Loading...
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