Loading...
HomeMy WebLinkAboutSEWER REHABILITATION/2014SEWER REHABILITATION/ 2014 ILA ry 0 �./ �•//���l a "74Q/u 79 74 J7 117- 191- / 40 s - - CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS 9:KM1NFZ=Ritir_ nivicinN 0 c) D::i A -G -i C) PLANS, SPECIFICATIONS, PROPOSAL AND CONTRAC:Cr- FOR THE om 2014 SEWER REHABILITATION PROJECT yam, IOWA CITY, IOWA I hereby certify that this supervision and that I c Iowa. SIGNED: engineering document was prepared by me or under my direct personal n a duly licensed Professional Engineer under the laws of the State of Brian A. Boelk, P.r=., CMS4S, CPESC Project Engineer Iowa Reg. No. 16503 My license renewal date is December 31, 2014. DATE: d1- off- 2,014 COST ESTIMATE 2014 SEWER REHABILITATION PROJECT December 19, 2013 Total $ 323,885.00 N o_ ESTIMATED j O 5c) � i; UNIT EXTENDED ITEM DESCRIPTION QUANTITY UNITS �rrn PRICE m AMOUNT s N Q D F' rV 1. Mobilization 1 LS $ 25,000.00 $ 25,000.00 2. Traffic Control 1 LS $ 15,000.00 $ 15,000.00 3. Remove Protruding Tap 14 EA $ 200.00 $ 2,800.00 4. 8 -inch Diameter Cured -in -Place Pipe 3,048 LF $ 24.00 $ 73,152.00 5. 10 -inch Diameter Cured -in -Place Pipe 295 LF $ 34.00 $ 10,030.00 6. 12 -inch Diameter Cured -in -Place Pipe 526 LF $ 38.00 $ 19,988.00 7. 15 -inch Diameter Cured -in -Place Pipe 128 LF $ 55.00 $ 7,040.00 8. 24 -inch Diameter Cured -in -Place Pipe 1,625 LF $ 85.00 $ 138,125.00 9. Manhole Rehabilitation 113 VF $ 250.00 $ 28,250.00 10. Reinstate Laterals 60 EA $ 75.00 $ 4,500.00 Total $ 323,885.00 estimate -12-19-2013 12/19/2013 N o_ j O 5c) � i; T n CJ-< r r �rrn "O m gT. s N Q D F' rV estimate -12-19-2013 12/19/2013 SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS Page Number NOTICE TO BIDDERS............................................................................................ AF -1 NOTETO BIDDERS............................................................................................... NB -1 FORMOF PROPOSAL........................................................................................... FP -1 BIDBOND............................................................................................................... BB -1 FORMOF AGREEMENT........................................................................................ AG -1 PERFORMANCE AND PAYMENT BOND.............................................................. PB -1 CONTRACT COMPLIANCE �r (ANTI -DISCRIMINATION REQUIREMENTS)................................................... W-1 GENERAL CONDITIONS.................................................................................. gn ( 1 "-n SUPPLEMENTARY CONDITIONS............................................:.......................fin Sf}1 r �r M TECHNICAL SECTION o� _ DIVISION 1 - GENERAL REQUIREMENTS ) t N Section 01010 Summary of the Work ......................................................... 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules..................................................... 01310-1 Section 01570 Traffic Control and Construction Facilities ........................... 01570-1 DIVISION 2 - SITE WORK Section 02766 Cured -in -Place Pipe(CIPP)................................................. 02766-1 Section 02767 Rehabilitation of Existing Manholes ............................... 02767-1 PLANS.................................................................................................................... 1 NOTICE TO BIDDERS 2014 SEWER REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 11"' day of February, 2014. Sealed propos- als 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 1 e day of February, 2014, or at a special meeting called for that purpose. The Project will involve the following: Lining of 3048 LF 8" diameter sewer pipe, 295 LF 10" diameter, 526 LF 12" diameter, 128 LF 15" diameter pipe, and 1625 LF 24" diameter sewer pipe, 113 VLF of manhole rehabilitation, reinstatement of 60 service laterals, removal of protruding service taps and other associated sewer lining work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form fumished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council, and shall guarantee the prompt payment of all materials and labor, and also AF -1 N O (] r D- as a r � r ry protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project Early Start Date: March 1, 2014 Specified Completion Date: June 15, 2014 Liquidated Damages: $400 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bidders. A $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 o approximate subcontract amount(s). The r z Contractor awarded the contract shall submit a list D on the Form of Agreement of the proposed es � subcontractors, together with quantities, unit prices and extended dollar amounts. If no minority 4r business enterprises (MBE) are utilized, the r Contractor shall furnish documentation of all o;K tv reasonable, good faith efforts to recruit MBE's. N Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa Reciprocal Preference Act applies to the contract with respect to bidders who are not Iowa residents. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF -2 2. 7 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: Bid Bond Envelope 2: Form of Proposal VIM N O O D�z r C')-<' r =ern = {7i z g� N D r N FORM OF PROPOSAL 2014 SEWER REHABILITATION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLU VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 N O IN fHE BOL PRbPOSA'n a a �ar J � N N The undersignedbidder 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. Remove Protruding Service Taps 4. 8 -inch dia. Cured -in - Place Pipe 5. 10 -inch dia. Cured -in - Place Pipe 6. 12 -inch dia. Cured -in - Place Pipe 7. 15 -inch dia. Cured -in - Place Pipe 8. 24 -inch dia. Cured -in - Place Pipe 9. Reinstate Lateral Service Connections 10. Manhole Rehabilitation ESTIMATED UNIT EXTENDED UNIT QUANTITY PRICE AMOUNT L.S. 1 L.S. 1 Each 19 L.F. 3,048 L.F. 295 L.F. 526 L.F. 128 L.F. 1,625 Each 60 L.V.F. 113 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: Contact: FP -2 N N �C) Title: S W ...9 z tjCL� }r-41 Address: LL aR;`� o s — 0 N Phone: Contact: FP -2 BID BOND , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated the 2014 Sanitary Sewer Rehabilitation Project. w 0 for �n a NOW, THEREFORE, {— (a) If said Bid shall be rejected, or in the alternate, =4C ) '"n -<m "° s (b) If said Bid shall be accepted and the Principal shall execute and CRM armntraP in the form specified, and the Principal shall then furnish a bond fprthe P64cipal's faithful performance of said Project, and for the payment of all persons peffdrming 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 Witness KM (Seal) Principal By (Title) Surety By — Attach Power -of -Attorney (Seal) (Attomey-in-fact) FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 5`" day of November, 2013, for the 2014 Sanitary Sewer Rehabilitation Project ("Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "Standard Specifications for Highway and Bridge Construction," Series of 2012, Iowa Department of Transportation, as amended; C. Plans; d. Specifications and Supplementary Conditions; o e. Notice to Bidders, 0�� r 2>� z f. Note to Bidders;n" I + � - 4C7 g. Performance and Payment Bond; .<� = m h. Restriction on Non -Resident Bidding on Non-Federal-AiOrojecg W 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 CCS ATTEST: Mayor Contractor ATTEST: 20 (Title) City Clerk (Company Official) AG -2 N Approved By: o :*n r a D� z City Attorney's Offic m -0 m N D r c.� 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 N the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obLpee, hgtvinafter called the Owner, in the amount of en S;DollarrM ($ ) for the payment for which ContraelpKand J SurTy- -4n hereby bind themselves, their heirs, executors, administrators, successors and aseis, joigtly afn a severally. o ro ca WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the 2014 Sanitary Sewer Rehabilitation Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by the Iowa City Engineer's Office, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The 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 Na funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price" as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements N covered by this bond in good repair for a period of two (2) years from the datPff_f formal acceptance of the improvements by the Owner. �c� �- —n n., z D. No right of action shall accrue to or for the use of any person, corporatipkor tpird p r other than the Owner named herein or the heirs, executors, administras r s r&cessM rn = of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal andj$'urety, in W 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. 20 SIGNED AND SEALED THIS DAY OF , IN THE PRESENCE OF: Witness Witness atm (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) N O t Contractrn Compliance Programs W CITY OF IOWA CITY 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: 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 section 2-3-1. protected classes are listed at Iowa CN City Code C> gin � ` g -n cry 1 � r -in .<r- M M O� s N W mgAassAcontractcompliance.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 sea.) 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? mgr\asst\contractcompliance.doc CC -2 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 prcgwe assistance in obtaining the necessary posters. o r :*n 4 r om _ M D� N w mgr\asst\contractcompliance.doc CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Phone Number Title Print Name Date N e O v 31 r C"A =ic-) r .<rrnn = m D F. W mgAasshcontractcompliance.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 progrW. This person should have a position in your organization which emphasizes the importance ogre proa'a7am. 3. INSTRUCT STAFF C7 Your staff should be aware of and be required to abide by your Equal Cyrp�nt rtunity program. All employees authorized to hire, supervise, promote, or discharge egaeeamr a olved in such actions should be trained and required to comply with your policed the cur equal employment opportunity laws. r ,- w 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer'. (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, 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. 12/01 mgr\asst\contractcompliance.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. mgAassQcontractcompl1ance.doc CC -5 N O_ Q n t L CJ-< �n I J r �m zcao ; N D �— W mgAassQcontractcompl1ance.doc CC -5 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) O r D. Employment policies relating to pregnancy and childbirth shall be governed by the �nrin]r n-< r 1. A written or unwritten employment policy or practice which excludes from employnw(fpppwantsror employees because of the employee's pregnancy is a prima facie violation of this titla{� -p m C- a 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, chtWRkh qpd re emi ry therefrom are, for all job related purposes, temporary disabilities and shall be treateAs suckt-under any health or temporary disability insurance or sick leave plan available in connection with emplo"ent 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 human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency 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 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) mgr\asshcontractcompliance.doc CC -6 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) mgAassftontractcompliance.doc CC -7 ry 0 O Dn r a • t -�C r or- _ rn D t- w mgAassftontractcompliance.doc 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 counsel to formulate a policy which specifically meets the needs of your company. mgr\asst\contractcompliance.doc CC -8 N _O 0 i _<r m ov MIC N D F w mgr\asst\contractcompliance.doc 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 2009, as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N 0 r m CDPO nR N v X* r GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence gn S-5 Concerning Subcontractors, Suppliers and Others D= S-6 Compliance with OSHA Regulations C? S-7 Employment Practices ~� S-8 Contract Compliance Program (Anti -Discrimination Requirements) -m S-9 Measurement and Payment O= S-10 Taxes 11> S-11 Construction Stakes Caption and Introductory Statements a M ,��J r These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2009, as amended. SC -1 S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: 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. 13 GI 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. 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 o Comprehensive General Liability Each Occurrence Agger Bodily Injury & Property Damage* $1,000,000 $2,OOb'iifi0 -... Automobile Liability Combined a L4 -it Bodily Injury & Property Damage $1 pp�y 0 M Excess Liability $1,000,000 $1,0@gM10 = N Q Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. 2- r, r *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 which the insured assumes liability under the indemnity agreement herein contained, and such coverage SC -2 amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 'ag O r 3. If Contractor's liability insurance coverage is subject to any specWSJclLkions oo limitations not common to the type of coverage being provided, surl�2 cILTT1 s limitations shall be noted on the Certificate of Insurance. -tn v -zr` , M 4. The City prefers that Contractor provide it with "occurrence form" li j#% irAiiranco coverage. If Contractor can only provide "claims -made" insurance cove, ttn the Contractor must comply with the following requirements: 3y r 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. SC -3 7. In the event that any of the policies or insurance coverage identified on Contractors 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 resuftingkom the Contractor's operations under this Contract, whether such operation"e by self or herself or by any Subcontractor or by anyone directly or indirectly em@jgd txeithetv& them. T>::i z �„ 2. Contractor is not, and shall not be deemed to be, an agent or empic t e Cibtrpf. Iowa City, Iowa. rn -0i 1 O� N e S-4 SUPERVISION AND SUPERINTENDENCE. .c J7, Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraphs to 1108.01 of the IDOT STANDARD SPECIFICATIONS: E. Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the Agreement. F. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBEs. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: F. The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. G. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and SC -4 right -to -know. H. The Contractor and all subcontractors shall comply with the permit required for confined space standard 1910.146 of OSHA. All manholes shall be considered permit required confined spaces as defined by OSHA regulations and shall be entered in accordance with all OSHA standards. The Contractor shall inform the City of the permit space program they will use, coordinate any entry operations and obtain any available information on permit space hazards and entry operations from the City. All Contractor employees working on site will be required to have a certification from the Wastewater Contractor Orientation Program Class administered through Kirkwood Community College. This one hour class is available online. The Contractor shall provide the City with all employee certification prior to beginning work. For class details contact Chris Gilstrap at (319) 887-6105. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the [DOT STANDARD SPECIFICATIONS. S-10 TAXES. N Contractors and approved subcontractors will be provided a Sales Tax Exemption Ce&cate to purchase building materials, supplies, or equipment in the performance of the contrac�cT4ieLoontractQ, shall submit the information necessary for the certificates to be issued. D_� ZZ: c> -C i --J r r-�rn M -0 o� SC -5 S-11 CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: D. The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re -staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. 11/13 SdENG\Sanitary Rehab1 013UO13 sewer rehab frontenb.tloc SC -6 N O r �r rn m =r F SECTION 01010 SUMMARY OF THE WORK PARTI- GENERAL General description, not all inclusive. A. Base Bid Work: 1. Furnish and install Cured -in -Place Pipe (CIDP) in manhole to manhole sections of 8 - inch, 10 -inch, and 12 -inch, 15 -inch, and 24 -inch diameter sewer mains. 2. Rehabilitate sanitary sewer manholes. 3. Remove protruding clay service taps from Vitrified Clay Pipe (VCP) sanitary sewers at various locations shown on the attached sheets. 4. Reinstate lateral service connections. 5. Maintain sanitary sewer flows during the project. 6. Provide vehicular traffic control and pedestrian traffic control during all phases of project. 7. Other work associated with sanitary sewer lining work. B. Site Locations: 1. See attached location maps. C. Previous Televising: 1. All sections of the sanitary sewer mains have been televised within the last two years. A copy of the videos and reports are provided for the Contractor's reference and information only. Each section shall be televised and assessed for suitability of the proposed work by the Contractor prior to liner impregnation. D. Summary of Televising: 1. See attached sheets. 01010-1 01010-1 N 0 O' Mc ) r C- SECTION 01025 0 MEASUREMENT AND PAYMENTa� c, -c PART I - GENERAL �rn o� 1.01 SUMMARY.- p A. Procedures and submittal requirements for schedule of values, applications and unit prices. 1.02 STANDARD OFMEASUREMENTS: 7u for payment, 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. PART2-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. [a GENERAL N _ _o The following subsections describe the measurement of and payment iR a wLc to be done under the items listed in the FORM OF PROPOSAL. D� 2C n"C t Each unit or lump sum price stated shall constitute full payment as herein%pp0ified4br each item of work completed in accordance with the drawings and speciflowons,48cludM clean up. It is the Contractor's responsibility to identify the locations of public and privatEutilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. BID ITEM DESCRIPTIONS Mobilization. The lump sum unit 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 all sub -contractors to complete the work. This item also includes the training certification required to meet the OSHA and City Confined Space Entry Program. 01025-2 2. Traffic Control. This item shall include all labor, equipment and materials necessary to maintain a minimum of one lane of through traffic in each direction on all streets and to place and maintain traffic control devices and flagges according to the plans and specifications, MUTCD and OSHA regulations. The Engineer may request additional signs, barricades, safety fence or other devices as necessary at no additional cost to the City. Progress payments for traffic control will be based on the portion dhe traffic control completed. p r 3. Remove Protruding Service Taps. D—t <7–C t r J The unit price for this item shall include all equipment, materi!gi(bor, fiowerM water necessary to remove the protruding service taps to a smoottg R. sMce sewer main and removal of all debris from the pipe. It alsoF*Wddt kelevllt: ( inspection after the taps have been removed. A copy of the televkon inspection shall be provided to the Owner. Payment for this item shall be at the unit pfce bid per each. 4 -8. Cured -in -Place Pipe (CIDP). The unit price for this item will be paid based on the number of linear feet of cured -in- place liner installed as measured from center of manhole to center of manhole. The unit price for this item shall include all costs for supplying the materials, labor, power, water or air and equipment to install the liner pipe as indicated on the plans. It shall include cleaning and televising the sewer before liner installation and televising after liner installation, and all equipment and labor necessary to transfer the existing sewer flows to facilitate liner installation. This item also includes the Public Notification work during CIPP installation. The unit price for this item shall include all labor, materials and equipment necessary for manhole cleaning, removal and disposal of all debris, furnishing the liner and resin impregnation system, sealing at the manhole walls, leakage testing, CIPP sample testing and all incidental work included in these contract documents and in accordance with the manufacturer's recommendations. The Contractor shall furnish a copy of the pre and post -installation television inspection videos to the City upon completion of the project before final payment. 9. Reinstatement of Service Laterals. The unit price for this item will be paid based on each active service lateral reinstated. This item shall include all labor, equipment and materials necessary to identify by remotely televising, sounding device or dye testing which service laterals are live prior to lining and to reinstate flow through those live laterals using a robotic cutting device after the liner installation. The cut shall be a circular shape and buffed smooth with the finished opening 100% of the lateral diameter. The quantity identified on the plans is an estimate based upon the structures thought to contribute flow to the selected sewers. It is the Contractor's responsibility to reinstate only live laterals. The contractor shall furnish a copy of the post -installation television inspection videos showing the reinstated laterals to the City upon completion of the project before final payment 01025-3 10. Manhole Rehabilitation The unit price for this item shall include all equipment, material, labor, power and water necessary to rehabilitate manholes as denoted in plans and described in specifications. The unit price for this item will be paid based on the number of vertical linear feet of manhole rehabilitation. The vertical dimension of in-situ manhole replacement will be measured in feet from the lowest flowline to the top of the rim. 01025-4 N O � r D� a .<r m X_ 01025-4 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. N O PART2-PRODUCTS o s D_s a None. PART 3 - EXECUTION -v M a 3.01 MEETINGSPRIORTOCONSTRUCTION . � r .c A. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. All Work must be completed by specified completion date of June 15, 2014. Liquidated damages of $400 per day will be charged on work beyond that 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, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub - phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. 01310-1 E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIESAND RAILROADS. A. It is anticipated that utility conflicts may occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. B. Work with railroads is anticipated. 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 01310-2 N O _ O DC-)Min'A L• • i V) { -tC7 -Jrri pry 9 r- M OA r� a N CA 01310-2 SECTION 01570 TRAFFIC CONTROL AND CONSTRUCTION FACILITIES PART1-GENERAL I.OI SUMMARY. A. Furnish, install and maintain traffic control and construction facilities required for the work. Remove when work is completed. L02 REFERENCES.- A. EFERENCES.A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 2009 Edition, as revised. C. Traffic Control Notes on project plans. L03 SUBMITTALS. A. Submit a traffic control plan for all activities requiring traffic control not snifically addressed by the project plans. i L PART 2 - PRODUCTS n=t z 2.01 MATERIALS: �m = M A. Traffic control devices may be new or used, but must meet the require[ of& IDIO Standard Specifications. D 4,. cn B. All construction fence shall be new and securely fastened to approved posts and installed as directed by the Engineer. 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 to the following divisions and sections of the ]DOT Standard Specifications: Division 11. General Requirements and Covenants. Section 1107.09. Barricades and Warning Signs. 01570-1 Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non -work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall be the responsibility of the Contractor. 01570-2 N O AAC11 Y� L a .<rn M o � r cn 01570-2 N O SECTION 02766 o r CURED -IN-PLACE PIPE (CIPP) PART 1—GENERALr T 1.1 INTENT r It is the intent of this specification to provide for the rehabilitation of existing sanitary sewer pipelines by the installation of a cured -in-place pipe (CIPP). A CIPP is formed by the insertion of a resin -impregnated flexible felt tube which is inverted into the existing pipe by use of a hydrostatic head or air pressure. The resin is then cured by circulating hot water or steam within the tube to form a hard impermeable pipe. When cured, the CIPP will be a continuous and tight fitting pipe within a pipe. The installation will provide the required structural integrity and corrosion resistance and will prevent infiltration and exfiltration along the length of the CIPP liner. 1.2 REFERENCED DOCUMENTS A. This specification references standards from the American Society for Testing and Materials (ASTM), such as: ASTM F1216 (Rehabilitation of Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube), ASTM F1743 (Rehabilitation of Existing Pipelines and Conduits by Pulled -in -Place Installation of Cured -in -Place Thermosetting Resin Pipe (CIPP)), ASTM D5813 (Cured -in -Place Thermosetting Resin Sewer Pipe), and ASTM D790 (Flexural Properties of Un -reinforced and Reinforced Plastics and Electrical Insulating Materials) which are made part hereof by such reference and shall be the latest edition and revision thereof. In case of conflicting requirements between this specification and those standards, this specification will govern. B. This specification references the "Specifications for Sewer Pipe and Lining Insertion — Trenchless: General Guidelines" as prepared by the National Association of Sewer Service Companies (NASSCO) which is made part hereof by such reference and shall be the latest edition and revision thereof. In case of conflicting requirements between this specification and those standards, this specification will govern. 13 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 for pre -qualified products will be read. Proposals submitted for products or from contractors that have not been prequalified will be returned unopened. The Contractor, the proposed method of reconstruction, and the product manufacturer's name shall be clearly identified on the proposal envelope. 1.4 SUBMITTALS A. Manufacturer's product data and installation requirements and instructions for pipe liner and appurtenances. B. Construction sequence and schedule. 02766-1 C. Manufacturer's product certification for materials used in liner, catalog data, samples and listing of applicable standards for special or proposed substitute materials. D. Contractor and material supplier must certify that the materials being provided meet the requirements of these specifications or that alternate materials have been approved by the Engineer. E. Liner Pipe Thickness Design in accordance with ASTM F 1216. D. Post construction videotape upon completion of sanitary sewer lining of each reach of sewer with the voice description, as appropriate with stationing of services indicated. Data and stationing to be on video. Videos to remain property of Owner, Contractor to retain second copy for his use. E. Accurately recorded locations of pipe runs, connections, manholes, cleanouts, and depths to invert. F. Test Results. 0 G. Identify and describe unexpected variations to subsurface condititcir dCsscovery.6 uncharted utilities. D —; z c-)-< J �— PART 2 - PRODUCTS --I n M:<rm -o 2.1 MATERIALS ro Q A. All materials used to perform the tasks outlined in this specification must cor;im to the guidelines for CIPP in "Specifications for Sewer Pipe and Lining Insertion Trenchless: General Guidelines" and to product manufacturer's recommendations. B. Tube: 1. The tube shall comply with the requirements of ASTM F1216 or ASTM F1743. 2. The tube shall consist of one or more layers of flexible needled felt or equivalent non- woven material with a minimum thickness of 0.236 inches which is designed for the purpose of carrying resin, withstanding installation pressures and curing temperatures. The wetout tubes shall have a uniform thickness that when compressed at installation pressures will meet or exceed the Design thickness. 3. The tube shall be compatible with the resin system used. 4. The material shall be able to stretch to fit irregular pipe sections and negotiate bends. 5. 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 CIDP. 02766-2 6. The tube shall be fabricated to a size that, when installed, will tightly fit the internal circumference and the length of the existing pipe without joints. Allowance should be made for circumferential stretching during inversion. 7. The tube shall be homogenous across the entire wall thickness and containing no intermediate or encapsulated elastomeric layers. No material shall be included in the tube that may cause delamination in the cured CIDP. No dry or unsaturated layers shall be evident. 8. The wall color of the interior pipe surface of the CIDP after installation shall be a light reflective color so that a clear detail examination with closed circuit television inspection equipment may be made. 9. Seams in the tube shall be stronger than the unseamed felt. Where the length requires joining, the seam shall not be perpendicular to the long axis but spirally formed and joined. 10. The outside of the tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such markings shall include the Manufacturer's name or identifying symbol. 11. The design shall be per Equation X-1, ASTM F1216 and the following criteria: Characteristic Design Safety Factor Reduction Factor for long-term effects (Applied to Flexural Modulus) Ovality Enhancement Factor, K Groundwater Depth (above invert) Soil Depth (above crown) Soil Modulus Soil Density Live Load Design Condition Ranee 2.0 50% o O Assume 5%1*n %� r c.- 7.0 7.0 surface elev x Use MH deOlIP m 1,000 psi 5;;0 130 pef :*�� N 0 HS20 D r Fully Deteriorated C%ditions * Assumed for bidding purposes of circular diameter pipes. C. Resin and Catalyst: The resin shall be unsaturated, styrene -based, thermoset resin and catalyst system or an epoxy resin and hardener that are compatible with the inversion process being used. 2. The resin must be able to cure in the presence of water with a temperature in excess of 150° F and less than 180° F. 3. 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. 02766-3 2.2 2.3 D. Cured Pipe Dimensions: 1. Nominal internal diameter and length such that the CIPP will form to internal *� circumference and length of existing pipe. p r On L 2. Field verify diameter and length. Cn—< 3. One continuous length without joints. ��rI J r i7'1 5� i v aTRUCTURAI.. REQUIREMENTS A. The CIDP shall be designed per ASTM F1216. The CIPP design shall assume nirbonding to the original pipe wall. CIDP thickness shall not be less than that which is computed from the Dimensional Ratios (DR) given in ASTM F1216. The DR shall be based on the physical properties of the resin system and the existing pipe condition, as detailed in ASTM F1216. B. The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If separation of the layers occurs during testing of field samples, new samples will be cut from the work. Any re- occurrence may cause rejection of the work. C. The CIDP material shall conform to the structural standards, as listed below. Result Minimum Physicals Test Method Resin per ASTM F1216 Modulus of ElasticityASTM D790 250,000 psi Flexural Strength ASTM D790 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. TESTING REQUIREMENTS A. Chemical Resistance - The CIPP shall meet the chemical resistance requirements of ASTM F 1216. CIDP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that CIPP samples with and without plastic coating meet these chemical testing requirements. B. Hydraulic Capacity - Overall, the Hydraulic profile shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly -accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. The roughness coefficient of the CIPP shall be verified by third party test data. C. CIPP Field Samples - When requested by the Owner, the Contractor shall submit test results from previous field installations in the USA of the same resin system and tube 02766-4 materials as proposed for the actual installation. These test results must verify that the CIPP physical properties specified in Section 2.2.0 have been achieved in previous field applications. Testing samples for this project shall be made and tested as described in Section 3A.A. A— CD PART 3 — EXECUTION gn §X 3.1 RESPONSIBILITIES FOR INCIDENTAL ITEMS A. Investigative and preparatory work - The unit prices for the appr(VIW s�piv under this item shall constitute full payment for pipe repair based onml of feet repaired. All costs associated with the following items shall be cidere nci to sewer pipe repair unless they are included with other items listed in the BID&he It shall be the responsibility of the Owner to locate and designate all manhole access points open and accessible for the work, and provide rights of access to these points. If a street must be closed to traffic because of the orientation of the sewer, the Owner shall institute the actions necessary to do this for the mutually agreed time period. 2. Water Supply - Water required for Contractor to perform all necessary Work shall be obtained from City fire hydrants or the bulk water filling station. The Contractor shall follow City guidelines for use of hydrants as specified in the GUIDELINES FOR USE OF HYDRANT METER. The Contractor shall contact the City Water Division one (1) week in advance of Project start date to obtain approval for hydrant use and to coordinate meeting time for hydrant meter installation. 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. Inspection 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 CIDP into the pipelines, and it shall be noted so these conditions can be corrected. Inspection of pipelines and associated manholes shall be completed prior to impregnating the liner with resin. A videotape and suitable log shall be kept for submittal to the Owner. 5. Field verification - The Contractor shall field verify the physical dimensions and conditions of the existing pipeline, including segment lengths, pipe diameters and other dimensions pertinent to the work to be performed, prior to tube impregnation. The Contractor shall report to the Engineer, prior to proceeding with corrective action, any physical conditions differing from those indicated in 02766-5 this contract as discovered through field verification or during the progress of work. 6. Bypassing Sewage - The Contractor, when required, shall provide for the flow of sewage around the section or sections of pipe designated for repair. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system. The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Owner may require a detail of the bypass plan to be submitted. 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 CIDP. If pre -installation inspection reveals an obstruction such as a protruding service connection, dropped joint, or a collapse that will prevent the inversion process, and it cannot be removed by conventional sewer cleaning equipment, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Owner's representative prior to the commencement of work and shall be considered as a separate pay item. 8. The Contractor shall make every effort to maintain service usage throughout the duration of the project. In the event that a service will be temporarily out of service, the maximum amount of time of no service shall be 12 hours for any property serviced by the sewer. The Contractor shall be required to notify the City and all affected properties whose service laterals will be out of commission and to advise against water usage until service is restored. Such notification shall be provided to the Utility Department at least one week prior to service disconnecting. 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 arise. 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. ftD C. Personal contact with any home or business that caWt be rIQgvonnected within the time stated in the written notice.D % s "t 2 10. The Contractor shall be responsible for confirming the loam's of all bZM service connections prior to inversion and curing the CIP4R sew1ge bdckup occurs and enters buildings, the Contractor shall be responsi r cRrup, "r, property damage cost and claims. n - N v r 02766-6 3.2 C7 9 3. The latest edition of "Specifications for Sewer Pipe and Lining Insertion-Trenchless: General Guidelines", as prepared by NASSCO 4. Product manufacturer's recommendations 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 imore¢nation. The quantity of resin used for the tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. The leading edge of the resin slug shall be as near to perpendicular as possible. A roller system shall be used to uniformly distribute the resin throughout the tube. Inversion - No pull -in method shall be utilized. The unrolling action of the tube during inversion is necessary to minimize gouging and stretching and accommodating bends encountered or non -circular sections accommodated. The wet out tube shall be inserted through existing manholes or other approved access by means of an inversion process and the application of a hydrostatic head or air pressure to fully extend the tube to the next designated manhole or termination point. The tube should be inserted into the vertical inversion standpipe or guide chute with the impermeable plastic membrane side out and attached with a leak proof seal. The hydrostatic head or air pressure should be adjusted to cause the impregnated tube to invert from the point of inversion to the point of termination, turning the tube inside out and holding the tube tight to the wall, producing dimples at lateral connections. Care shall be taken to avoid overstressing the fabric. The tube manufacturer shall provide information on the maximum allowable tensile stress for the tube. Before the inversion begins, the tube manufacturer shall provide at least the minimum pressure required to hold the tube against the existing conduit, but no more than the maximum allowable pressure so as not to damage the tube. Once the inversion has started, the pressure shall be maintained between the minimum and maximum pressures until the inversion has been completed. If the pressures are not maintained, the tube shall be removed from the sewer. THE USE OF AIR INVERSION AND STEAM CURING SHALL APPLY TO PIPES 10" IN DIAMETER OR LESS ONLY. 02766-7 N O_ 0 t L INSTALLATION �M A. CIPP installation shall be in accordance with the following: p�q �x N 1. ASTMF1216 D �- _n 2. ASTM D5813 C7 9 3. The latest edition of "Specifications for Sewer Pipe and Lining Insertion-Trenchless: General Guidelines", as prepared by NASSCO 4. Product manufacturer's recommendations 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 imore¢nation. The quantity of resin used for the tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. The leading edge of the resin slug shall be as near to perpendicular as possible. A roller system shall be used to uniformly distribute the resin throughout the tube. Inversion - No pull -in method shall be utilized. The unrolling action of the tube during inversion is necessary to minimize gouging and stretching and accommodating bends encountered or non -circular sections accommodated. The wet out tube shall be inserted through existing manholes or other approved access by means of an inversion process and the application of a hydrostatic head or air pressure to fully extend the tube to the next designated manhole or termination point. The tube should be inserted into the vertical inversion standpipe or guide chute with the impermeable plastic membrane side out and attached with a leak proof seal. The hydrostatic head or air pressure should be adjusted to cause the impregnated tube to invert from the point of inversion to the point of termination, turning the tube inside out and holding the tube tight to the wall, producing dimples at lateral connections. Care shall be taken to avoid overstressing the fabric. The tube manufacturer shall provide information on the maximum allowable tensile stress for the tube. Before the inversion begins, the tube manufacturer shall provide at least the minimum pressure required to hold the tube against the existing conduit, but no more than the maximum allowable pressure so as not to damage the tube. Once the inversion has started, the pressure shall be maintained between the minimum and maximum pressures until the inversion has been completed. If the pressures are not maintained, the tube shall be removed from the sewer. THE USE OF AIR INVERSION AND STEAM CURING SHALL APPLY TO PIPES 10" IN DIAMETER OR LESS ONLY. 02766-7 N _ o 3. Lubricant: r The use of a lubricant to reduce friction during inversion is reoen to reduce friction during inversion. The lubricant shall be a nont"'C.Vil- sed product that has no detrimental effect on the tube, does not supq7jCrybactt4ia growth and shall have no detrimental effects on the existing sevgRstep. m 4. Liner Curing - After inversion is completed, the Contractor sh�p13Y suitable heat source and water re -circulation equipment. The equipment' 1 beykable of delivering hot water to the far end of the liner through a hose, which—Fias been perforated per liner manufacturer's recommendations, to uniformly raise the water temperature in the entire liner above the temperature required to affect a cure of the resin. This temperature shall be determined by the resin/catalyst system employed. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing heat exchanger circulating water. Thermocouples shall be placed between the liner and the invert at the near and far access to determine the temperatures of the liner and time of exotherm. Water temperature in the line during the cure period shall not be less than 150° F or more than 2000 F, as measured at the heat exchanger return line. Initial cure shall be deemed to be completed when, upon inspection, the exposed portions of the liner appear to be hard and sound and the thermocouples indicate that an exotherm has occurred. The cure period shall be of the duration recommended by the resin manufacturer, as modified for the inversion lining process, during which time the recirculation of the water and cycling of the heat exchanger to maintain the temperature in the liner continues. 5. Cool -down - The Contractor shall cool the hardened liner to a temperature below 100° F before relieving the static head in the inversion tube. Cool -down may be accomplished by the introduction of cool water into the inversion tube to replace water being drained from a small hose made in the end of the liner at the downstream end. Care shall be taken in the release of the static head such that a vacuum will not be developed that could damage the newly installed liner. 6. Finish - The finished liner shall be continuous over the entire length of an insertion run and be as free as commercially practical from visual defect such as foreign inclusions, dry spots, pinholes, and delamination. The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to the inside of the lined pipe 7. Sealing Liner 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 (901/o) capacity. The Contractor shall certify he has a minimum of 2 complete working cutter units, plus spare key components, on the site before each inversion. No additional payment will be made for excavations for the purpose of reopening connections and the Contractor will 02766-8 be responsible for all costs and liability associated with such excavation and'Mtoration work. o r B. Reinstate openings to manhole drop sections as required to maintain prJ;,�Zov76apaciiiec; and characteristics. r 3.4 INSPECTION m C� 0 N A. CIDP samples shall be prepared and physical properties tested in accolance Guth ASTM F1216 using either method proposed. The flexural modules must meet orwceed the value used in design in Section 2.2. Structural requirements for the DR are determined in accordance with ASTM F1216, Appendix X1. B. Leakage testing of the CIPP shall be accomplished during cure while under a positive head. CIDP products in which the pipe wall is cured while not in direct contact with the pressurizing fluid (e.g., a removable bladder) must be tested by an alternative method approved by the Owner. C. Visual inspection of the CIPP shall be in accordance with ASTM F1216. After the existing sewer is completely lined, internally inspect with television camera and videotape as required. The finished tape shall be continuous over the entire length of the sewer between two manholes and to be free from visual defects. 2. Defects that may affect the integrity or strength of the pipe in the opinion of the Engineer shall be repaired or the pipe replaced at the Contractor's expense. 3. Should any portion of the inspection tapes be of inadequate quality or coverage, as determined by the Owner, the Contractor will have the portion reinspected and videotaped at no additional expense to the Owner. D. The Contractor shall report to the Engineer, any existing conditions, observed during the normal course of this project, which may require attention and/or impact upon the performance and/or design life of the project. 3.5 CLEAN UP The Contractor shall store materials and equipment where directed by the Owner and shall move same, if and when it becomes necessary, at their own expense. The Contractor shall have control over their employees parking of automobiles on the site and shall provide receptacles for depositing waste paper and garbage. The Contractor shall keep the site neat and shall clean up any debris when directed to do so by the Owner. Upon completion of the work, 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 Contractor and final acceptance will not be made until the site is in a condition acceptable to the Owner. 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 02766-9 remain without affording the adequate protection to the public. If, in the opinion of the Owner, a hazardous condition exists and the Contractor fails to correct the condition or to protect the public, the Engineer may order the necessary precautions to safeguard the public and the cost of safeguarding the public will be deducted from the payments due the Contractor. Flagrant disregard for the safety of the public shall constitute just reason for the Owner to order cessation of work. 02766-10 ti �C-) _o a •® :=i c' =tc� —� . r M o� D � :71 02766-10 SECTION 02767 REHABILITATION OF EXISTING MANHOLES PART 1- GENERAL 1.1 SECTIONINCLUDES Rehabilitation of existing manholes. 1.2 DESCRIPTION OF WORK Rehabilitate existing manholes to waterproof and to prevent inflow and infiltration, to prevent corrosion, or to reestablish the structural integrity of the manhole. Includes construction of structural liners, protective liners, and infiltration barriers. 1.3 SUBMITTALS Follow the General Provisions (Requirements) and Covenants as well as the following: A Concrete mix design, if required by the Engineer. B. Catalog cuts of all mortar mixes, sealants, and liners. 1.4 SUBSTITUTIONS N Follow the General Provisions (Requirements) and Covenants E5 z - 1.5 DELIVERY, STORAGE, AND HANDLING C-) -_� C' c� i -j F. m Follow the General Provisions (Requirements) and Covenants. o � s ix N 1.6 SCHEDULING AND CONFLICTS Follow the General Provisions (Requirements) and Covenants. 1.7 SPECIAL REQUIREMENTS None. 1.8 MEASUREMENT AND PAYMENT A. Infiltration Barriers: Shall be installed as required based on City of Iowa City Interim Municipal Design Standards. 1. Rubber Chimney Seal a. Measurement and Payment: Shall be considered incidental to Manhole Rehabilitation bid item. b. Includes: Includes, but is not limited to, all necessary compression or expansion bands and extension sleeves as necessary to complete chimney seal. 2. Urethane Chimney Seal: 02767-1 a. Measurement: Each urethane chimney seal installed on an existing manhole will be counted. b. Payment: Payment will be at the unit price for each urethane chimney seal. B. In -Situ Manhole Replacement, Cast -in-place Concrete: 1. Measurement: The vertical dimension of in-situ manhole replacement will be measured in feet from the lowest flowline to the top of the rim. 2. Payment: Payment will be at the unit price per vertical foot. 3. Includes: Unit price includes, but is not limited to, handling of sewer flows as required to properly complete the installation, invert overlay as recommended by the manufacturer, replacement of existing casting with a new casting, and testing the manhole upon completion. C. In -Situ Manhole Replacement, Cast -in-place Concrete with Plastic Liner: 1. Measurement: The vertical dimension of in-situ manhole replacement with plastic liner will be measured in feet from the lowest flowline to the top of the rim. 2. Payment: Payment will be at the unit price per vertical foot. 3. Includes: Unit price includes, but is not limited to, handling of sewer flows as required to properly complete the installation, invert overlay as recommended by the manufacturer, replacement of existing casting with a new casting, sealing at the frame and cover, sealing pipe penetrations as recommended by the manufacturer, and testing the manhole upon completion. D. Manhole Lining with Centrifugally Cast Cementitious Mortar Liner with Epoxy Seal 1. Measurement: The vertical dimension of manhole lining will be measured for depth in feet from the bottom of the lining to the top of the lining for each liner thickness specified. 2. Payment: Payment will be at the unit price per vertical foot for each liner thickness. 3. Includes: Unit price includes, but is not limited to, the handling of sewer flcwj during lining operations as required to properly complete the installagon, ana replacement of the existing casting with a new casting. c7 L PART 2 - PRODUCTS r 2.1 INFILTRATIONBARRIER 0� _ M A. Rubber Chimney Seal: Comply with City of Iowa City Interim Muni pal De'?gn Standards for external and internal rubber chimney seals. a, B. Urethane Chimney Seal: 1. Use only when specified in the contract documents. 2. Comply with the following table for the physical properties. Table 6020.01: Physical Properties 02767-2 2.2 2.3 Property ATe�st Acceptable Value Elongation D 412 800°/q minimum Tensile Strength D 412 1150 psi, minimum Adhesive Strength D 903 175 lb/in, minimum Pressure Resistance C 1244 2 minutes IN-SITU MANHOLE REPLACEMENT, CAST -IN-PLACE CONCRETE A. Forming System: Provide an internal forming system capable of forming a new and structurally independent manhole wall within the existing manhole, with the specified thickness and conforming to the general shape of the existing manhole. B. Concrete: Type IM portland cement with 5/8 inch minus coarse aggregate with fiber reinforcement and water reducer, 4,000 psi minimum 28 day compressive strength or as approved by the Engineer. C. Plastic Liner: When specified, provide a PVC or PE plastic liner resistant to degradation by sulfuric acid. Use a liner capable of being attached to the exterior of the forming system during erection of the forms. Use a plastic liner with a ribbed or studded exterior surface suitable for anchoring to the newly formed interior wall. A Casting: Provide new casting. Comply with City of Iowa City Standards. CENTRIFUGALLY CAST CEMENTITIOUS MORTAR LINER WITH EPDXY SEAL A. CementitiousLining: Use a high-strength, high -build, corrosion -resistant mortar, based on Portland cement fortified with micro silica. Mixed mortar is to have a paste -like consistency that may be sprayed, cast, pumped, or gravity -flowed into any area 1/2 inch and larger. N 2. Comply with the following table for physical properties. Table 6020.02: Physical Properties 0 O r -wh a n., z n� Pro er Value to Unit Weight 125 pof- Set Time at 700 OF ASTM C 403 Initial Set/ Final Set 240 minutes / 440 rs N Modulus of Elasticity ASTM C 469 24 hours / 28 da o+ 180,000 psi / 1,150,000 psi0% Flexural Strength ASTM C 293 24 hours / 28 days 650 psi / 800 psi Compressive Strength ASTM C 109 24 hours / 28 days 3,000 psi / 10,000 psi Tensile Strength ASTM C 307 600 psi Shear Bond ASTM C 882 >1,000 psi Shrinkage ASTM C 157 None Chloride Permeability ASTM C 1202 <550 Coulombs m v 3. Use a lining containing a liquid admixture for the prevention of micro -biologically induced corrosion. B. Corrosion -Resistant Epoxy Lining: 02767-3 1. Use a two -component 100% solids epoxy formulated for use in sewer systems. \ 2. Comply with the following table for physical properties. Table 6020.03: Physical Properties Provertv alue Time 4-6 hours at 75° F Com ressive Stren ASTM D 695 16 800 si Flexural Siren ASTM D 790 13 900 si Tensile Stren ASTM D 638 12 400 si Hardness ASTM D 2240 68-72 Shore D Heat Distortion ASTM D 648 220°F Ultimate Elongation ASTM D 638 i 4.5% Adhesive Shear ASTM C 882 1.000 psi C. Casting: Provide new casting. Comply with City of Iowa City Interim Municipal Design Standards. N O PART 3 - EXECUTION 3.1 INFILTRATIONBARRIER _<r m A. Rubber Chimney Seal: Comply with City of Iowa City Interim Muni W)e4n Standards. B. Urethane Chimney Seal: Use only when specified in the contract documents. rn 1. Prepare the surface according to the manufacturer's recommendations, including sandblasting, pressure washing, sealing leaks or gaps, and drying the surface. 2. Apply primer, prepare product, and brush -apply the seal to a minimum thickness of 175 mils, covering 2 inches above the bottom of the frame and the entire adjustment ring area to 3 inches below the bottom adjustment ring. 3.2 IN-SITU MANHOLE REPLACEMENT, CAST -IN-PLACE CONCRETE A. Preparation: Prepare according to the forming system manufacturer's recommendations, including the following: 1. Clean the existing surface to remove loose material and debris. 2. Remove existing steps that might interfere with the erection of the forms. 3. Control infiltration that may affect placement of concrete. B. Installation: Install and test according to the forming system manufacturer's recommendations, including the following: 1. Place pipe extensions through the structure to maintain flow during installation. 2. Erect forms inside the manhole. Secure the assembled internal forms to prevent shifting and to provide sufficient stiffness and strength to prevent collapse. 3. Install a plastic liner when specified. 4. Seal the forms at the bottom of the manhole to ensure the concrete does not enter 02767-4 the sewer. 5. Carefully place concrete between the forms and the existing manhole walls. Place concrete from the bottom up to prevent segregation of concrete. 6. Consolidate concrete as required to fill all pockets, seams, and cracks within the existing manhole wall. 7. Remove the forms when the concrete has cured sufficiently. 8. Weld and test joints if a plastic liner is installed. 9. Apply a sealing strip around the circumference of the invert top where it meets the vertical wall and around all pipe penetrations to form a waterstop. N 0 10. Overlay the invert top with concrete or high-strength mortar. Var$trickn€89 from 3 inches at the wall to 1/2 inch at the edge of the channel. :*c-) C_ "n 11. Seal the plastic liner to the manhole casting and existing pipe stubEjg< I r recommended by the manufacturer. -4r :fm = m 12. Install new casting. DDg� N 0 3.3 CENTRIFUGALLY CAST CEMENTITIOUS MORTAR LINER V H EPaY SEAL A. Surface Preparation: Prepare according to the manufacturer's recommendations, including the following: 1. Wash the interior with a high-pressure washer. 2. Plug active leaks with the appropriate sealing material. B. Mortar Application: Apply according to the manufacturer's recommendations, including the following: 1. Apply with a rotating centrifugal casting applicator, beginning at the bottom of the manhole. 2. Retrieve the applicator head at the manufacturer's recommended speed to achieve the desired thickness. 3. Apply to the full required thickness utilizing multiple passes as necessary. Minimize the time between passes so subsequent passes are cast against fresh mortar. 4. Verify thickness with a wet gauge at several locations to ensure proper depth. 5. Hand -apply high-strength mortar to the invert surface. Vary thickness from 3 inches at the wall to 1/2 inch at the edge of the channel. C. Epoxy Seal Application: Seal according to the manufacturer's recommendations, including the following: 1. Apply with a rotating centrifugal casting applicator or airless sprayer onto the fresh mortar liner. 2. If the epoxy seal is applied more than 24 hours after application of the mortar liner, or if the mortar liner is contaminated, clean the liner and then apply the epoxy. 02767-5 D. Finishing: Install a new casting. 3.4 CLEANING, INSPECTION, AND TESTING Comply with City of Iowa City Interim Municipal Design Standards for in-situ manhole replacement and centrifugally cast mortar lined rehabilitation. 02767-6 N O c� Gn r f .<M m a � m 02767-6 .DLR _.. LPLESY LINDER RD NE V p Ne OtPf , Pq' RD NE "CRI P�V$. INT EP PVF BhIS'Di pR FOREST !'IURq VENSIR RL O,P QO 5T PNNE'S DR A, NA1W HAYW000OP9RPE Of DG,. SPO P 3 �i5pq q p F N OP KR STH ST ESETH Si o f O O a c D - E S ..B000FRD a q (� ) m "COG FOSTER RD C3 3 O J v� TA,, SPEFOWPV O = `, YI fyVNITN:AV m 16 E IIH Sf WHITE OqK RE @ Ci YK NfRO. y z ",gPLIEY p AD KIM RALE AVE GLH STlK�OR w 3OCR U aDR POPOE'fes. 4�." _. JC^ 'FPNO PPP 20P POP '" ASR 5TH 5T ♦NP�o 41H ST �m ATO ��ppr,�� � � U 0 PARK RD + C: ✓^ P GROVEST K _ 4 T N BROWN SIE w y ROSALES 93> �ES Q A RONALD$ST gryER.. SP O O SJ 3 O w CHURCH ST wOO�flOT P ST SJ ZNOS> i u� .. "' FAIRCHILD ST i u rc CLEAR IS 0 VICE?ST 3 O rn fCASES PORT ST BAYARD ST © CRANpIC ®... C Q F n EBLOOMINGTON Si WINDS00. Ci a ; ggILRDgD z HIGHY O WA ROCHESTER AVE zO < ROCHESTERCF 5� NF EMARKET ST NDCR, O HW O A 41EFFERSON HOR AVE p ST i_ ® z y RIDGEWAY DR KIASp z EIEFFERS041T i R i IOWAAVE W E GLENDPLEpD - WIOWA AVE IR O oh'¢2J = MORN/C UO,I,S BOE OR c r o '„E COLLEGE STO ECOLLEGE Si J SPEy$KI ECJ EPP m � s I E,F O A PE 'PIER a EBURLINGTON ST F� F pSPECT = PpGPPNO FILE 9RR0 MELROSE AVE E a Y�fl ECOURT ST Si flSJ P n 90 ,m O m O m MAPLE D F r a 2 m zm 3 A W HARRISON ST - m m r 2 m Z m s y O ¢ n ROWERV ST a m' N GP CSJ�RIENO$HIP Si W zHIGHLANOF -.� MYRTLE AVEO o o a y4 OST WER CT WOOOS\OEOP a ^ p TO5T SHERIDAN AVE En N LAFAVETTE NT 3 m F 4. Eq/F p OAKCRCIP "i OAKCREST AVE 6 PAGE Si o O: BENTON4 m IACKSON AVE.. FST FST m WBENTON Si i WALNUT Si Ci > c GSTN m TAL p Hq! 3.. 0 00 3 KIORKWOODAVE CTRTy/00 DR q EN A fl OCKf LOSS C1Ni ELET ST u D Fn OCJ NSi mOEP� m 'yq"EIRI£OR t Dx GINTER AVELL a IST IST m H' RR 'DIS mNGHWAVIW E1ND4N `O O i R - Y E FRIENDLY AVF1ST H qDR pR o CENTRO pq F F3RD 5T Or. G rn HIGHLANDAVF ai a r 6 u 9UREf5 m JdC OWING DR RUPPERT RD E0.NEST Si w� £ PIUMST p DFFORESTAVF 'PHOS p OR IS f MIGNWgYbE WAYR AGER AVE PIEV 9 SPRUCE CT NNE ♦ PS 3 Z, ¢ E BROOKWOOD OR S1 vN - P - a HIGHWAY AE NCNW WILLOVCPEEKDR V SOUTHGATP�AVE NOIbWOOD BLVD ' pf DR =G3 I'001T pUYCNP TMCV LN O'S 6C LY 6E `I'ST CROSS PARK AVE A ST CROSBY LIN OOR ; O qR 3EARL RD iJRJ SANOU o - C CFLANRON AVE IS RL NwgY SKYpR > Os P, WORDAGEEr z GI- MORMON ASPEN Ci ~ AVE N S TREK R! - AIG,y AO CALIFORNIA 3 0 fPpER OP BgIAROp '^ ; I9fu ERCR SLP GPPCE s r � NNLr1 i a 3 5� 'EVPs o ST H zP O VEST/[N W E a = MORMONTREKBLVD G SJ C MCCO<q SH V �5 M0N5 WOOD LN O RIFT SITU LN C ' DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: No Scale DRAWN: LBB JOB d: 13-837 w`'LOCATION DATE: 11/04/2013 MAP SHEET: 1 of 1 cnrorunraprr � ' •.,. L ...,... 414 I' -')415J--' 523 1411 ' a10 I I I, 516 I Sn I 526 I 530 ; I i , 331 �_ ' ---------------- 327 i 317 Z O in i. i Z 510 522 = C) I 530 I E BLOOMINGTON ST i I ; I I I I I I I 316 309 I I ' ; 310 I 618 I 620 --' 710 718 628 I 630 704 --------------------------- --- -----, --- -----s— =----, ------------ --- - - LATERAL(TYR) 03 I� 7 O O , 601 _______ 711 715 W 224 p no ; U soo — I I 216 Legend Y0971x2 I Q Manhole - No Rehabilitation Required Manhole To -Be -Lined ; 706 III— ® Manhole To -Be -Replaced I , Sanitary Sewer Pipe To -Be -Lined '--- - L— Sewer Service -Active •'•-� Sewer Service -Inactive (Capped) E MARKET ST W+E S DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1"=100' DRAWN: LBB E. BLOOMINGTON STREET JOB p: 13-837 hbk .I DATE: 11/04/2013ENGmEEemc crrrrofrowe crn (from N. Johnson Street to N. Dodge Street) SHEET: 1 of 18 n. n.•,_I" c���l,,,.. ITEM UNIT QUANTITY - 3. Remove Protruding Tap(s) EA 1 64. 8" Dia. Cured in Place Liner LF 325 9. Reinstate Lateral Service Connection EA 4 10. Manhole Rehabilitation LVff 0 �. rem s— a� 2C EDAVENPORT ST c_I I ; I I I I I I I 316 309 I I ' ; 310 I 618 I 620 --' 710 718 628 I 630 704 --------------------------- --- -----, --- -----s— =----, ------------ --- - - LATERAL(TYR) 03 I� 7 O O , 601 _______ 711 715 W 224 p no ; U soo — I I 216 Legend Y0971x2 I Q Manhole - No Rehabilitation Required Manhole To -Be -Lined ; 706 III— ® Manhole To -Be -Replaced I , Sanitary Sewer Pipe To -Be -Lined '--- - L— Sewer Service -Active •'•-� Sewer Service -Inactive (Capped) E MARKET ST W+E S DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1"=100' DRAWN: LBB E. BLOOMINGTON STREET JOB p: 13-837 hbk .I DATE: 11/04/2013ENGmEEemc crrrrofrowe crn (from N. Johnson Street to N. Dodge Street) SHEET: 1 of 18 n. n.•,_I" c���l,,,.. ITEM UNITUQ ANTITY Remove ProtrudingTap(s) EA 2 8" Dia. Cured in Place Liner LF 460 Reinstate Lateral Service Connection EA 19 Manhole Rehabilitation LVF 0 1, I, � I o o r" �- D n C-)r- �� J rn :efZl rn -r' r ------------ -- F25 r4— 25 — I '25' 316 325 335 335' 335 335 335 --L 335 3351 I 50 60 335 375 335 335 335 33535 335 335 :_3.- Legend ___________________________ ® Manhole - No Rehabilitation Required Manhole To -Be -Lined Q Manhole To -Be -Replaced Sanitary Sewer Pipe TaBe-Lined —1 N Sewer Service -Active 500 500 417 417 W�E • ••—• Sewer Service- Inactive(Capped) I S ,-� `. rnr or rolrn err DESIGN: BAB DRAWN: LBB DATE: 11/04/2013 2014 SEWER REHABILITATION PROJECT S. CAPITOL STREET (from Burlington Street to Court Street) SCALE: 1" =100' JOB #: 13-837 SHEET: 2 of 18 hbk ENGINEERING A r . [a" EM UNIT QUANTITY �•emove ProtrudingTap(s) EA 1 III,220 i i , Dia. Cured in Place Liner LF 295 einstate Lateral Service Connection EA 2 anhole Rehabilitation LVF 0 r E BURLINGTON ST �n s -----=_-------------------------- --------------, � Ijr�'�LII I I 30Y � 3 05 5 I II • 1 LLL�Ju JJ I ' i I I t 515 611 B1 463 485 — 455 r 308 467 489Q 1 453 II 308 315 _. f 475 477 451 %I I 471 473 ; O 314 �i 315 459 461 j 317 457 505 J 316 --_-- - 317 - , ' 319 ______ I__________, i , 321 LATERAL 321 321 , �— ?� 812320 ' 818 r 331 608 32 402 ------------ E _________ E COURT ST .� 408 408_—___, ; , L? / / % 408 408 n408 403 ; , 7--------------- _404— _ —4a a ,j �• 408 408 —� rl 613 408 408 — - br 4a 4a , 408 408 ❑ 408 ; 4a , =413 409Z 426 0 ' Ln Z ' BJ 419 0 iE__ 430 ' 418 —' 1421 Legend432 ® Manhole - No Rehabilitation Required ' i Manhole To -Be -Lined 420 427 427 Q Manhole To -Be -Replaced _ - Sanitary Sewer Pipe To -Be -Lined N Sewer Service-Active433 WE 'Sewer Service - Inactive (Capped) Eli DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1" = 100' hbk DRAWN: LBB E. COURT STREET JOB #: 13-837 DATE: 11/04/2013 SHEET: 3 of 18 ENGINEERING CfTY Of101VA CITY (from S. Johnson Street to S. Van Buren Street) A I �• �- �, MH In 51 Q� C 203 102 )_--------------- 30 -- -_-___30 1 zo1 1131 / \`1124 26 Y/ . 20 Replace this Section of Plpe • (Included In Separate Project) Black Springs Trunk - See sheet6l (Not Included n this sheet) 1127 2 MH 276.2 MH 276' \� Line Manhole LATERAL (TYP.) 1100 1106 ITEM UNIT QUANTITY 3. Remove ProtrudingTap(s) EA 0 HIG r 4. 8" Dia. Cured in Place Liner LF 456 Q 9. Reinstate Lateral Service Connection 10. Manhole Rehabilitation EA LVF 4 14 51 Q� C 203 102 )_--------------- 30 -- -_-___30 1 zo1 1131 / \`1124 26 Y/ . 20 Replace this Section of Plpe • (Included In Separate Project) Black Springs Trunk - See sheet6l (Not Included n this sheet) 1127 2 MH 276.2 MH 276' \� Line Manhole LATERAL (TYP.) 1100 1106 lir&Manhole_4 ---- HIG r - a� 1W TI Legend _ _` Manhole- No Rehabilitation Required T 40 Manhole To -Be -Lined ---___ QQ Manhole To -Be -Replaced ��'•_(V 1064 1064 Sanitary Sewer Pipe To -Be -Lined w D r �' N — Sewer Service -Active r W+E ••-• Sewer Service -Inactive (Capped) S DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1" = 100' DRAWN: LBB CRANDIC RAILROAD/HWY 6 JOB #: 13-837 hbk �. DATE: 11/04/2013 (between Rocky Shore Drive and Valley Avenue) SHEET: 4 of 18 ENGINFF.R INO 203" r \ ❑ 1 201 n _.'_ L-------- ------ Z 1124 A\ 1030 _ _ ----" 1018 'Q 1 /\V\ --- - i� 1029 ---------- ITEM UNIT QUANTITY 3. Remove ProtrudingTap(s) EA 6 4. 8" Dia. Cured in Place Liner LF 713 1100 9• Reinstate Lateral Service Connection EA 18 10. Manhole Rehabilitation LVF 9 Manhole rded on Sheet 4) 1105 1❑ 1019 ' 1017 209 305 301 ------------------------- RIDER ST -------------------------- N W W H 300 1007 IATERAL(rR) 931 -_Line Manhole ' 1064 1064 _ \ ' 47 c->-< i VC 1021 1027 1064/1050 1050 1050 _ __ T — 1019 ' 1017 209 305 301 ------------------------- RIDER ST -------------------------- N W W H 300 1007 IATERAL(rR) 931 -_Line Manhole ' 1064 1064 _ \ ' 47 c->-< i HIGHWAY W '-<m D 1064/1050 1050 1050 — — --_ — 41 ------------- 1050 1050 1050 S '`. '•, tOs4 / \1064 _____ " -- ________ 1064 1064 1064 Legend 1050 1050 1050 1044 1064 1064 1064 1054 ' 1064 1064 _ \ ' 47 1064/ 1050 1050 T 1064/1050 1050 1050 11 41 1050 1050 1050 11 Legend 1050 1050 1050 1044 i ti1050 'PQ 1050 Manhole - No Rehabilitation Required 1040 35 Manhole To -Be -Lined (j) Manhole To -Be -Replaced Sanitary Sewer Pipe Ta -Be -Lined `\ 1032 IN — Sewer Service - Active W�E 102 }r •••-- Sewer Service- Inactive (Capped) S DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1" = 100' hbk DRAWN: LBB I CRANDIC RAILROAD/HWY 6 I JOB #: 1 13-837 -+�W DATE: 11/04/2013 (between Rocky Shore Drive and Valley Avenue) SHEET: 5 of 18 ENGINEERING iITYOF IOWA CI FY A�.' Is xx¢rrt. C"+�mvv i 51 1210 MH 266-28, MH 276-1 ITEM UNIT QUANTITY Remove ProtrudingTap(s) EA 1 12" Dia. Cured in Place Liner LF 261 Reinstate Lateral Service Connection EA 4 Manhole Rehabilitation LVF 0 QQ. \ i h�OQ� ,�i zo9 Off' 102 1130 1131 LATERAL (TYP.) / 1124 26 20 ♦ 1127 Crandic Rallroad/Hwy 6 -See sheets 4 & 5 Not Included in this sheet] 1119 MH 276.2 I k , Legend Manhole- No Rehabilitation Required - _ Manhole Tb -Be -Lined ____ (i Manhole To -Be -Replaced ---------------- Sanitary ---- __Sanitary Se r Pipe To -Be -Lined — Sewer Service - Active ••••-- Sewer Service- Inactive (Capped) N W+E S DESIGN: BAB 2014 REHABILITATION SEWER PROJECT SCALE: 1" = 100' hbk :� Awl DRAWN: LBB ROCKY SHORE DRIVE/BLACK SPRINGS TRUNK JOB#: 13-837 ENGINEERING -,- DATE: 11/04/2013 (between Highway and Dill Street) SHEET: 6 of 18 CII Y or IOWA CITY 1305 1311 r 1131 111°, 0 1. 2. 3. 1219 —1223 UNIT EA LF EA J ' --- ---- 7735 1 `J , J LVF 0 —.. _ W 1213. } 1215 1305 1311 r 1131 111°, 0 1. 2. 3. ITEM Remove ProtrudingTap(s) 8" Dia. Cured in Place Liner Reinstate Lateral Service Connection UNIT EA LF EA UQ ANTITY 0 259 9 ' --- ---- 7735 `J 4. Manhole Rehabilitation LVF 0 —.. _ GINTER AVE lzoa -- 1210 1 1218 1 1302 1308 HIGHLAND AVE ----T-------- -- ----- -------- 1402 1402 1 n Legend 2 ❑ I uo1 --------- Manhole- No Rehabilitation Required �{ _______------------- 1-1-1 Manhole To -Be -Lined D ITT 1406 Q Manhole To-Be-ReplacedIn,'------------------1 1408 I�'I , Sanitary Sewer Pipe To- Be -Lined Q ----� ' --_ r^L__' ___— - IWE Sewaoaer Service -Active 'l••-• Sewer Service- Inactive (Capped)10 140906 i it x .z T, DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1" = 100' hbk DRAWN: LBB FRANKLIN STREET JOB #: 13-837 -,.+.__ -� DATE: 11/04/2013 SHEET: 7 of 18 ENc1NEER1Nc cnr or 10 wn arr (from Friendly Avenue to Highland Avenue) 1326 1 1326__ _ ____L ------- ITEM UNIT QUANTITY _ g 1. Remove Protrudin TaP(s) EA 1 HIGHLAND AVE 2. 8" Dia. Cured in Place Liner LF 375 --------- ------------' ----------- 3. Reinstate Lateral Service Connection EA 14 I� 4. Manhole Rehabilitation - LVF 0 I l l ' ❑ , 1402 i 1401 1402-- 1401 -- p' W 1223 I ,. > , E14O6 1403 1404 ----------------- " Z 1406 1405 ' , ' —may, , nl� J �-L__ — Y--1___ __ ______________ Z --------------- Z _ __ __ _ __ M�l 14091409 LL141074091408 6 r_— ❑ r y3ji , ,______________________ 1413 �`� ' , n1411 1414 1413 1412 t; E � 1a2o-- , 1j 429 w un P1 14n F 1a1s L1418 N '------------------------------ 1501 Qrj 1421 ) 1421 1422 u � LLJJJ 1422 1425 C ' tU1426 ' 1428 f 1502 i 1425 41 JI _ ' LATERAL(T(PJ --------------------- 0142915041429 ________I �� fillL� .,dna 1433 1434 1507 1506` 1433 ,' I I I U 1400 1509 I`7508� 1437 , _______________ LLJu J --- 1437 1438 DEFOREST AVE — - ----------- --- --- - ------------ --- E? - n '`rr , 1800 1303 1125 I Legend _ Manhole - No Rehabilitation Required Manhole To- Be -Lined ------ 1355F Q Manhole To -Be -Replaced Sanitary Sewer Pipe To-ee-Lined N Sewer Service -Active •'•-^ Sewer Service- Inactve(Capped) LW E S DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1" =100' +/. DRAWN: LBB FRANKLIN STREET JOB N: 13-837 hbk DATE: 11/04/2013 SHEET: 8 of 18 ENGINEERING prr of row,L Crrr (between Highland Avenue to Deforest Avenue) ` Legend Manhole- No Rehabilitation Required Manhole To -Be -Lined Q Manhole To -Be -Replaced Sanitary Sewer Pipe To -Be -Lined Sewer Service -Active ••—• Sewer Service- Inactive (Capped) N 526 1 1 1 1 1 t 1 1 1 ITEM UNIT Remove ProtrudingTap(s) EA 24" Dia. Cured in Place Liner LF Reinstate Lateral Service Connection EA LATERAL (TYR) C7-< -4r 640 QUANTITY 0 874 3 42 4th p! 709 609 620 624 IA 2014 SEWER REHABILITATION PROJECT DESIGN: BAB SCALE: 1" - 100' CRANDIC RAILROAD (FRONT STREET) DRAWN: LBB JOB#: 13-837 -44099CDATE: 11/04/2013 (from just north of W. Prentiss Street to SHEET: 9 of 18 ENGINEERING U1 r or unve cn'r I I just south of the Iowa Interstate Railroad) M 620 632 632 ITEM UNIT QUANTITY 3. Remove ProtrudingTap(s) EA 0 y 8. 24" Dia. Cured in Place Liner LF 751 j 9. Reinstate Lateral Service Connection EA 1 - 10. Manhole Rehabilitation LVF 32 Hh3o 719 2� 4, N O 00 C:) GA c_ �_. a 817 ----------- ---- ------ -------------- '�7y�o Legend 0 Manhole- No Rehabilitation Required __ --- - Manhole To -Be -Lined - Q Manhole To-Be-Replaoed Sanitary Sewer Pipe To -Be -Lined Sewer Service - Active + Fw+E •••-- Sewer Service - Inactive (Capped) i DESIGN: BAB LBB 2014 SEWER REHABILITATION PROJECT CRANDIC RAILROAD (FRONT STREET) SCALE: 1" = 100' JOB#: 13-837,._DATE: w' 11/04/2013 (from the Iowa Interstate Railroad to W. Benton Street) SHEET: 10 of 18 YDRAWN: C ITI'OFIpnA A� Ix+vn+me Cm+nn+r � ITEM UNIT QUANTITY T108F-1 laze 20021. Remove ProtrudingTap(s) EA 3 2. 8" Dia. Cured in Place Liner LF 384 ,__ 3. Reinstate Lateral Service Connection EA 7 F ST 4. Manhole Rehabilitation LVF 0 r-------------- --- A _ 2026 Gs ' 2001 ' I - T�iy 0 2107 1 . Cr tall 1921 F 910 I 916 2005 _... ---------- r -------------- n --- , , 920 i--- -- ', 2106 I I 2024 ztoa 1914 1922 9_27 921 926 2020 , __ _ , G ST ! -----------r---- -------- ---- F' - l I—I LATERA L MP.) . J I lul 1923 1------------- 2001 i 2009 i 2018 2025 1003 i 2101 2105 19131 1817 1608 --------------- I y� to19 10 I� , 20 1077 W — , , ______________, 2704 7918 19 Q 2002 2006 2010 2022 1 7023 20 I� ❑ 1 I--- 1026 U 7928 1027 , -------------- Legend H ST �n C_ ® Manhole- No Rehabilitation Required ---- Manhole To -Be -Lined---------------- -------r QQ Manhole To-Be-Replaced ewe_____________i2019_ 'I'_____ ) . Sanitary Sr Pipe To-BaLined N Sewer Service -Active W E •••—•'Sewer Service- Inactive (Capped) I 20051 925 DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1" =100' hbk DRAWN: LBB JOB 13-837 G STREET ENGINEERING DATE: 11/04/2013 (from 3rd Avenue to 4th Avenue) SHEET: 11 of 18 C17Y OF lOIL'A WTy A+I.vva,rt, C,,.m.,... i 11 v .A 9 h ti 5 .1615 15\ 1621 16so 1639 1818 1645 1501 ITEM UNIT QUANTITY 1. Remove ProtrudingTap(s) EA 0 2. 8" Dia. Cured in Place Liner LF 142 3. Reinstate Lateral Service Connection EA 0 4. Manhole Rehabilitation LVF 0 1658 r 1674 1655 �. 1665 1675 1685 1680 1686 1692 �l 1696 1691 \ v ' 1704 1701 1685 1710 Legend Manhole- No Rehabilitation Required --------- — - Manhole To -Be -Lined QQ Manhole To -Be -Replaced 1122 1136 11221136 1122 1122 1122 Sanitary Sewer Pipe To -Be -Lined (\�� 1122 N 1136 1138 \136 1122 Sewer Service -Active '\ 1122 1 1136 1122 / 11 1122 1122 W�E .......Sewer Service- Inactive (Capped) 11361136 1138 J S A0 -`' DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: I"= 100' hbk DRAWN: LBB RIDGE ROAD JOB#: 13-837 -,.r_ f DATE: 11/04/2013 SHEET: 12 of 18 ENGINEERING CITYOPIOrvAWTY (SE of Virginia Drive) nt 1s„un.ne: cnd�ra+r �s O r.. D—i s 'i" 1680 1686 1692 �l 1696 1691 \ v ' 1704 1701 1685 1710 Legend Manhole- No Rehabilitation Required --------- — - Manhole To -Be -Lined QQ Manhole To -Be -Replaced 1122 1136 11221136 1122 1122 1122 Sanitary Sewer Pipe To -Be -Lined (\�� 1122 N 1136 1138 \136 1122 Sewer Service -Active '\ 1122 1 1136 1122 / 11 1122 1122 W�E .......Sewer Service- Inactive (Capped) 11361136 1138 J S A0 -`' DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: I"= 100' hbk DRAWN: LBB RIDGE ROAD JOB#: 13-837 -,.r_ f DATE: 11/04/2013 SHEET: 12 of 18 ENGINEERING CITYOPIOrvAWTY (SE of Virginia Drive) nt 1s„un.ne: cnd�ra+r ITEM UNITUQ ANTITY 1. Remove ProtrudingTap(s) EA 3 2. 8" Dia. Cured in Place Liner LF 489 3. Reinstate Lateral Service Connection EA 6 1021 4. Manhole Rehabilitation LVF 0 ' 1019 1017 /'I� II 1007 j � 931 927 923 919 I ' 915 911 905 ' 901 I 829 __ _____ � ' � I 827 M N 276.5 - ------------ ___ 1v ----- - Included on Shea 5 ZCn a -- 1064------J----- •,. -- --- - \06a 1064 -- MN?76 1064 1064 1064 •' . - —m = losa_ law losa Liosa �� _ - 47 i 1050 1050 36 1084 e ___ \ �• 41 i 1050 1050 i '•r -- 41 i084 1050 1050 / -- -- i `.1050 /1', < 1050 1050 1044 / i 35 I 1050, 30 ; •.1050/1050 i ` LATERAL(TYRI__-. 35 _____ 1040 31 _ _ _ XLi f 29 I C 29 28 I j 31 1032 29\27 25 29 27 25 1028 --' 25 - 25'25f . 25 __-------_-- 2 25 25 25 I I 25 ________r -_1 X25 25 25 LLL111 25 1022 ------- 25 25 25 25 - -�- 26 25 - 25 _ 25 25��_�.�_�_ 1018 1012 (� _ -� �i ❑ Anna i I 908 I 902 ° l Legend ° Manhole- No Rehabilitation Required _ --- Manhole To -Be -Lined Q Manhole To-ae-Replaced ------- -- Sanitary Sewer Pipe To -Be Lined _ N —Sewer Service -Active W�E ....... Sewer Service - Inactive (Capped) V S DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1" = 100' hbk DRAWN: LBB VALLEY AVENUE JOB $1: 13-837 ENGINEERING DATE: 11/04/2013 (from the Crandic Railroad/Highway 6 to Newton Road)) SHEET: 13 of 18 C1TT Oh7OWd CITY ITEM UNIT QUANTITY v _ 5 14 1 1. Remove ProtrudingTap(s) EA 1 2. 8" Dia. Cured in Place Liner LF 175 15Rf 3. Reinstate Lateral Service Connection EA 0 < STG�FN 4. Manhole Rehabilitation LVF 0 1710 2"\/ 415 0406 50 uj lul > Q ; ______________________ (7 500 Z � F � 3 505 - - -- n 512 P.22 1355 N D 1400 t 6k a I p— __q n r— �rrI J -0 M a i 1313 Co 1400 i 1313 521 i Legend_____ _ 532 0 Manhole- No Rehabilitation Required i i Manhole To -Be -tined I Manhole To -Be -Replaced 531 ___ ------------------- I _ I -_ Sanitary Sewer Pipe To -Be -Lined ? GRISSEL PL Sewer Service -Active --_.___ V+Z ....-•Sewer Service - Inactive (Capped) � _ rn DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1" = 100' DRAWN: LBB 1 WHITING AVENUE JOB p: 13-837 WtIARING DATE: 11/04/2013 (between Grissel Place & Ridge Road) SHEET: 14 of 18 U/ P UI 101E-1 CIT ) Ac IvYA+m (AMPFvY 11w 209 ITEM UNIT QUANTITY 3. Remove ProtrudingTap(s) EA N/A 4. 8" Dia. Cured in Place Liner LF N/A 9. Reinstate Lateral Service Connection EA N/A 10. Manhole Rehabilitation LVF 12 I I __..- L-'.- _..� E MARKET ST I ' I ' 192 715 li 717 729 i L_ I I' --- 719 l 721 119 J■E F_LAI♦I• 27 Z 112 1' P 106 610 614 622 109 i 606 � 608 I ii ------------- i I 630 I _____ _�__ _L_____ ___ _________L________ _ __________ E JEFFERSON ST • 629 21 120 710 'I 7� 720 - 722I 730 -; 732 i — 0.2'14 =ter. J 20 ll. i 711 1 713 I 1717 27 23 25 i4 iU I l L I is Legend ® Manhole- No Rehabilitation Required i 11 I ---- Manhole To -Be -Lined 614 6,8 714 ; 722728712Manhole To -Be -Replaced --- -- i FL I�'1,I Sanitary Sewer Pipe To -Be -Lined I ( i N 830Sewer Service -Active�--------L--- ---------'---------W E Sewer seryice-Inactive (Capped) -`-'--- `--'------ S DESIGN: BAB 2014SEWER REHABILITATION PROJECT 7J0RV'-.. 1"=100' hbk DRAWN: LBB INTERSECTION OF JEFFERSON STREET & DODGE STREET 13-837DATE: 11/04/2013 (Manhole Rehabilitation) 15 of 18 CI7 Y 0F101VA C17Y 1.741 j ITEM UNITUQ ANTITY 1L71!46 1. Remove Protruding Tap(s) EA 0 _ 2. 15" Dia. Cured in Place Liner LF 128 747 3. Reinstate Lateral Service Connection EA 0 748 4. Manhole Rehabilitation LVF 0 -------------------- 424 --i p 624 .________7________ ________629 -- Q i C1 I , 621 Q LU 753 Z -------------------I �� .............. r ________759 N W 3 , I � 6z7 , E760 los ---' ; � — '------------------i 706 --- 212D 765 766 I711' I 705 712 771 772 717 709 718 — -,--- ---_ 2110 � ___i , ___ _____________ ------------------ O --- —f 747 735 �n C_ 715 , 724 I 793 ------- f: MH 2369 _!'a r 710 2107 "- " 730 = 789_____________________ N I -------------------- —. MH 919,;' CO 2118 i 748 736 805 735 i �_—_____I �___—_--__—____ 742 2128 (___________ ,- --------------- 812 i f 8 4 2120 817LA I 818 % 716 W ' ' Y 823 824 ------ O WESTGATE CIR Legend 830 Manhole - No Rehabilitation Requiietl 7- i Manhole To-Be-Linetl I---------------- ® Manhole To -Be -Replaced I I 1 I Sanitary Sewer Pipe To -Be -Lined 3 N 836 I 5F1 i '• Sewer Service -Active ••••_•• Sewer Service - Inactive(Capped) DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1"=100' hbk DRAWN: LBB WHEATON ROAD JOB #: 13-837 DATE: 11/04/2013 (between addresses 728 & 730) SHEET: 16 of 18 ('UNc,I I LF;ttic Cll 1'Ol-1011A (I l'1' A`r. - I 521 fi30 427 ITEM 3. Remove Protruding Tap(s) 6. 12" Dia. Cured in Place Liner s3z 79s i�1i / 9. Reinstate Lateral Service Connec I ;520 71s 10. Manhole Rehabilitation 22 ,7524 , ---11 i 514 QUANTITY EA 0 I I 510 ' 712 716 i i 502 I 724 725 IIIIJ•J5I , 0 LV 0 UNIT QUANTITY EA 0 LF 272 EAo 0 LV 0 x i L_71.._4L�1I_ ___________ _ _ _ L______ Q� b19 i I 830 804 812 jj820 l 828 FAIRCHILD ST I =Wi 811 819 i 21 4 i 814 820 826 , I� r 30 ---------------- E DAVENPORT ST - , i ---- Legend 329 ® Manhole - No Rehabilitation Required 715 j 717 725 32B 330 i �❑ LJ Manhole To-BaLineO ❑ I I I _______ 11 L__________ � 809 817 I_ ® Manhole To -Be -Replaced Sanitary Sewer Pipe To -Be -Lined ___i { 323 N , , r —__—_—, �Q324 i Sewer Service -Active i W E I, • ••-•' Sewer Service- InacBve (Capped) ! 317 i AB SEWER DRAWN: BBB ZON4UCASSTREET&FAIRCOLDSTREETT OBt<•. 13-8370 hbk •1 ENGINEERING DATE: 11/04/2013 (between addresses 721 & 421) SHEET: 17 of 18 a1r<ir101nurr T 402 7_1_8 7_20 732 ISI i L_71.._4L�1I_ ___________ _ _ _ L______ 1iI�III __. 1� __ 811 819 i 21 4 i 814 820 826 , I� r 30 ---------------- E DAVENPORT ST - , i ---- Legend 329 ® Manhole - No Rehabilitation Required 715 j 717 725 32B 330 i �❑ LJ Manhole To-BaLineO ❑ I I I _______ 11 L__________ � 809 817 I_ ® Manhole To -Be -Replaced Sanitary Sewer Pipe To -Be -Lined ___i { 323 N , , r —__—_—, �Q324 i Sewer Service -Active i W E I, • ••-•' Sewer Service- InacBve (Capped) ! 317 i AB SEWER DRAWN: BBB ZON4UCASSTREET&FAIRCOLDSTREETT OBt<•. 13-8370 hbk •1 ENGINEERING DATE: 11/04/2013 (between addresses 721 & 421) SHEET: 17 of 18 a1r<ir101nurr `•, '-� ITEM UNIT QUANTITY 3. Remove ProtrudingTap(s) EA N/A 4. 8" Dia. Cured in Place Liner LF N/A `� `•.� 9. Reinstate Lateral Service Connection EA N/A 10. Manhole Rehabilitation LVF 13 — \ \ - �MELROSE CT ter. !y 49- ��F F,psgTF �\ E-1d `. %'Pill r-, O �' 0 R � -------------- CA - I n ' a j pl s n"' �•+ 0 Legend DZK N Manhole - No Rehabilitation Required P Manhole To-Be-Lined i QQ Manhole To-Be-Replaced ; Sanitary Sewer Pipe To-Be-Lined I N Sewer Service - Active ^•—• Sewer Service- Inactive (Capped) I W+E I S r, DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1" = 100' hbk `i DRAWN: LBB GREENWOOD DRIVE JOB#: 13-837 ENGWEERING DATE: 11/04/2013 (South of the Iowa Interstate Railroad - Manhole Rehabilitation) SHEET: 18 of 18 Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5144 RESOLUTION NO. 14-7 RESOLUTION SETTING A PUBLIC HEARING ON JANUARY 21, 2014 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2014 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 #33210. 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 the 21st day of January, 2014, 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 7th day of January , 20 14 G .S_' tf 11� •� ATTEST: 111uticw� CITY LERK pweng"asterMsetph doc 1/11 Approved by cCsu I a-,)o_t3 City Attorney's Office Resolution No. Page 2 It was moved by Mims and seconded by Payne the Resolution be adopted, and upon roll call• there were: AYES: NAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, SPECIAL PROVISIONS AND ESTIMATE OF COST FOR 2014 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, special provisions and estimate of cost for the construction of 2014 Sewer Rehabilitation Project in said city at 7:00 p.m. on the 21st day of January, 2014, said meeting to be held in the Emma J. Harvat Hall in 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, special provisions and estimate of cost are now on file in the office of the City Engineer in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NOTICE TO BIDDERS 2014 SEWER REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 11th day of February, 2014. Sealed propos- als 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 18'" day of February, 2014, or at a special meeting called for that purpose. The Project will involve the following: Lining of 3048 LF 8" diameter sewer pipe, 295 LF 10" diameter, 526 LF 12" diameter, 128 LF 15' diameter pipe, and 1625 LF 24" diameter sewer pipe, 113 VLF of manhole rehabilitation, reinstatement of 60 service laterals, removal of protruding service taps and other associated sewer lining work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Early Start Date: March 1, 2014 Specified Completion Date: June 15, 2014 Liquidated Damages: $400 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bidders. A $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 respect to bidders who are not Iowa residents. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK MST7;Tr_ 6 Prepared by: Daniel Scott, Public Works, 410 E. Washington Sl., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 14-21 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2014 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 # 33210. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 11th day of February, 2014. 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 18th day of February, 2014, or at a special meeting called for that purpose. Passed and approved this 21st day of January 20 14 MAYOR Ap roved by ATTEST:_ e�h CIV --CLERK City Attorney's Office pwengVnastersVesappp&s.doc 1114 Resolution No. Page 2 It was moved by Mims and seconded by Botchway the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x x Botchway Dickens Dobyns Hayek Mims Payne Throgmorton Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS -CITIZEN FED.ID#42-0330670 I, Lt SIR 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): 'Sia -c\ cS , "zI4' Legal Clerk Subscribed and sworn to before me this 4 �/ day of aiq 00,(14 A.D. 20�. Notary Public p1At� RACHELSHALLA 4' 4616 o 6 Commission Number 7817 z My Commission Expires Iowa • 12108/2016 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARINI; FORM OF CONTRACT, SPECIAL PROVISIONS AND ESTIMATE OF COST FOR 2014 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, special provisions and estimate of cost for the con- struction of 2014 Sewer Rehabilitation Project in said city at 7:00 p.m, on the 21st day of January, 2014, said meeting to be held in the Emma J. Harvat Hail in 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, special provisions and estimate of cost are now on file in the office of the City Engineer in City Hall in Iowa City, Iowa, and may be inspected by any interest- ed 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, specifica- tions, 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 vccwwame< January 15, 2014 Printer's Fee $ I L --2 V - CERTIFICATE OF PUBLICATIOA STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEP FED.ID#42-0330670 I, 01,T) a bu AA N , 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 day of Notary Public ARACKELSHALLA Commission t4umber781715 ?� '6utp MyCommisslonElfpifeli IPJW2016 OFFICIAL PUBLICATION NOTICE TO BIDDERS 2014 SEWER REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the filth day of February, 2014. Sealed proposals will be opened immedi- ately 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 18th day of February, 2014, or at a special meeting called for that purpose. The Project will Involve the follow- ing: Lining of 3048 LF 8" diameter sewer pipe,' 295 LF 10" diame- ter, 526 LF 12" diameter, 128 LF 15" diameter pipe, and 1625 LF 24" diameter sewer pipe, 113 VLF of manhole rehabilitation, reinstatement of 60 service lat- erals, removal of protruding ser- vice taps and other associated sewer lining work. All work is to be done in strict com- pliance with the plans and specifications prepared by the City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed. envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City In the event the successful bidder falls to enter into a contract within ten (10) calendar days and post bond satisfactory to the City ensur- ing 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 fora pan- od 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 per- cent (1000A) 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 materi- als and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the Improvement for a period of two (2) years from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Early Start Date: March 1, 2014 Specified Completion Date: June 15,2014 Liquidated Damages: $400 per day The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bid- ders. A $25 refundable fee Is required for each set of plans and specifica- tions 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 subcontract. 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 prides and extend- ed dollar amounts. If no minority business enterprises (MBE) are uti- lized, 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 t (515) 242-4721. By virtue of statutory authority, preference will 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 Preference Act applies to the contract with respect to bid- ders who are not Iowa residents. The City reserves the right to reject any or all. proposals, and also reserves the right to waive techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Pc�000031063 January 27,-2014 MmTrfr_Tr� 5d") Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5144 RESOLUTION NO. 14-30 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2014 SEWER REHABILITATION PROJECT. WHEREAS, Visu-Sewer, Inc. of Pewaukee, WI, has submitted the lowest responsible bid of $317,451.50 for construction of the above-named project; and WHEREAS, funds for this project are available in the Annual Sewer Repair account # 33210. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: The contract for the construction of the above-named project is hereby awarded to Visu- Sewer, Inc, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 18th day of February , 2014 Z5�� MAYOR Approved by // o ATTEST: A7d"f�(A.irs�tc,Cf�IC{7�a CITY CLERK City Attorney's Office �2 IA4 It was moved by rums and seconded by Payne the Resolution be adopted, and upon roll call there were: AYES: pwengbmasters\awrdcon.doc 2114 NAYS: ABSENT: Champion Dickens Dobyns Hayek Mims Payne Throgmorton FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City'), and N 1 Sir - . t 1gM w�c ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 14.t' day of_TQn&1A,, , 2014, for the 2014 Sewer Rehabilitation Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers IM, Z 3 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; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; L Contract Compliance Program (Anti -Discrimination Requirements); I 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 AGA l /V 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 25TH day of_ EFGRLVARI 20jAA_. Ci Contractor Bv By 14 az t KL-tTH M. AL7--xHUDE2 Mayor ATTEST: /l...'IMAM i AG -2 (Title) PRGcjv%FL r ATTEST: 5�1CS S. SERKCrIC.H (Title) CouDRATE Sr -cg I (Company Official) Approved By: City Attorney's Office FORM OF PROPOSAL 2014 SEWER REHABILITATION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder lk I w V 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 $ CF -MT CS CF—Min accordance with the terms set forth in the 'Project Specifications." E1mou sT Bio 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 N , 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 2. Traffic Control 3. Remove Protruding Service Taps 4_ 8 -inch dia. Cured -in - Place Pipe 5. 10 -inch dia. Cured -in - Place Pipe 6, 12 -inch dia. Cured -in - Place Pipe 7. 15 -inch dia. Cured -in - Place Pipe 8. 24 -inch dia. Cured -in - Place Pipe 9. Reinstate Lateral Service Connections 10. Manhole Rehabilitation L.S. LS, Each L.F. L.F. L.F. L.F. L.F. Each L.V.F, 1 1 20 3,761 295 526 128 1,625 70 122 ..... ... 32.50 ` q-%%1.So 38.50 20_�0o 66.00 28.00 150.00 12.0.00 TOTAL EXTENDED AMOUNT = FP -1 8.Ob P43, obb• 00 0 500.00 —L 64p.00 $-3LqA5 I. SO 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: �ISU-SEt�\ER, T -Mc - Signature: LA Printed Name: V<T- A M. FlLFlcpw��ER Title: PRLStnsmT Address: \1130 EVASSS EMs KFR DRvae P�WwvKCE, WS. 53012 Phone: (-Lt.2> lod.5- 23Lk0 Contact: CURT NoFFART FP -2 O1/31/2014 13:00 3193565007 ENGINEERING PAGE 01/05 ADDEN UM NO. 1 January 31, 2014 2014 SEWER REHABILITATION PROJECT CITY OF IOWA CITY The information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. Information contained in the Addendum supersedes all forms ofcommunication where conflict exists. Contractor shall acknowledge receipt of the Addendum on the Aid Form. Failure to do this may result in disqualification of the bidder. PLANS I. Replace Sheet 17 of 18: Revisions include the following: Manhole symbols were shown incorrectly. SPECIFICATIONS Replace Page 01310-1 and AF -2: Revisions include the following: • Completion Date —August 29, 2014 2. Page SC -2: Please note the following • The general contractor will need to obtain proper railroad insurance as required by Cedar Rapids and Iowa City Railway Co. 3. Replace Page 01025-4: Revisions include the following: • Approved equal products: Pcrmaform (Permacast) w/ Con Shield Monoform (Infratech) Strong Seal MS -2 A (The Strong Company) Raven 405 (RLS) Silatec MSM w/ Agion (Cemtec) 1 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: rian�E. Iowa Reg. No. 16503 My license renewal date is December 31, 2014 DATE: 1/31/2014 Addendum No.1 November 14, 2013 Page 1 of 1 1311 O1/ZuJ.4 1J: uu Jl7Jnbbbl3/ tNU1NttKlNle F'AGt by/bb 514 O ❑ i '1DD; 712 1 716 724 721 ... 3D2 j.❑.' ❑ �� 1 430 E �I 721 4311, I 426 - 711 7,5 .LL.��----- --- F_j__ Q j °❑ °2 azo 4.. ..... .............1 . 7z yET 41a - - "----- --' 710 714 718 720 732 402 d E DAVENPORT ST UNIT QUANTI EA ITEM LF 265 EA 2 3, Remove ProtrudingTap(s) 6. 12" Dia. Cured in Place Liner 53z ;Ds 9. Reinstate Lateral Service Connection i 711 719 10. Manhole Rehabilitation 522 I I - 520.._j� j j', 514 O ❑ i '1DD; 712 1 716 724 721 ... 3D2 j.❑.' ❑ �� 1 430 E �I 721 4311, I 426 - 711 7,5 .LL.��----- --- F_j__ Q j °❑ °2 azo 4.. ..... .............1 . 7z yET 41a - - "----- --' 710 714 718 720 732 402 d E DAVENPORT ST UNIT QUANTI EA 1 LF 265 EA 2 FAIRCHILD ST JJI++rr 87.0 8213 ;I�I❑ 42 ILI 1lllJJJrl��u1i 805 817 811 019 ❑ ❑ a2 Cie . 411 E410 -JIL 012 814 620 926 eD4 ada 'i❑ - .- -- ..... ... ---- Legend �I -,1 O Manhole -No Reheblp-tallon Required II �15 717 726 329 J 330 �I 329 Manhole To -Bo -Lined O 1 QQ Manhole To.Oe•Replaced 809 817 711 713 __-. _.... ID . _. �--_-.- __-� ' I SanherySewer PlPe To -Be -Lined 'a 323 N Sewer Service - Active ------------------------ "+ 324 ••-•Sewer Service- Inec(Ive(Capped) 31- W E; DESIGN: BAB 2014 SEWER REHABILITATION PROJECT SCALE: 1"=100' hbk DRAWN: LBB N. LUCAS STREET& FAIRCHILD STREET JOB k: 13.837 ��. DATE: 2013 24 12 r.NC)NP.I:R Luc arrorroP<1 crry � � (between addresses 721 & 421) SHEET: 17 of 18 Jl/JI/ ZJ14 13: JCI 617JbbbJJ/ LNU1NLLKINU PAUL J3/Jb protect and save harmless the City from all claims and damages of a y kind caused directly or Indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years from and after Its completic n and formal acceptance by the City. The following limitatio s shall apply to this Project: Early Start Date: March 1, 2014 Specified Completlo Date: dupe 46„2014 August29, 2014 Liquidated Damages: $400 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bidders. A $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 respect to bidders who are not Iowa residents. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities, Published upon order of the City Council of Iowa City, Iowa, MARIAN K. KARR, CITY CLERK AF -2 tl�/:ill L1714 13:UU JIyUbbbUUI LNUlNttklNU FIAUt U41un 10. Manhole Rehabilitation The unit price for this item shall include all equipment, material, labor, power and water necessary to rehabilitate manholes as denoted in plans and described in specifications. Such rehabilitation shall be a PL•RMACAST (PERMAFORM product) structural liner or approved equal, The unit price for this item will be paid based on the number of vertical linear feet of manhole rehabilitation. The vertical dimension of in-situ manhole replacement will be measured in feet from the lowest flowlinc to the top of the rim. The following products and application are considered to be approved equal: Permaform (Permacast) w/ Con Shield Monoform (lnfratech) Strong Seal MS -2 A (The Strong Company) Raven 405 (RLS) Silatec MSM w/ Agion (Cemtec) 01025.4 0}/31/2014 13:00 3193565007 ENGINEERING PAGE 05/05 SECTION 01310 PROGRESS AND SCHEDULES PART1-GENERAL 1.01 SUMMARY: A. Prepare, submit and update as necessary a schedule of the work, B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre -Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 -PRODUCTS None. PART 3 -EXECUTION 3.01 MEETINGS PRIOR TO CONSTRUCTION.- A. ONSTRUCTION: A. A Pre -Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK A. All Work must be completed by specified completion date of Aine 15, 1=014 August 29, 2014, Liquidated damages of $400 per day will be charged on work beyond that 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, with the exception ofsaw cutting freshly poured concrete, C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. b. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub -phase, the existing phase or sub -phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. 01310-1 ADDENDUM NO. 2 February 4, 2014 2014 SEWER REHABILITATION PROJECT CITY OF IOWA CITY The information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. Information contained in the Addendum supersedes all forms of communication where conflict exists. Contractor shall acknowledge receipt of the Addendum on the Bid Form. Failure to do this may result in disqualification of the bidder. SPECIFICATIONS Replace Page AF -1: Revisions include the following: • Lining of 3,761 LF 8" diameter sewer pipe • Reinstatement of 70 lateral service connections • 122 LVF of manhole rehabilitation 2. Replace Page FP -1: Revisions include the following: • 8 -inch dia. Cured -in -Place Pipe quantity = 3,761 LF • Reinstate Lateral Service Connections = 70 EA • Remove Protruding Taps = 20 EA • Manhole Rehabiliation = 122 LVF 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: DUN 4;ou� 2/4/2014 rian A. oelk P.E. Iowa Reg. No. 16503 My license renewal date is December 31, 2014 Addendum No. 2 February 4, 2014 Page 1 of 1 NOTICE TO BIDDERS 2014 SEWER REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 11" day of February, 2014. Sealed propos- als 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 18'" day of February, 2014, or at a special meeting called for that purpose. The Project will involve the following: Lining of 3048 3,761 LF 8" diameter sewer pipe, 295 LF 10" diameter, 526 LF 12" diameter, 128 LF 15" diameter pipe, and 1625 LF 24" diameter sewer pipe, 413 122 LVF of manhole rehabilitation, reinstatement of 660-70 service laterals, removal of protruding service taps and other associated sewer lining work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council, and shall guarantee the prompt payment of all materials and labor, and also AF -1 FORM OF PROPOSAL 2014 SEWER REHABILITATION PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the 'Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work. ESTIMATED ITEM DESCRIPTION UNIT QUANTITY 1. Mobilization L.S. 1 2. Traffic Control L.S. 1 3. Remove Protruding Each 20 Service Taps 4. 8 -inch dia. Cured -in- L.F. 3,761 Place Pipe 5. 10 -inch dia. Cured -in- L.F. 295 Place Pipe 6. 12 -inch dia. Cured -in- L.F. 526 Place Pipe 7. 15 -inch dia. Cured -in- L.F. 128 Place Pipe 8. 24 -inch dia. Cured -in- L.F. 1,625 Place Pipe 9. Reinstate Lateral Service Each 70 Connections 10. Manhole Rehabilitation L.V.F. 122 UNIT EXTENDED PRICE AMOUNT TOTAL EXTENDED AMOUNT = FP -1 ADDENDUM NO. 3 February 6, 2014 2014 SEWER REHABILITATION PROJECT CITY OF IOWA CITY The information in this Addendum modifies, supplements, or replaces information contained in the Plans and/or Specifications, as applicable, and is hereby made a part of the Contract Documents. Information contained in the Addendum supersedes all forms of communication where conflict exists. Contractor shall acknowledge receipt of the Addendum on the Bid Form. Failure to do this may result in disqualification of the bidder. SPECIFICATIONS Page SC -2: Please note the following • The general contractor will need to obtain proper railroad insurance as required by Cedar Rapids and Iowa City Railway Co. and Iowa Interstate Railroad, LTD. • The enclosed Special Provisions for Work on Railroad Right -of -Way (Iowa Interstate Railroad) shall be considered and included in the contractor's bid. 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: 2/6/2014 rianA. Boelk E. Iowa Reg. No. 16503 My license renewal date is December 31, 2014 Addendum No.3 February 6, 2014 Page 1 of 1 Iowa Department of Transportation SPECIAL PROVISIONS FOR WORK ON RAILROAD RIGHT-OF-WAY (Iowa Interstate Railroad) THE STANDARD SPECIFICATIONS, SERIES OF 2012, ARE AMENDED BY THE FOLLOWING ADDITIONS AND MODIFICATIONS. THESE ARE SPECIAL PROVISIONS AND THEY SHALL PREVAIL OVER THOSE PUBLISHED IN THE STANDARD SPECIFICATIONS. 124005.01 PERMITS. Contractor shall, before entering upon Iowa Interstate Railroad (Railroad) property for performance of work secure permission from Railroad's Assistant Chief Engineer — Engineering Services, position currently held by Tom Klemm, for occupancy and use of Railroad's property and shall confer with Railroad relative to requirements for railroad clearances, operation, and general safety regulations. (In this specification, references to the Railroad's Assistant Chief Engineer— Engineering Services is intended to mean the following: Railroad's Assistant Chief Engineer— Engineering Services or authorized representative) Contractor shall conduct work in a manner satisfactory to Railroad's Assistant Chief Engineer— Engineering Services and shall not damage Railroad property or Interfere with their operations. Railroad's Assistant Chief Engineer— Engineering Services will at all times have jurisdiction over the safety of Railroad operations, and the decision of Railroad's Assistant Chief Engineer— Engineering Services as to procedures which may affect safety of Railroad operations shall be final, and Contractor shall be governed by such decision. Should damage occur to Railroad property as a result of Contractor's operations, and Railroad deems it necessary to repair such damage or to perform work for protection of its property, the required materials, labor, and equipment shall be furnished by Railroad, and Contractor shall reimburse Railroad for costs so incurred as defined In 124005.04 Railroad Reimbursements. 124005.02 TEMPORARY GRADE CROSSINGS. If Contractor requires construction of a temporary grade crossing across Railroad's track(s) for use during performance of the contract, Contractor shall make necessary arrangements with Railroad for construction, protection, and later removal of such temporary grade crossing. Costs of such temporary grade crossing construction, protection, maintenance, and later removal shall be reimbursed to Railroad on the basis of Railroad's bills, to be rendered monthly. Contractor shall not cross Railroad's property or track(s) with vehicles or equipment of any kind or character except at such temporary grade crossing as may be constructed as outlined herein, or at an existing and open public grade crossing " 124005.03 RAILROAD FLAGGING AND WATCHMAN SERVICES. Flagging protection or watchman services required by Railroad for safety of Railroad operations because of work being performed by Contractor, or in connection therewith, will be provided by the Railroad and the cost shall be reimbursed to Railroad on the basis of Railroad's bills, to be rendered monthly. Requirements of the Railroad are as follows: Services of at least one and possibly two watchmen or flagmen will he required during: excavation, placing, and removal of cofferdams or sheeting; driving of foundation piling and placing of the concrete footings for piers adjacent to track(s); construction and removal of falsework, bracing, or forms over or adjacent to track(s); construction or equipment across the track; setting or placing of beams or girders in span(s) over any frack(s); any construction operations Involving direct interference with Railroad's track(s) or traffic, fouling of Railroad operating clearances or reasonable probability of accidental hazard to railroad traffic; or whenever workers or equipment will be working within 25 feet of the centerline of any live track. If an existing bridge or other structure Is to be removed, services of at least one and possibly two watchmen or flagmen will be required during removal of that portion of existing structure immediately over or adjacent to any track. Flagmen will also be furnished whenever, in the opinion of the Railroad, such protection is needed. In order that the Railroad may be prepared to furnish protective services, Contractor shall notify Railroad at least 72 hours in advance of when protective services will be needed. 124005.04 RAILROAD REIMBURSEMENT. Rates of pay for Railroad employees will be the prevailing Railroad hourly wage for an 8 hour day for the class of employee(s) Involved during the regularly assigned hours, overtime in accordance with any Labor Agreements and Schedules and Railroad's standard additives, all as in effect at the time the work is performed. Wage rates are subject to change, at any time, by law or by agreement between Railroad and employees, and may be retroactive as a result of negotiations or a ruling of an authorized Governmental Agency. If wage rates are changed, Contractor shall pay on the basis of the new rates. Contractor shall reimburse, monthly, the Railroad for costs of all services performed by Railroad for the Contractor, and furnish the Engineerwritten evidence that Railroad has acknowledged receipt of same before final payment will be made for the project. 124005.05 SAFETY OF OPERATIONS. During construction of footings or piers or other supports or structures adjacent to any track of the Railroad, Contractor shall make adequate provision against sliding, shifting, sinking, or in any way disturbing railroad embankment and track(s) adjacent to said piers, supports, or structures due to said construction operations, by driving temporary sheeting in a manner satisfactory to bath the Engineer and Railroad. Before commencing work on any pier or structure adjacent to any track, Contractor shall submit prints of proposed sheeting, bracing details, or temporary structure for protection of Railroad's track(s) to the Engineer and Railroad for review. This submittal shall include the proposed method of installation and be accompanied by supporting data, including design computations, logs of soil borings, and other pertinent information. The Track Shield Detail shall control the requirements for track protection during bridge demolition. After review by the Engineer, two sets of prints of proposed sheeting and bracing details bearing the seal of a registered structural or professional engineer, registered in the state of Iowa together with the supporting documents, shall be forwarded to the Railroad's Assistant Chief Engineer— Engineering Services for review and approval. Contractor shall notify the Railroad's Assistant Chief Engineer— Engineering Services in writing no less than ten working days in advance of the proposed time of the beginning of the construction of the piers, supports, or structures adjacent to the track(s). 124005.06 TEMPORARY CLEARANCES. The fallowing temporary clearances are the minimum which shall be maintained at all limes during construction operations: Vertical: 21.5 feet above top of highest rail Horizontal: 15.0 feet from centerline of nearest track, measured at right angles thereto If lesser clearances than the above are required for any part of the work, Contractor shall secure written authorization from Railroad's Assistant Chief Engineer— Engineering Services for such lesser clearances in advance of the start of work of that portion of the project along, on, over, or across the property or track(s) of the •- Railroad. Contractor shall not store any materials, supplies or equipment closer than 25.0 feet from centerline of any railroad track, measured at right angles thereto. 124005.07 FINAL CLEANUP. Contractor shall, upon completion of the work, remove from within the limits of the property of the Railroad, all machinery, equipment, surplus materials, falsework, rubbish, or temporary buildings of said Contractor; remove the approaches to any temporary grade crossing(s) constructed for Contractor's use, restoring same as nearly as practicable to conform to adjoining terrain; remove any accumulated silt in Railroad's side ditches, restoring proper flow thereto, employ erosion control measures as appropriate to prevent further siltation until ground cover is reestablished; and In all other respects leave said property In a neat condition satisfactory to Railroad's Assistant Chief Engineer— Engineering Services. 124005.08 RESPONSIBILITY OF SUPERVISION. Nothing In this specification shall be construed to place any responsibility on Railroad for quality or conduct of the work performed by the Contractor hereunder. Any approval given or supervision exercised by Railroad hereunder, or failure of Railroad to object to any work done, material used, or method of operation shall not be construed to relieve Contractor of any obligations pursuant hereto or under the agreement this specification Is appended to. 124005.09 LIABILTY AND PROPERTY DAMAGE INSURANCE FOR WORK WHOLLY OR PARTLY WITHIN RAILROAD RIGHT-OF-WAY. In addition to the requirements of Article 1107.02, A, of the Standard Specifications, the Contractor shall carry Insurance of the following kinds and amounts. A. Insurance Required of Contractor 1. Statutory Workers Compensation and Employer's Liability Insurance. 2. Automobile Liability in an amount not less than $2,000,000 combined single limit 3. Comprehensive General Uability, Occurrence Form in an amount not less than $2,000,000 per occurrence. In the event the policy is Claims Made Policy, coverage shall Include an aggregate of $6,000,000. The policy shall name the Railroad as additional Insured. It also shall have no exclusions regarding doing business on, near, or adjacent to railroad facilities or loss or damage resulting from surface or subsurface pollution contamination, seepage, handling, treatment, disposal, or dumping of waste materials or substances. The Policy shall name Iowa Interstate Railroad as additional Insured and shall not contain any exclusions related to: a. Doing business on, near, or adjacent to Railroad facilities. b. Loss or damage resulting from surface, subsurface pollution contamination or seepage, or handling, treatment, disposal, or dumping of waste materials or substances. The above policies shall contain a waiver of the right of subrogation 4. An Occurrence Form Railroad Protective Policy with limits of not less than $2,000,000 per occurrence for Bodily Injury Liability. Property Damage Liability and Physical Damage to Property, with $6,000,000 aggregate for the term of the policy with respect of Bodily Injury, Liability, Property Damage Liability and Physical Damage to Property. The policy shall name: Iowa Interstate Railroad. Before commencing work, Contractor shall submit to the Railroad and Contracting Authority a certificate of insurance evidencing the foregoing coverage and a certified, true, and complete copy of the policy or policies. The policies shall provide for no less than 30 calendar days prior written notice to the Railroad and Contracting Authority of cancellation of or any material change in, the policies. It is understood and agreed that the foregoing insurance coverage is not intended to, and shall not relieve the Contractor from or serve to limit Contractor's liability or indemnity obligations under the provisions herein. It is further understood and agreed that, so long as the Contract remains in force, the Contracting Authority may from time to time revise the amount or form of insurance coverage provided as circumstances or changing economic conditions may require. The Contracting Authority will give the Contractor written notice of any such requested change at least 30 calendar days prior to the date of expiration of the then existing policy or policies, and the Contractor agrees to, and shall, thereupon provide the Contracting Authority with such revised policy or policies therefore. The cost of additional insurance beyond that required by this specification will be paid for according to Article 1109.03, B, of the Standard Specifications. B. Insurance required of Subcontractor If a Subcontractor is used by the Contractor for the performance of the work, before commencing work, the Subcontractor shall provide and maintain the following Insurance, in form and amount and with companies satisfactory to, and as approved by, the Contracting Authority. 1. Statutory Workers' Compensation and Employer's Liability insurance. 2. Automobile Liability in an amount not less than $2,000,000 combined single limit. The above policies shall contain a waiver of the right of subrogation. 3. An Occurrence Form Railroad Protective Policy with limits of not less than $2,000,000 per occurrence for Bodily Injury Liability. Property Damage Liability and Physical Damage to Property, with $6,000,000 aggregate for the term of the policy with respect of Bodily Injury, Liability, Property Damage Liability and Physical Damage to Property. The policy shall name: Iowa Interstate Railroad. Before commencing work, Subcontractor shall deliverto the Contracting Authority acertificate of Insurance and original copy of the policy evidencing the foregoing coverage and upon request the Subcontractor shall deliver a certified, true, and complete copy of the policy or policies. The policies shall provide for no less than 30 calendar days prior written notice to the Railroad and Contracting Authority of cancellation of or any material change in, the policies. 124005.10 INDEMNITY Contractor shall indemnify, defend, and hold harmless the RAILROAD from any and all claims, demands, lawsuits, or liability for all losses, fines, damages, Injuries, and deaths to persons or property (real or personal property) and all expenses and costs, including attorney fees, costs of litigation, and all other defense costs, resulting from or arising from the activities of the contractor(s) or any agents in the performance of the construction, repair, or maintenance work on said highway bridge. Notwithstanding the foregoing, nothing herein contained is to be deemed or construed as Indemnification against the negligence of the RAILROAD and their officers, employees, or agents 124005.11 METHOD OF MEASUREMENT AND BASIS OF PAYMENT. Railroad Insurance Provisions required by this specification beyond those required by Division 11 of the Standard Specifications will be measured as a lump sum. The cost of insurance provisions above that required by Division 11 of the Standard Specifications shall be included in the lump sum bid price for Railroad Insurance Provisions. PERFORMANCE AND PAYMENT BOND Visu-Sewer, Inc. (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and Merchants Bonding Company (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 Three Hundred Seventeen Thousand Four Hundred Fifty- Dollars One o ars & 50/100 ($211,451-50) 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 02/25/14 entered into a (date).. written Agreement with Owner for the 2014 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 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 Km funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 2014 SIGNED AND SEALED THIS 25th DAY OF February IN THE PRESENCE OF: A,VK.t_&_))t. I i Witness im Visu-Sewer. Inc. �Q �Princi�aQ 1Lc�ru M 1 F O��f1FP 2100 Fleur Drive (Street) Des Moines IA 50321 (City, State, Zip) 800-678-8171 (Phone) 7 } MERCHANTS BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Debbra A Hinkes; Pamela M Hineman; Robert M Tortelli of New Berlin and State of Wisconsin their true and lawful Attomey-in-Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such Instrument shall not exceed the amount of: TWENTY-FIVE MILLION ($25,000,000.00) DOLLF_RS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attomey is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-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. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission 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, the Companies have caused this instrument to be signed and sealed this 3rd day of December, 2013. N„•,•r,�•u�- ••Y MERCHANTS BONDING COMPANY ;rry,*�pp�tJ ORq'•.';IB�'t ap`APUN,;'A•�y: MERCHANTS NATIONAL BONDING, } xj 2003 i = • y • 1933 : c,By STATE OF IOWA �'�y„ �►,..• ..... •' President COUNTY OF POLK as. On this 3rd day of December 2013, before me appeared Larry Taylor, to me personally kncwn, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; end that the seals affixed to the foregoing instrument Is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. MARANI GREENWALT 44x46JLn LtG�G: F Com Commission Num Expires 12 f My Commission Expires October 28, 2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK as. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing Is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness W thisaCyJ_}Cay of POA 0014 (11 /11) have hereunto set my hand and affixed the seal of the Companies on 2014 •.�:7 _ - •�- -0- 2003 '.o ' y 1933 •':int �,i ••J1(�r'•,�,,,.. Secretary CERTIFICATE OF LIABILITY INSURANCE F 1 ziz%zola ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER R S R Insurance Services, Inc. 1581 E Racine Avenue PO BOX 1610 Waukesha WI 53186 CONTACT NAME' `my Brennan PHONE (262J 574-7000 AIL Not, (262)574-7000 E-MAIL ADDRESS'amy.breanan@rrins.com INSURERS AFFORDING COVERAGE NAIC q INSURER A:The Phoenix Insurance Company 5623 INSURED Visu-Sewer Inc W230 N4855 Betker Road PO Box 804 Pewaukee WI 53072-0804 INSURER B -The Charter Oak Fire Ins.* 25615 INSURER c:The Travelers Indemnity Company 5658 INSURER D:The Travelers Indemnity CompamV 25682 INSURER E:The Travelers Property Casualty 5674 INSURER I: COVERAGES CERTIFICATE NUMBER:13/14 WI Liability/BR/IM REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR rypE OF INSURANCE ADDLSUBR INSR MO POLICY NUMBER POLICY EFF MMMD POLICY EXP MMMDIYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO PREMISES Ea occurrence) S 300,000 A CLAIMS -MADE OCCUR TC0-5968X624-PRX-13 /1/2013 /1/2014 MED EXP (Anyone person) S 5,000 PERSONAL S ADV INJURY S 1,000,000 X Blkt Add'1 Ioad Endt. X1 5,000 PD Deductible GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES PER:PRODUCTS-COMP/OP AGG000,000 POLICY X PRO LOC Employee BeneFis Liability 000,000AUTOMOBILE LIABILITY h$2,000,000 EeaOSINGLE LIMIT 000000 ANY AUTO T810-5968X624-COF-13 /1/2013 /1/2014 BODILY INJURY (Per erson) ALL OWNED SCHEDULEDAUTOSAUTOSXHIRED Pe�att Ee^DAMAGE X AUTOSWNED AUTOS X UMBRELLA LIAR X J OCCUR TSM -CUP -5968X624 -IND -13 /1/2013 /1/2014 EACH OCCURRENCE S 10,000,000 AGGREGATE S 10,000,000 C E%CESS LIAR CIAIMS-MADE OED X RETENTIONS 10,00 S D WORKERS COMPENSATION TDTAE-UH-596BX624-13(W1) /1/2013 /1/2014 WCGTATI OTH- a. T RV I AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE YIN TO -UB -5985R713-13 (AOS) *B /1/2013 /1/2014 E.L. EACH ACCIDENT S 500,000 OFFICGMandaWMEMBER EXCLUDED] NH) (f NIA RN -UB -5982X298-13 (IL) /1/2013 /1/2014 E.L. DISEASE - EA EMPLOYE 5 $00 000 Yes.dpryin mder DESCRIPTION DESCRIPTION OF OPERATIONS below OFO (1000000/1000000/1000000) E.L. DISEASE - POLICY LIMIT 5 500,000 E Contractors Equipment T660 -5167X974 -TIL -13 /1/2013 /1/2014 Leased/Rented Equipment $300,000 Bldg Risk or Installation Any l Loc/In Transit or Project $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: 2014 Sewer Rehabilitation Project. City of Iowa City is listed as additional insured in regards to general liability when required by written contract per form CGD246 08/05. 30 days notice of cancellation applies, 10 days notice for non-payment of premium. City of Iowa City 410 E. Washington Street Iowa City, IA 52240-1826 ACORD 25 (2010/05) INS025 /2nlnnsl.nl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Scheider/JB396 ©1988-2010 ACORD CORPORATION. All rights reserved. Tho Ar.npn names and Inion ares rPnieforpd mar4e of Ari Additional Named Insureds Other Named Insureds Alex Rentals LLP Sewer of Illinois, LLC Viso Sewer of Mississippi LLC Visu Sewer of Missouri LLC dba Walden Technologies Limited partnership, Additional Named Insured Limited Liability Company, Additional Named Insured Limited Liability Company, Additional Named Insured Limited Liability Company, Additional Named Insured OFAPPINF (02/2007) COPYRIGHT 2007, AMS SERVICES INC CG D2 46 08 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED —(Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the insurance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement shall not increase the limits of insurance described in Section III— Limits Of Insurance. b) The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: I. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional insured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed operations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that occurs before the end of the period of time for which the "written contract requiring insurance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured under such "other insurance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: I. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: I. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit' as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. d) The additional insured must tender the defense and indemnity of any claim or "suit" to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insurance provided to the additional insured by this endorsement is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contractor agreement by you; b. While that part of the contract or agreement is in effect, and c. Before the end of the policy period. CG D2 46 08 05 1111 4d(4) mm=� Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 14-315 RESOLUTION ACCEPTING THE WORK FOR THE 2014 SEWER REHABILITATION PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2014 Sewer Rehabilitation Project, as included in a contract between the City of Iowa City and Visu-Sewer Inc. of Pewaukee, WI, dated February 18, 2014, 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 Landfill FY09 Cell Reconstruction Project account #33210; and WHEREAS, the final contract price is $355,210.00. 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 18th day of november , 20_Lli__. ATTEST: �'lt2r�x�J k •o»� CITY CLERK 4451x� MAYOR Approved by City Attorney's Office �f 7Pq It was moved by Throgmorton and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: rl Pmng/masters/acptwork.doc 11114 NAYS: ABSENT: Botchway Dickens Dobyns Hayek Mims Payne Throgmorton