Loading...
HomeMy WebLinkAboutSEWER REHABILITATION PROJECT/2015SEWER REHABILITATION PROJECT/2015 !� -n�c✓ - /S IF/ /5- )6 -ma3 -/� 5 l6-may-/� 'k -Wt CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2015 SEWER REHABILITATION 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: /f?a 0 1 i n C) I _ Adrian Holmes, P.E., CFM Project Engineer Iowa Reg- No 17935 My license renewal date is December 31, 2015. N CO 7 _ F.. PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2015 SEWER REHABILITATION 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: /f?a 0 1 i n C) I _ Adrian Holmes, P.E., CFM Project Engineer Iowa Reg- No 17935 My license renewal date is December 31, 2015. SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICE TO BIDDERS ......... ......._...... ....................... ................ ............................. AF -1 NOTE TO BIDDERS............................................................................................... NB -1 FORM OF PROPOSAL.. ..... ........ ....... ......... ............ 11-1.1 ...... I ............... . FP -1`,a r BIDBOND .......... ..................................................................... ;...... ................ ......... - 135-1 i FORM OF AGREEMENT ........................... ... ......... .................. ................................ _.,AG -1 0 PERFORMANCE AND PAYMENT BOND ............ ....... ......................... I ........ ...... r. ca CONTRACT COMPLIANCE t`= (ANTI -DISCRIMINATION REQUIREMENTS).................,.................................. CC -1 GENERAL CONDITIONS .... ................. ................. ....... ...,;,,:.............. ........ ............ GC -1 SUPPLEMENTARY CONDITIONS ..... ............ ::........ ................ ................ ................ SC -1 TECHNICAL SPECIFICATIONS ............ .............. ................. ..:........................... ... SP -1 PLANS LOCATION MAP SITES 1 THROUGH 8 INSPECTION VIDEOS.................................................................................. ....... VID-1 NOTICE TO BIDDERS 2015 SEWER REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 1:00 P.M. on the 10" day of November, 2015 Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7 00 P.M. on the 10" day of November, 2015, or at a special meeting called for that purpose. The Project will involve the following Lining of 4887 LF 8" diameter sewer pipe, 962 LF 12" diameter, 184 LF 21" diameter, 123 VF of manhole lining, 13 manhole infiltration barriers, reinstatement of 63 service laterals, and other associated sewer lining work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days and post bond satisfactory to the City ensuring the faithful performance of the contract and 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 until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and AF -1 mm3 C t t Y 2 `-_ ,. W shall also guarantee the maintenance of the improvement for a period of two (2) years from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Completion Date: May 29, 2016 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, City Hall, Iowa City, Iowa, by bona fide bidders, A $25 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s) The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes The Iowa Reciprocal Preference Act applies to the contract with re- spect to bidders who are not Iowa residents. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities, Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK FEW, t r7 "`• ry a • r" -c 2. 3, NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. Bid submittals are: Envelope 1 Envelope 2 Bid Bond Form of Proposal NB -1 LD �-,.. 'DC7 i • �t :y. N CJ t - FORM OF PROPOSAL 2015 SEWER REHABILITATION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROR,OSAL'ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. r> i Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St, Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ITEM DESCRIPTION 1 Mobilization 2, Traffic Control 3. 8 -inch dia. Cured -in - Place Pipe 4. 12 -inch dia. Cured -in - Place Pipe 5. 21 -inch dia. Cured -in - Place Pipe 6. Reinstate Lateral Service Connections 7. Manhole Infiltration Barrier, Rubber Chimney Seal 8. Manhole Lining with Centrifugally Cast Cementitious Mortar Liner with Epoxy Seal ESTIMATED UNIT QUANTITY L. S. 1 UNIT EXTENDED PRICE AMOUNT L, S. 1 L F. 4,887 L F. 962 L F. 184 Each 63 Each 13 V. F. 123 TOTAL EXTENDED AMOUNT = FP -1 ik 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: The undersigned bidder certifies that this proposal is made in good faitYr';Id vii out collusion or connection with any other person or persons bidding on the work. - ca The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm_ Signature: Printed Name: Title Address: Phone: Contact: FP -2 :n CD ": a NOTE All subcontractors are subject to approval by City.,r re'` t It The undersigned bidder certifies that this proposal is made in good faitYr';Id vii out collusion or connection with any other person or persons bidding on the work. - ca The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm_ Signature: Printed Name: Title Address: Phone: Contact: FP -2 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 the 2015 Sewer Rehabilitation Project. NOW, THEREFORE, c� (a) If said Bid shall be rejected, or in the alternate, tr". o }.. (b) If said Bid shall be accepted and the Principal shall execute and de F.a cMtract in the form specified, and the Principal shall then furnish a bond fonthL-Prini faithful performance of said Project, and for the payment of all persotr��jerforming labor or furnishing materials in connection therewith, and shall in all ( erresActs perform the Project, as agreed to by the City's acceptance of said Bidr, ,,,,_ =° then this obligation shall be void. Otherwise this obligation shall remain in full fo4-and A'ct, 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 A.D., 20 ess Witness No day of (Seal) Principal By (Title) (Seal) S u rety By (Attorney-in-fact) Attach Power -of -Attorney 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 Is' day of October, 2015, for the 2015 Sewer Rehabilitation Project ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terns 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 2012, Iowa Department of Transportation, as amended, c, Plans, d. Specifications and Supplementary Conditions; © e. Notice to Bidders; n`' f. Note to Bidders; z<f g. Performance and Payment Bond; 't zM r 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. 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): AG -1 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of City ATTEST: Mayor City Clerk AG -2 20 Contractor By ATTEST: (Title) (Company Official) Approved By: City Attorney's Office r.._ N W PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the 2015 Sewer Rehabilitation Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the Iowa City Engineer's Office, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void, otherwise it shall remain in full force and effect until satisfactory completion of the Project, A. The 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 Owners obligations thereunder, the Srkzty may Cn promptly remedy the default, or shall promptly: ,rI o s. 3 -4 1. Complete the Project in accordance with the terms and ci 4jtfonsi of the- Agreement, or 2. Obtain a bid or bids for submission to Owner for completin l a Project i(771 N) accordance with the terms and conditions of the Agreement, and pon de'e&' mina` 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 Im 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 cy CD IN THE PRESENCE OF: -0 i (Principal) ` i r .7� Witness Witness WMA (Title)' (Surety) (Title) (Street) (City, State, Zip) (Phone) Contract Compliance Program IS ow{ =ED CITY OF 1O.VVA CITY 9© n 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 maybe 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, mgrlassftontractcomphance.doc CC -1 ry r� C.J mgrlassftontractcomphance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 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 pay or 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. 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. �h CD 01 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? mgrlasst\contractccmpliance, doc CC -2 The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date rngrlassticontractcompliance doc CC -3 r w' rngrlassticontractcompliance doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotiorV2JransfEJ�pnd training policies to increase and/or improve the diversity of your workforce reprenWiop. Corrrpapies must make sure procedures for selecting candidates for promotion, tran*re ran ainingare based upon a fair assessment of an employee's ability and work recor rthe 1Vore„all— companies should post and otherwise publicize all job promotional oppw4fllities and encourage all qualified employees to bid on them. r 12/01 mg f\assticontractcompIiance.doc CC -4 Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 na ce 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by 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, miscarriage, childbirth and recovery therefrom 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 unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and hur�n services, that a person with a condition related to acquired immune deficiency syndroniposeiR significant risk of transmission of the human immunodeficiency virus to other persons i 53ped% occupation. V-- --4 yr G w— rn, 4'w CC -6 F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification, (Ord, 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03- 4105, 12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312,8-11-2008) CC -7 _o en fpr, --o 3 S i Awa N i.w r - CC -7 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone Number: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsgo formulate a policy which specifically meets the needs of your company. CC -8 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction," Series of 2012, as amended, shall apply except as amended in the Supplementary Conditions. CC -1 w} CJA N ,c- SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY ^� "IDOT STANDARD SPECIFICATIONS" shall "Standard Specifications for Highway and amended. SC -1 G3 v' mean the Iowa Departmen t-TraRortatiQr Bridge Construction," SeW6;7jof--.j009_, j =t rQ . r S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: F. Except for such work as may be required to properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. S-3 INSURANCE. A, CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts. Type of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for whicp.,fhe insured assumes liability under the indemnity agreement herein containetMnd sLai coverage amount shall not be subject to reduction by virtue of investigat or di§ts incurred by Contractor's insurer. f 1 SC -2 w 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. 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. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided. and on that basis to either award the contract to the next low bidder, or declare a default and pursue any and all remedies available to the City, 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on _ontractor's Certificate of Insurance are canceled or modified, the City may irk ,its di ion either suspend Contractor's operations or activities under this Contra tem inate its Contract, and withhold payment for work performed on the Contract,_, r y C. HOLD HARMLESS SC -3 The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. 3-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. w S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. CD -T1 Add the following paragraphs to 1108.01 of the IDOT STANDARD SPECIFICATIOgs,.,.-q E. Bidders shall list those persons, firms, companies or other parties` -74q> wl6n it t proposes/intends to enter into a subcontract regarding this project arequired for �+ approval by the City and as noted on the Form of Proposal and the Agreem-0'. ra F. If no minority business enterprises (MBE) are utilized, the CONTRACTOl *ish documentation of all efforts to recruit MBEs. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. G. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. H. The Contractor and all subcontractors shall comply with the permit required for confined space standard 1910.146 of OSHA. All manholes shall be considered permit required confined spaces as defined by OSHA regulations and shall be entered in accordance with all OSHA standards. The Contractor shall inform the City of the permit SC -4 space program they will use, coordinate any entry operations and obtain any available information on permit space hazards and entry operations from the City. All Contractor employees working on site will be required to have a certification from the Wastewater Contractor Orientation Program Class administered through Kirkwood Community College. This one hour class is available online. The Contractor shall provide the City with all employee certification prior to beginning work. For class details contact Chris Gilstrap at (319) 887-6105. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-10 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: D. The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. SC -5 �a rs, 1V GJ C/1 SC -5 SPECIFICATIONS The technical specifications, method of measurement, and basis of payment for this project shall be the Iowa Department of Transportation (IDOT) Standard Specifications for Highway and Bridge Construction, Series 2012, including Supplemental Specifications, and Special Provisions contained in this project manual and contained in the plan set, and are by this reference made a part hereof as though fully set out and incorporated herein. A full copy of the IDOT specifications is available at the following web address: http://www.iowadot.gov/specifications/index.htm The following specification section is brought to the Contractor's attention: Section 2549. Pipe and Manhole Rehabilitation SP -1 o x` G7 SP -1 N C� EPPUJC T DATE DRAAING TITLE 00 Ewsi RwRiu rnTON oR°,VqN ALH LOCATION MAP I'llv 0-IowaCuy CHECKED --L APPROVED ALR SHEET NUMBER INDEX PROJECT NO ua=_a a >' Sc�qie. 1"-T21d. Ile McCLEANJST Cl McCLEAN ST Lu Tl Ll -• - - -IIF '� --, --_ �- --� _ - I �� - - -- w 1 U) —I, � —MH 208-1 Lu LL- --_-.—___--__ NINFILTRPTION BARRIER �ANHCLE LINING CH REQUIRED (TYP) - ----_ /J,H 1 S RVICE L�'�'T�ICCF TION LTYP) FFCTIVELINESbNTRACT VERIFY �— RIMER ST MH 208-a S I I —,—\ i ITEM UNIT QUANTITY \ 3. 8" DIA. CIPP LINING LF 297 x 6 SERVICE REINSTATEMENT EA 7 .,�S oetale, PROJECT DATE 1" 15 DRAWING TITLE �H a a I a n d 2015 SEWER REHA9,uTAT�ON DRAWN rui BELDON AVE. CITY UE IOWA CITY CHECKED yr -o c,r i APPROVED TH SHEET NUM3ER 1 of iw�a sezai PROJECT NO. 53�? Scale 1' - 1P"� III I'� ! Ilii I TiL IIII �I11 I1I � Y \ T�I VIIII ^� MANHOLE LINING AND III INFILTRATION BARRIER T I MH 1D91-2 III C � JI III II MH 1091% I�I,I IF MF --1�I11 I�II� 119oemaker Haala n r. Ion ._zai Phone: 319 - y 1./ISO NOTE: WORK IN THE TRAVELED WAY OF RIVERSIDE DRIVE AND BENTON STREET SHALL REQUIRE TRAFFIC CONTROL. CONTRACTOR SHALL PROVIDE TRAFFIC CONTROL IN ACCORDANCE WITH IOWA DOT STANDARD ROAD PLAN TC -419 AND OTHER APPLICABLE IOWA DOT'TC' SERIES ROAD � PLANS AND MUTCD REQUIRMENTS �v 4 MANNHI INFILTRATION---- ------ BARRIERONLY \\, MH 1091-A 091-C MH 1091`B - Iil I illy III ---_ CA 1111 I I .- :�7 m _ _ --- I�,II -- I�,— m70 70 L� r' — - - ITEM 5. 21" DIA. CIPP LINING e� r ell r`1 CZ> 1 NO MANHOLE LINING OR -. INFILTRATION BARRIER REQUIRED o I1 UNIT I QUANTITY LF 1 184 lig 7. INFILTRATION BARRIER EA 4 8. MANHOLE LINING VF m _ y e,tZ 1 NO MANHOLE LINING OR -. INFILTRATION BARRIER REQUIRED o I1 UNIT I QUANTITY LF 1 184 lig 7. INFILTRATION BARRIER EA 4 8. MANHOLE LINING VF 12 PROJECT 015 SEWER REHABILITATION UHY OF IOWA cl I Y DATE DRAWN CHECKED APPROVED PROJECT NO 'o11n5 DRAWING TITLE ALM BENTON ST. i TL ALIT SHEET NUMBER 2 of 8 5e52 Scale .1"=1G0' l r.. �� n�H 2ss z`t 4a I SERVICE AT 254 FROM PLAT L RECORD, VIDEO RECORD ---� j SUEMERGED IN SEVERAL LINE SAGS THIS AREA. 7 - - �� MFF26622F 1-1111) 1 TY ;OV . - -� MH N6-23,, 4 - MANHOLE TOEE LINED iTYF) a IF � I i i i B/H 266 F- �' hhH 266-21'A I I MANHOLE INING ITEM UNIT QUANTITY MH 256--4, � NOTREGUIREQi 4. 12" DIA. CIPP LINING LF 962 Q� SERVICE REINSTATEMENT EA 9 ,1H266-26 y 8. MANHOLE LINING VF 38 oemakef PFJ E T DATE iNuis DRAWING TITLE H C D l a n d 2015C-wER RENANUTAnoN DRAWN ATH BLACK SPRINGS TRUNK TILL OF IO'NA CITY CHECKED JTL ROCK SHCR-DRNE APPROVED 1,Ll- SHEETNUMBER 3078 c u --,PFOJECT NO e vno". sro 3s into so Scale'. 1"=190 r -- � �1� IIS I 1i IIt RR 1N0 MANHOLEE LINING OR ITN FILTRATION BARRIER c--^. = 3 -3 �_ —_- REQUIRED(TYP) KIRKWOOD AV _ t \� CA v..v �lk�� I \' \\ % X\ 110 uj Ea LL- �L ED > , ITEM " 3. 8 D A, CIPP LINT — y NG UNIT I QUANTITY LF 1 384 �l L -- 6. SERVICE REINSTATEMENT I EA 6 $hoe PROJECT DATE ielr,is DRAWINGTII ,ale, H aaland L1 SEV EFPEH-awTAPUN DRAWN �`�� KIRKWOOD AVE. . •.. -.„a .Iry onown ciry CHECKED roc ,+oea:y Sao .APPPOVED Ari SHEET NUMBER 4of8 . '•°' eno�� a,o.3�,.: ao PROJECI NO 153e3 kale 1"--100' ITEMUNIT QUANTITY 1 3. 8° DIA. CIPP LINING LF 604 70 6, SERVICE REINSTATEMENTS EA 14 m S. MANHOLE LINING VF 4 IIII MH� �- �(_ IIII IIII I _-�ao1� I---- C m Ell, <I �r � III —I lrnr-T II I �t LINE BOTTOM 4 FE_ T OF MANHOLE I :y I'IF 41 41 _I rJ� f �-- - I II l p�� III NOM NIFOLEluNwcOR Li B UJFILTRATION BARRIER REQUIRED fTY�PI- -�1{MH 1208-2 OAKCREST AVE - $ efTla of tea FBt,]ECT DATE 10Ins DR,vWINGTITLE H l a n d i Ftiu,aiu r,a rloN DRAWN 11 KOSER 51. i - OA i Tl OF OAA FIT, FIT) CHECKED Hl 1.1",a - APPROVED a Fi SHEET NUMBER 5 Of 2 " "`'� PROJECI NO. is�3 �py scale. L-Io,- V MANHOLE LINING AND INFILTRATION BARRIER 7YP1 �.., Shoemaker ITEM UNIT QUANTITY 3. 8" DIA. CIPP LINING LF 1036 6. SERVICE REINSTATEMENT EA 4 7, INFILTRATION BARRIER EA 3 8. MANHOLE LINING VF 16 V MANHOLE LINING AND INFILTRATION BARRIER 7YP1 �.., Shoemaker PROJECT DATE o;tn, DRAINING TITLE H and 5i5 SPAER REHABILITATION DRAWN l� NORMANDY DR II 10I ,W aIy CHECKED .'IL r idv l APPROVED IH SHEET NUMBER 6of8 PROJECT NO. 15353 Scale. 1"- 100' y � V MH 460 \ 9 �MH 4512 v O ITEM 3. 8" DIA. CIPP LINING 6. SERVICE REINSTATEMENT 7. INFILTRATION BARRIER 8. MANHOLE LINING v O H i i l a n d 015 SPAER REHABIU14nON i 'lY D1 IOW 1 GIT k ) � 1 II I n .•.41 1) C>fT NIANHOLE LINING "AND INFILTRATION BARRIER •� (TYR) MH 460- EA 6 1 _ PNORQ M %= VF 53 Shoemaker PPOJECT H i i l a n d 015 SPAER REHABIU14nON i 'lY D1 IOW 1 GIT Ifi II I 3tl � 1 II I n .•.41 IFS 3'9351SISO DATE nips 1 DRAWINU TITLE DROWN a NORMANDY DR. CHECKER m APPROVED SHEET NUMBER 7 of 8 Aw PROJECT NO Is s .,cai 1'=100 l— W 546-92 L DERWEN DR �I I, ARBURY DR L -1T F=F 7=C 1 -� r i -� ITEM UNIT QUANTITY 3. 8" DIA. CIPP LINING LF 1335 6. SERVICE REINSTATEMENT EA 14 ARBURY DR --F II MH 653-77 .AlShoem Led, ,PROJECT H H a and 201b aE !ER REHAeIDTATi Or H a r - CITY OF 1O JA CITY Fi MH MH 653-76 DATE 11115 DRAWN L CHECKED uL APPROVED ALII PROJECT NO. --a MH 652-79 5 80 _-- G\ _ ,., L Z i N .- i112 r=v, DRAWING TITLE SUNSET ST. SHEET PLUMBER 8 of 8 INSPECTION VIDEOS Inspection videos for the project sites are included on the flash drive provided with the bid documents. Jurisdiction does not warrant, impliedly or explicitly, the nature of the work, the conditions that will be encountered by the bidder, the adequacy of the contract documents for the Contractor to perform the work, or the conditions or structures to be encountered. Any such data supplied on the videos, plans or other contract documents, or interpretation thereof by the Engineer, are merely for the convenience of the prospective bidders, who are to rely upon their own explorations of latent or subsurface site conditions, before completing and filing their proposal. VID-1 0 +L C:) 6 > �-:-.y --4 ..., tJi VID-1 ce 1 C N n J r 0 O O W O O O ONl m O o 0 C7 � 0 0 0 0 0 rla N N M O 61 W Ql W Ol l0 T N A w .gyp 01 co O V n, t0 tD N w A Va In to p ? IP N O O 0 0 0 0 0 o O O O 0 0 0 0 0 0 0 y w➢➢ D o rn m a CD 7, O 3� in � N N N N - '� w Z N Oq C m Z 3 � S d C � — a d o n d < n Q � N S n � � � 3 N W C ce 1 C n J r 0 O O W O O O ONl m O o 0 0 0 0 0 0 rla N N M O 61 W Ql W Ol l0 T N A w .gyp 01 co O V n, t0 tD N w A Va In to p ? N O O 0 0 0 0 0 � O O O 0 0 0 0 0 0 0 y a � N N N N Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5144 RESOLUTION NO. 15-317 RESOLUTION SETTING A PUBLIC HEARING ON OCTOBER 20, 2015 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2015 SANITARY SEWER REHABILITATION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Annual Sewer Repair account #V3101. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 20th day of October, 2015, 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. 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. 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 6th day of October , 20 15 MAYOR \� Q Approved by Off" ATTEST: `11_� CI LERK r� City Attorney's Office �2 3 jtS pwenglmasterslsetph. doc 1111 Resaluatioea No. 15-317 Page 2 It was moved by Payne and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NA` S: ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2015 SEWER REHABILITATION PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2015 Sewer Rehabilitation Project in said city at 7:00 p.m. on the 20th day of October, 2015, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK t ADAM JAMES KAHLER Commission Number 785381 My Commission Expires 08/04/2017 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND �j ESTIMATED COST FOR THE Printer's Fee $. �� , 2015 SEWER REHABILITATION —' - PROJECT IN THE CITY OF CERTIFICATE OF PUBLICATION IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY. IOWA, AND STATE OF IOWA, TO OTHER INTERESTED PERSONS: Public notice is hereby given that JOHNSON COUNTY, SS: the City Council of the City of Iowa City, Iowa, will conduct a public THF. IOWA CITY PRE55-CITIZEN hearing on plans, specifications, form of contract and estimated cost for the construction of the FED.ID#42-0330670 2015 Sewer Rehabilitation Project in said city at 7'00 p.m. on the 20th day of October, 2015, said meeting I, ^� to be held in the Emma J. Harvat being duly sworn, say that am Hall in the City Hall, 410 E. Washington Street in said city, at If the legal clerk of the IOWA CITY said meeting is cancelled, at the next meeting of the City Council PRESS -CITIZEN, a newspaper thereafter as posted by the City published in said county, and Clerk. Said plans, specifications, toren that a notice, a copy of of contract and estimated cost are printed now on file in the office of the City which is hereto attached, was Clerk in the City Hall in Iowa City, published in said paper_ Iowa, and may be inspected by any interested persons time(s), On the following date(s): Any interested persons may appear at said meeting of the City 1 Council for the purpose of making 1 objections to and comments con- lyin-, cerning said plans,specifications,f 7h contractor the cost of making said ngsid improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. Legal Clerk MARIAN K. KARR, CITY CLERK Pcaaxoa OCTOBER 12, 2015 Subscribed and sworn to before me this _(Z day of CS C.T— . 20L. Notw Pu is t ADAM JAMES KAHLER Commission Number 785381 My Commission Expires 08/04/2017 8 somm� Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 3565144 RESOLUTION NO. 15-337 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2015 SANITARY SEWER REHABILITATION PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in the Annual Sewer Repair account #V3101. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 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. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for fling the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 1:00 p.m. on the 10th day of November, 2015. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 10th day of November, 2015, or at a special meeting called for that purpose. Passed and approved this 24th day of October , 2015 L MAYOR Ap oved by ATTEST:?�d[I�f "Cd�'�" CITY RK City Attorney's Office rJ�ly�r5l pvengtr astemb s appp&s dx 9116 Resolution No. 15-337 Page 2 It was moved by Dobyns and seconded by Payne the Resolution be adopted, and upon roil call there were: AYES: NAYS: ABSENT: x Botchway x Dickens % Dobyns x Hayek B Mims x Payne x Throgmorton NOTICE TO BIDDERS 2015 SEWER REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 1:00 P.M. on the 10th day of November, 2015. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 10th day of November, 2015, or at special meeting called for that purpose. The Project will involve the following: Lining of 4887 LF 8" diameter sewer pipe, 962 LF 12" diameter, 184 LF 21" diameter, 123 VF of manhole lining, 13 manhole infiltration barriers, reinstatement of 63 service laterals, and other associated sewer lining work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred AF -1 percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: May 29, 2016 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, City Hall, Iowa City, Iowa, by bona fide bidders. A $25 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 Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to 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 Printer's Fee $ I''1 CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE, IOWA CITY PRESS -CITIZEN FED.ID942-0330670 I,P0 being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper__ time(s), on the following date(s): Legal Clerk Subscribed and sworn to before me this —2,G - day of T A. . 2IS Notareutill ADAM JAMES KAHLER "a Commission Number 785381 j,;6� feet, My Commission Expires 08/0412017 OFFICIAL PUBLICATION NOTICE TO BIDDERS 2015 SEWER REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 1:00 P.M, on the 10th day of November, 2015. 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 pur- poses of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 10th day of November, 2015 or at special meeting called for that purpose. The Project will involve the follow- ing: Lining of 4887 LF 8" diameter sewer pipe, 962 LF 12" djame- ter, 184 LF 21" diameter, 123 VF of mar to lining, 13 manhole infiltration barriers, reinstate- ment of 63 service laterals, and other associated sewer lining work. All work is to be done in strict compliance with the plans and specifications prepared by the Cory Of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for Public examination in the Office of the City Clerk. Each proposal shall be complet- ed 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 corpora- tion 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 CIN OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter Into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful care, mance of the contract and mr inte- nance of said Project. If required, pursuant to the provisions of this notice and the other contract doc- uments Bid bonds of the lowest two or more bidders may be retained for a period of not 10 exceed fifteen (15) calendar days following award of the contract, or until rejection Is made. Other bid bonds will be returned after he 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 per- cent (100%O) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the Prompt payment of all materials and labor, and also protect and save harmless the CRY frem 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) yeti from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: May 29, 2016 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 pro- posal blanks may be secured at the Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bidders. A $25 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 desims to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (5 15) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit a list on the Form of Agreement of the proposed sub- contractors, together with quarl has, unit prices and extended dol- lar amounts, By Virtue of statutory authority, preference must be given to prod- ucts 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 profer- ence law applies to this Project. The City reserves the right to reject any or all proposals. and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK ecmr>uxwee OCTOBER 26, 2015 Prepared by. Daniel Scoh, Public Works, 410 E Washington St., Iowa City, IA 52240 (319)356-5144 RESOLUTION NO. 15-345 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2015 SANITARY SEWER REHABILITATION PROJECT. WHEREAS, Municipal Pipe Tool Company of Hudson, IA, has submitted the lowest responsible bid of $215,368.70 for construction of the above-named project; and WHEREAS, funds for this project are available in the Annual Sewer Repair account #V3101, 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. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 10th day of November , 20 15 MAYOR ATTEST:�� CITY C[ERK Approved by City Attorney's Office I, l tall � 5 It was moved by Payne and seconded by Botchway the Resolution be adopted, and upon roll call there were: M X X X X X X pwenglmasters\awrdcon.doc NAYS: ABSENT Botchway Dickens Dobyns Hayek Mims Payne Throgmorton Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 16-242 RESOLUTION ACCEPTING THE WORK FOR THE 2015 SEWER REHABILITATION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2015 Sewer Rehabilitation Project, as included in a contract between the City of Iowa City and Municipal Pipe Tool Company of Hudson, Iowa, dated November 10, 2015, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office, and WHEREAS, funds for this project are available in the annual sewer repair account # V3101 and WHEREAS, the final contract price is $274,184.85 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 16th day of Augusts 20 16 Z11 - MA OR Approved by ATTEST: �%1LLc�e,ri 2C 7`tZcr% Z CITI�ERK City Attorney's Office S, /lip It It was moved by Botchway adopted, and upon roll call there were: AYES x Pwenglmaslers/acptwork. doc 8116 and seconded by Thomas the Resolution be NAYS: ABSENT: Botchway Cole Dickens Mims Taylor Thomas Throgmorton za�z�