE ~1,OOO,OOO
If yes. describe under E.L. DISEASE - P'6D.CY LIMIT f:$j.000.000
SPECIAL PROVISIONS below
OTHER ;~ _.._~
----- -
,.--.... - .,-.
r
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS , C.)
,-
::-
--Ct
-
c:~~ - j
- ,
~- .r:::-
~~,~ .,
p (.)
-
CERTIFICATE HOLDER
CANCELLATION
City of Iowa City
410 East Washington Street
Iowa City, IA 52240-1826
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -3Q.... DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
ACORD 25 (2001/08) 1 of 2
#S124718/M120659
RY ASW
@ ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
r',
__ f... ;
'-j-
:r >- .1:-
)> (,-)
ACORD 25-5 (2001/08)
2 of2
#S124718/M120659
f-.,,-::
--1
-T,
. I
I
C')
;'-""i
, \ ,
. -,
}
-'.....",
Contract
Compliance Program
C)
~~ (~ ;~,~~
--> =-
c--..)
~&......
CITY OF IOWA CITY
-""t'l
_.>.;;...
I
(...>
iT]
tJ
.r::::-
c..)
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 arid 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.
~]
:c:: G
__t'>,. ",,-
C-:-..J
-....
=:r:
,rw'....,
-rl
I
W
-0
;-n
-ili-'
.. ~ --I
1'.,-.,,\ _.'._..'
\. .} *0"._
:~/"'"
)>
.'
.r:-
0-)
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.)
a. The contractor will not discriminate against any employee or applicant for employment and will take
affirmative efforts to ensure applicants and employees are treated during employment without regard
to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability,
marital status, and age. Such efforts shall include, but not be limited to the following: employment,
promotion. demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of
payor other forms of compensation; and selection for training, including apprenticeship.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the
contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the
regulations (see generally 29 U.S.C. 9 1608 et sea.) 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?
k ~ ~ I~.J,( A-ttEJI.- jlu~ k<t ~
.r1J~A- Job foSkv- .. -- (S'<c A~TrtKJ+~
4. What is the name, telephone number and address of your business' Equal Employment Opportunity
Officer?
I)Mlli)
(3\~) q'l?~- Ltao~
Phone number
(Please print)
:J,
k:.oJ.J t~CL.~ V
5lS 5~
Address
S'h"~-e;1 lr\v.&S~J ~ ~bV3
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.
,r.--..)
C',
J
:s:
-.:-::
-_.f
-~<
-11
I
W
t"!
--~::
~ ;.- j
J I
,.
oj
..--.
.:~
j>
.r.-
f....)
CC-2
6. How does your business currently inform applicants, employees, and recruitment sources (including
unions) that you are an Equal Employment Opportunity employer?
T'^ lJ~ ~I ~~I ~
~~;
The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment
Opportunity policies.
jA\M\\:d ~o-\ f;. ~~ 1'~) ~"-
B~::e 1t-.~
Si ure ~ ~
_~M l D x: k:c tv IE:CZ/V '(
Print Name
(5'lCC) qg-[-- 'ftJ-Vr
Phone Number
~f( +~~ ~"r-
Title
1..( lq lbYJ
Date
r-'
\....1
:s: ,,,
... --~ "- '
).::eo -:_- --.
--J
I
W
1
::'?
r--r....,
, i I
,.--.,
~-)
...-'---
--.;;.
....:.~
...v
..r:-
<~
(..)
CC-3
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES
1. COMPANY POLICY
Determine your company's policy regarding equal employment opportunities. Document the policy and post
it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all
potential sources of employees and to your subcontractors asking their cooperation. The policy statement
should recognize and accept your responsibility to provide equal employment opportunity in all your
employment practices. In regard to dissemination of this policy, this can be done, for example, through the
use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web
page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of
administering and promoting your company's Equal Employment Opportunity program. This person should
have a position in your organization which emphasizes the importance of the program.
3. INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All
employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions
should be trained and required to comply with your policy and the current equal employment opportunity
laws.
4. RECRUITMENT
(a) Let potential employees know you are an equal opportunity employer. This can be done by
identifying yourself on all recruitment advertising as "an equal opportunity employer".
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment
will only perpetuate the current composition of your workforce. Send recruitment sources a letter
annually which reaffinns 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 perfonnance.
(f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this
infonnation necessary to judge an applicant's ability to perfonn the job applied for?" Only use
job-related tests which do not adversely affect any particular group of people.
(g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job
related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal
interviews can be a major source of discrimination.
(h) Improve hiring and selection procedures and use non-biased promotion, transfer and training
policies to increase and/or improve the diversity of your workforce representation. Companies
must make sure procedures for selecting candidates for promotion, transfeLi~nd traip!ng are based
upon a fair assessment of an employee's ability and work record. Furthermore,Zall companies
should post and otherwise publicize all job promotional opportunities an~~urciQe all qualified
employees to bid on them. 0" 0- ~< .~~Cl
w
{" ,1 j
::"2
-r-j
t-j
--~: ~/ "'.
:i>
.t::-
(...:>
CC-4
l ~ 1
!~~~'t
~-- ~.~
-,--
~ Cltu of ~
~ C\
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.
~",.'"
r')
',--"
:?=r',
-.~_....... '. .-'
.....> .-
C_.>
--.J
~'.'.' i "
I
<...)
-0
I-I~l
I I
p_.- ,
...-.1
~~~.-:'
f;
.r:-
c....J
CC-5
2-3-1
SECTION:
2-3-1 :
2-3-2:
2-3-3:
2-3-4:
2-3-5:
2-3-1:
2-3-1
CHAPTER 3
DISCRIMINATORY PRACTICES
Employment; Exceptions
Public Accommodation;
Exceptions
Credit Transactions; Exceptions
Education
Aiding Or Abetting; Retaliation;
Intimidation
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.
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 QJ' 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:
c.
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.
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 insuranoe or sick
leave plan available In oonneotion with
employment or any written or unwrit-
ten employment policies and praotices
involving terms and conditions of
employment as applied to other tem-
porary disabilities.
E. It shall be unlawful for any person to
solicit or require as a condition of
employment of any employee or pro-
o
--
"":?->
....i.~'
~-"'~'
Iowa City
-<~
-T]
~:
;-n
I
W
~
-L-
w
CC-6
2-3-1
spective employee a test for the pres-
ence of the antibody to the human
immunodeficiency virus. An agree-
ment between an employer, employ-
ment agency, labor organization or
their employees, agents or members
and an er;nployee or prospective em-
ployee concerning employment, pay
or benefits to an employee or pro-
spective employee in return for taking
a test for the presence of the antibody
to the human immunodeficiency virus,
is prohibited. The prohibitions of this
subsection do not apply if the State
epidemiologist determines and the
Director of Public Health declares
through the utilization of guidelines
established by the Center for Disease
Control of the United States Depart-
ment of Health and Human Services,
that a person with a condition related
to acquired Immune deficiency syn-
drome poses a significant risk of
transmission of the human immunode-
ficiency virus to other persons in a
specific occupation.
F. The following are exempted from the
provisions of this Section:
1. Any bona fide religious institution or
its educational facility, association,
corporation or society with respect to
any qualifications for employment
based on religion when such qualifica-
tions are related to a bona fide reli-
gious purpose. A r,eligious qualifica-
tion for instructional personnel or an
administrative officer, serving in a
supervisory capacity of a bona fide
religious educational facility or reli-
gious institution shall be presumed to
be a bona fide occupational qualifica-
tion. (Ord. 94-3647,11-8-1994)
897
Iowa City
CC-7
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)
;;=" ,._:',-r
'=!. --I
;:: (~)
-C"~ -11
I
w
-u
-n
..r:-
C.,)
This Statement of Policy is Posted
In Accordance with Regulations of the
Small Business Administration
This Organization Practices
Equal Employment Opportunity
We do not discriminate on the ground of race, color, religion, sex, marital
status, age, handicap or national origin in the hiring, retention, or promotion
of employees; nor in determining their rank, or the compensation or fringe
benefits paid them.
This Organization Practices
" ,~Y~TIfQ~meilfjjfP[el'iJ$.-
We do not discriminate by reason of race, color, religion, sex, marital status,
handicap, age, or national origin in services or accommodations offered or
provided to our employees, clients or guests.
These policies and this notice comply with regulations
of the United States Government.
()
;Ec)
.-:>~
-.J
I
W
--rl
Please report violations of this policy to:
-0
TI
.r.-
w
1-0,"\'D I!J'S/1-'
~~~..~:s.
~~' ~v, -. I":
'J' .
~ - , b'
'~/\. 11153 ,,-<..'
. IST\"
Administrator
Small Business Administration
Washington, D.C. 20416
SBA FORM 722 (8-93) REF: SOP 90301
Bankers Systems, Inc., St. Cloud, MN
AFFIRMATIVE ACTION PROGRAM/Eaual EmDloymentODDortunity Policy Statement:
It is the intent of Municipal Pipe Tool Co., Inc. to recruit, hire, train, upgrade, promote, and discipline persons
without regard to race, color, religion, sex, national origin, ancestry, mental or physical handicap unrelated to
ability, age, marital status, or unfavorable discharge from military service (excluding dishonorable). All
subcontractors providing work for Municipal Pipe Tool Co., Inc. will be responsible for abiding by this policy.
EQUAL OPPORTUNITY: Municipal Pipe Tool Co., Inc. agrees to be bound by the provisions of Section 202,
paragraphs (1) through (7) of Executive Order 11246, as amended, which prohibits discrimination against
employees or applicants for employment because of race, color, religion, sex, or national origin and requires
that Supplier/Contractor take affirmative action to ensure that applicants and employees are not
discriminated against because of race, color, religion, sex or national origin. Section 202. paragraphs (1)
through (7) of Executive Order 11246 are incorporated herein by specific reference.
Municipal Pipe Tool Co., Inc. certifies that it does not and will not maintain or provide for its employees any
segregated facilities at any of its establishments, and that it does not and will not permit its employees to
perform their services at any location. under its control, where segregated facilities are maintained. Municipal
Pipe Tool Co., Inc. attests that it will obtain certifications from proposed subcontractors prior to the award of
subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause,
and that it will retain such certification in its files.
Municipal Pipe Tool Co., Inc. agrees to comply with all applicable provisions of the Rehabilitation Act of 1973
and the Vietnam Era Veteran's Readjustment Assistance Act of 1972 facilitating the employment of the
handicapped and certain veterans and specifying affirmative action for the handicapped and certain veterans.
Municipal Pipe Tool Co., Inc. agrees to be bound by the provisions of the "Affirmative Action for
Handicapped Workers" clause at 41 CFR 60-741.4 and the "Affirmative Action for DisabledNeterans and
_ _j[~t"r"'nsofJbe_\limnam..Era' .clause.al4.LCER 60 ?"'O A..wbicharaJnoorpomted herein by spocific refcr~nce~--
Municipal Pipe Tool Co., Inc. agrees to meet the requirements for Section 211 of Public Law 95-507 and the
Executive Order 12138, and also agrees to make every good faith effort to utilize small business concerns
owned and controlled by socially and economically disadvantaged individuals and women-owned business
concerns.
~2
:>
<:--
-,"
--...J
I
W
-r]
v
-rj
..-
~-.
..
0-:)
MPT Employee Handbook 2007
3
,~ !
-~= -....!t
--~_......
:t~~!i
~-..;r~...'
~~
CITY OF IOWA CITY
4 I 0 East Washington Street
Iowa City. Iowa 52240-1826
(319) 356-5000
(319) 356-5007 FAX
www.icgov.org
ENGINEER'S REPORT
August 9, 2007
City Clerk
City of Iowa City, Iowa
Re: 2007 Sanitary Sewer Repair Project
Dear City Clerk:
I hereby certify that the construction of the 2007 Sanitary Sewer Repair Project has been
completed by Municipal Pipe Tool Company, Inc. of Hudson, Iowa in substantial accordance
with the plans and specifications prepared by the Iowa City Engineer's office.
The final contract price is $162,287.20.
I recommend that the above-referenced improvements be accepted by the City of Iowa City.
Sincerely,
/~ /./7 /'
~ ~ . .
Ronald R. Knoche, P.E.
City Engineer
pweng/engrpl-sanilarysewer-8-07.doc
~,
(' DJ
r:;o
Prepared by: Daniel Scott, Senior Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144
RESOLUTION NO. 07-241
RESOLUTION ACCEPTING THE WORK FOR THE 2007 SANITARY SEWER
REPAIR PROJECT.
WHEREAS, the Engineering Division has recommended that the work for construction of the
2007 Sanitary Sewer Repair Project, as included in a contract between the City of Iowa City and
Municipal Pipe Tool Co., Inc. of Hudson, Iowa, dated April 3, 2007, be accepted; and
WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the
City Clerk's office; and
WHEREAS, the final contract price is $162,287.20.
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 21 st
dayof (;:2 · 2J1
--- .-L (J .
MAYOR
--
Approved by
ATTEST: ~ *,. "'*'~
CITY ERK
4ua!:l~
City Attorney's Office ~/r~/g7
It was moved by Champion and seconded by Vanderhoef
adopted, and upon roll call there were:
the Resolution be
AYES:
NAYS:
ABSENT:
x
x
x
Bailey
Champion
Correia
Elliott
O'Donnell
Vanderhoef
Wilburn
x
X
X
X
pweng\res\sanitarysewer -accept.doc
8/07