Loading...
HomeMy WebLinkAbout2017 SEWER REHABILITION2017 SEWER REHABILITATION 26 -Jul -2017 Plans, Specs, proposal and contract 01 -Aug -2017 Res 17-256, setting a public hearing 08 -Aug -2017 Notice of Public Hearing 15 -Aug -2017 Res 17-276 approving plans, specs, form of contract and estimate of cost 16 -Aug -2017 Notice to Bidders 19 -Sept -2017 Res 17-297, awarding contract (Municipal Pipe Tool Company) 07 -Mar -2018 Performance and Payment Bond (Municipal Pipe Tool Company) 20 -Mar -2018 Res 18-67, accepting the work CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION FILED 2017 JUL 26 PM 3: 23 CITY CLERK 10`AVA CITY. 10'' PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2017 ANNUAL SEWER REHABILITATION IOWA CITY, IOWA I hereby certify that this supervision and that I Iowa. SIGNED: Harmanjit MAN, PE Project Engineer Iowa Reg. No. 20806 engineering document was prepared by me or under my direct personal ,n a duly licensed Professional Engineer under the laws of the State of My license renewal date is December 31, 2018. DATE: D -T/ i (,1 t-+ FILED 2017 JUL 26 PM 3: 23 CITY CLERK 10i A CITY, IOWA PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST ANNUAL SEWER REHABILITATION IOWA CITY, IOWA PREPARED BY: AECOM July 24, 2017 ITEM NUMBER DESCRIPTION UNIT QUANTITY UNIT COST TOTAL COSTS 1 MOBILIZATION AND GENERAL ITEMS LS 1 $ 31,000 $ 31,000 2 TRAFFIC CONTROL LS 1 $ 30,000 $ 30,000 3 81NCH CIPP LINING LF 4387 $ 28 $ 124,400 4 12 INCH CIPP LINING LF 1257 $ 36 $ 45,300 5 18 INCH CIPP LINING LF 285 $ 85 $ 24,300 6 REINSTATE LATERAL SERVICE CONNECTION EA 97 $ 110 $ 10,700 7 MANHOLE LINING WITH CENTRIFUGALLY CAST CEMENTITIOUS MORTAR LINER WITH EPDXY SEAL VLF 1831$ 295 $ 54,000 8 MANHOLE INFILTRATION BARRIER, URETHANE CHIMNEY SEAL EA 1 241$ 523 $ 12,600 TOTAL 1 $ 332,300 FILED 2017 JUL 26 PM 3: 23 CITY CLERK 10i A CITY, IOWA SPECIFICATIONS TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ....................... NOTICE OF PUBLIC HEARING ........ FILED 2017 JUL 2Pa A ' 96r CITY CLERK IJWA CITY, IOWA NOTETO BIDDERS............................................................................................... FORM OF PROPOSAL........................................................................................... BIDBOND............................................................................................................... FORM OF AGREEMENT........................................................................................ PERFORMANCE AND PAYMENT BOND.............................................................. CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS) GENERAL CONDITIONS .................................... SUPPLEMENTARY CONDITIONS......................................................................... TECHNICAL SPECIFICATIONS............................................................................. INSPECTION VIDEOS............................................................................................ PLANS LOCATION MAP SITES 1 THROUGH 12 SUDAS SECTION 8030 - TEMPORARY TRAFFIC CONTROL AF -1 NPH -1 NB -1 FP -1 BB -1 AG -1 ISM CC -1 GC -1 SC -1 SP -1 VID-1 NOTICE TO BIDDERS 2017 ANNUAL SEWER REHABILITATION Sealed proposals will be received by the City FILED Clerk of the City of Iowa City, Iowa, until 100 P.M.. on the 12' day of September. 2017. Seale proposals will be opened immediately thereafterdZol 26 PM 3 23 by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed CITY CLERK bid" for purposes of this Project. Proposals IOWA CITY. IOWA 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 19P' day of September. 2017, or at a special meeting called for that purpose. The Project will involve the following: Lining of 4,387 LF of 8 -inch diameter sewer pipe, 1,257 LF of 12 -inch diameter sewer pipe, 285 LF of 18 -inch diameter sewer pipe, 183 VLF of manhole lining, 24 manhole Infiltration barriers, 97 service connection reinstatements, and other associated sewer lining work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, If required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days until a contract is awarded, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or AF -1 indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Completion Date: December 6, 2017 Liquidated Damages: $400 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bidders. A $25 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. If no minority business enterprises (MBE) are utilized, the Contractor shall furnish documentation of all reasonable, good faith efforts to recruit MBE's. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515)242-4721. By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa Reciprocal Preference Act applies to the contract with re- spect to bidders who are not Iowa residents. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. Kellie Fruehling, City Clerk M FILED 2017 JUL 26 PM 3: 23 CITY CLERK IOWA CITY. I�' ;`. NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT 1E� AND ESTIMATED COST FOR THE 2017 ANNUAL SEWER REHABILITATION PROJECT IN THE CITY OF IOWA CITY, IOWA.L6 pp 3- 23 TO ALL TAXPAYERS OF THE CITY OF IOWP11 CITY, IOWA, AND TO OTHER INTERESTED 1-f CURK PERSONS: ILIA CITY, Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2017 Annual Sewer Rehabilitation Project in said city at 7:00 P.M. on the 15"' day of August. 2017, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. KELLIE FRUEHLING, CITY CLERK AECOM 1160539072 NPH -1 NOTE TO BIDDERS 11, " F 1. The successful bidder and all subcontractors are required to submit, FII.4Fps prior to award, three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors m ig if PWWRO favorable references are not verified or may be denied basedpexperience on projects with the City of Iowa City. TY MERK IR A CITY, IOWA 2. References shall be addressed to the City Engineer and include the ame, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal AECOM #50539072 NB -1 FORM OF PROPOSAL 2017 ANNUAL SEWER REHABILITATION CITY OF IOWA CITY FILED NOTICE TO BIDDERS: 2017 JUL 26 PH 3: 23 PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED INTftND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS11E CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. 'ka p N 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 UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Mobilization and General Items L.S. 1 2. Traffic Control L.S. 1 3. 8 -Inch CIPP Lining L. F. 4,387 4. 12 -Inch CIPP Lining L. F. 1,257 5. 18 -Inch CIPP Lining L. F. 285 6. Reinstate Lateral Service Each 97 Connection AECOM #60539072 FP -1 ITEM Manhole Lining With Centrifugally Cast Cementitious Mortar Liner With Epoxy Seal ESTIMATED UNIT EXTENDED UNIT QUANTITY PRICE AMOUNT VLF 183 ' L E D 2017 JUL 25 PM 3= 23 Manhole Infiltration Barrier, Each 24 CITY CLERK Urethane Chimney Seal elf !'.!OVA TOTAL EXTENDED AMOUNT $ The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name Title: Address: Phone: Contact: AECOM 860539072 FP -2 BID BOND , as Principal, and FILED as Surety declare that we are held and are firmly bound unto the City of Iowa Ci 121, JULereinafter called "OWNER," in the sum of Z911 - 26 ii provided Dollars ($ ) to pay(J4it((�fibE`n herein We, as Principal and Surety, further promise and declare tha1q";T&t19ns 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 2017 Annual Sewer Rehabilitation project. 4 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise, this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 20_. Witness Witness AECOM #60539072 BB -1 day of (Seal) Principal By (Title) Surety By— Attach y— Attach Power -of -Attorney (Seal) (Attorney-in-fact) FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the Cit f;f6EtDowa ("City"), and 2k taZg ("Contra t r" 'L• n �u� 'pn Whereas the City has prepared certain plans, specifications, proposal and i�l6 V"nts dated the _ day of , 2017, for the 2017 Annual Sewer F,*iAi'lllifa 1i %- �iYoj t ("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 2015 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; 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. AECOM #60539072 AG -1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shownF 4rattL—k- nt): 2011 JUL 26 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of 20_ CCS ATTEST: Mayor City Clerk AECOM #60539072 AG -2 Contractor (Title) ATTEST: (Title) (Company Official) Approved By: City Attorney's Office PERFORMANCE AND PAYMENT BOND FILED , as (insert the name and address or legal title of the Contractor) PM 3: 21 Principal, hereinafter called the Contractor, and Z(jll JUi 26 (insert the legal title�ljf yyC as ,Qr% etc ailed the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner. in the amount of for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a written (date) Agreement with Owner for the 2017 Annual 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 in 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 funds to pay the cost of completion, less the balance of the Contract Price, but not AECOM #60539072 PB -1 exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall meanto r1i�,unt payable by Owner to Contractor under the Agreement, together it �ny Dda and/or amendments thereto, less the amount properly idd b 5OTWr3tq, Contractor. 2017 JULtt t7 CC C. The Contractor and Contractor's Surety shall be obligated to keep tlidTn`ipfivY�$ covered by this bond in good repair for a period of two (2) years froMe date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20_ IN THE PRESENCE OF: (Principal) Witness (Title) Witness AECOM #60539072 PB -2 (Surety) (Title) (Street) (City, State, Zip) (Phone) FILED 2411 JUL 26 Pk T 21 ctTY CLG'i�yx CITY. Contract Compliance Program 00 �.. •rrrr 1 CITY OF IOWA CITY SECTION I- GENERAL POLICY STATEMENT F I L E D It is the policy of the City of Iowa City to require equal employment oppCM9iU% 2I6CiW0yr?4t 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 empICWfyQE(Wed equally without regard to race, color, creed, religion, national origin, sex, gender(IfWXiIaJ Fyc9glffi jentation, 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 $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code, Section 2-3-1. mgAassftontractcompliance.doc CC -1 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory F$LE,Dnent Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION ACT. THE CONTRACTING DEPARTMENT PRIOR2J�1,T,►IE6EXECUTI01 OF THE CONTR With respect to the performance of this contract, the contractor, consu�t .j res as follows: (For the purposes of these minimum requirements, "contractor" shall i . tt�n nd 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 sec.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? mgnasst%contractcompliance.doc CC -2 The above responses to questions 1 through 6 are true and correctly reflect trurillw loyment Opportunity policies. 1811 JUL 26 PM 3' 24 Business Name Signature Ct i Y CLERK n1TV t(14?� Phone Number ril., Title Print Name Date mgAas0contractcompiiance.doc CC -3 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORP7ITIE. COMPANY POLICY L� ED Determine your company's policy regarding equal employment opportunities. Do¢Qtrjej{>J( $olR4 aakd24 post it in a conspicuous place so that it is known to all your employees. Furthermore, dissel nnt¢e policy to all potential sources of employees and to your subcontractors asking their �VV=11 ttA policy statement should recognize and accept your responsibility to provide WWA &hh=i 1t opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased 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 mgAasstcontractcompliance.doc CC4 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. Fle+Ln fi Q 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 lowall" StAig6reQNral2h abide by the provisions of the local ordinance in conjunction with your pe ri`t��I r a contract with the City. W IOWA CITY, f01'1A CC -5 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, FaI4 FwDte 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, mafjja{ Statur�Sn igni L (goin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) d �t JUL IOWTY CLERK A CITY. IOWA B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and 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. CC -6 F. The following are exempted from the provisions of this section 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. A state or federal program designed to benefit a speck age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 7. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03- 4105,12-16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312, 8-11-2008) CC-7 CC-7 O Z:ZCI) C- CC-7 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 Name: Address: Telephone Number: is: 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. o r.n � r m -o m _ 0 N U 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 2015 as amended, shall apply except as amended in the Supplementary Conditions. GC -1 N d ze �F6;0�W -C m 0 r. ro GC -1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti -Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes Caption and Introductory Statements These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, 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. "STANDARD SPECIFICATIONS" shall mean the "Standard Specifications for Highway and Bridge amended. AECOM #60539072 SC -1 Iowa Department of Tranklortation Construction," Seraes of 1015, as A rG— C7 "E N .M M = Q r71 to ry cm 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. Replace 1107.02 with the following: A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Type of Coverage N Comprehensive General Liability Each Occurrence Aggregate o Bodily Injury & Property Damage' $1,000,000 $2,000,000 , J Automobile Automobile Liability Property Damage 27 - Combined CM 3Te Lirrilt $1,000,000 c rn —� r Bodily Injury & Excess Liability $1,000,000 $1,000,000 �t� rn Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Q 'Property Damage liability insurance must provide explosion, collapse Yhd urFgArground 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 amount shall not be subject to reduction by virtue of investigation or defense costs AECOM #60539072 SC -2 incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance 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 specked 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,d such losses reduce the aggregate limits of Contractor's liability insurance-belowMe limits required hereunder, then in that event the City may in its discretiheousp� Contractor's operations or activities under this Contract, or terminate o¢�act, arm withhold payment for work performed on the Contract. n -G ro"'o --�C) 0% 7. In the event that any of the policies or insurance coverage identifie-dam C -"trach Certificate of Insurance are canceled or modified, the City may in iflPcrAn e suspend Contractor's operations or activities under this Contractor terh*ate Contract, and withhold payment for work performed on the Contract. N CM AECOM #80539072 $C-3 C. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: CONTRACTOR shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this individual. S-6 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraphs to 1108.01 of the IDOT STANDARD SPECIFICATIONS: G. Bidders shall list those persons, firms, companies or other parties to whom it proposestintends 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. H. 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 oblig4ons for compliance with applicable OSHA and State laws regarding hazardor8 chem4gals and right -to -know. <_ y� r `C7'E N H. The Contractor and all subcontractors shall comply with the p1! reElTlired For confined space standard 1910.146 of OSHA. All manholes shall be c inaidered pen", E3-' ::E ca AECOM #60539072 SC -4 T\) 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. Add the following to Division 11 of the General Conditions "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) Add the following to Division 11 of the General Conditions "For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC - 1." S-9 TAXES. Replace Section 1109.07 with the following: "Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued." S-10 CONSTRUCTION STAKES N Q Replace the last paragraph of 1105.15 of the IDOT Standard Specifications with the folloMg: D. The Contractor shall be responsible for the preservation of stakes and js 4s. Ry --� necessary re -staking will be at the Contractor's expense and will be clgg(4d do (� rate of $75 per hour. -- C) ;<Ir—n —o m v w AECOM #60539072 SC -5 TECHNICAL SPECIFICATIONS The technical specifications, method of measurement, and basis of payment for this project shall be the Iowa Department of Transportation (IDOT) Standard Specifications for Highway and Bridge Construction, Series 2015, including Supplemental Specifications, and Special Provisions contained in this project manual and contained in the plan set, and are by this reference made a part hereof as though fully set out and incorporated herein. A full copy of the IDOT specifications is available at the following web address: http://www.iowadot.gov/specifications/index.htm The following specification sections are brought to the Contractor's attention: Section 2549 Pipe and Manhole Rehabilitation Section 4147 Pipe and Manhole Rehabilitation Materials The following notes are to serve as a supplement to Section 2549 and are made a part of these contract documents: 2. 3. 4. 5. Replace Section 2549.03.A.2.b with: "Notify the "OWNER'S" Water Works Department to use meter and pay for water. Iowa City's bulk water use policy must be followed and can be found here: http://www8.iowa- city.org/webl ink/O/doc/1506458/Electron ic. aspx." Add the following to 2549.05.8: "3. If services are not connected in Section 2549.03.6 may be enforced. are considered incidental to this item. Add the following to 2549.05.A: a timely manner, language detailed in Any cost the contractor may incur for this "3. Costs incurred for water usage are considered incidental to this item. "4. Root removal and other obstructive material removal is considered incidental to pipe lining. Use preliminary videos included with bidding materials to determine scale/size of obstruction. Excavation of pipe to remove obstruction is not anticipated for this project." Add the following to 2549.03.A.4: "d. Provide a traffic control plan detailing traffic control during bypass pumping." Replace 2549.02.A.2.a.7 with the following: "Typical lining thickness for pipe sizes included in the project. Include carMlations detailing how the thickness was arrived at, based on the depth of th®ipe. It�"dximua� pipe depths are detailed below: C r � ) r �O rn �1 = .o L.? s' N La AECOM #60539072 SP -1 Location Depth (ft) Tower Court 10 Market Street 13 H Street 13 Normandy Drive 7 East Davenport Street is Maple Street 11 East Washington Street 11 North Westminster Street 11 Woodlawn Avenue 13 BlackspringTrunk 26 Governor Street 12 AECOM #60539072 SP -2 N O J 7V-4 r cr% rri S W tN+ AECOM #60539072 SP -2 INSPECTION VIDEOS Inspection videos for the project sites are included on the flash drive provided with the bid documents. Jurisdiction does not warrant, impliedly or explicitly, the nature of the work, the conditions that will be encountered by the bidder, the adequacy of the contract documents for the Contractor to perform the work, or the conditions or structures to be encountered. Any such data supplied on the videos, plans or other contract documents, or interpretation thereof by the Engineer, are merely for the convenience of the prospective bidders, who are to rely upon their own explorations of latent or subsurface site conditions, before completing and filing their proposal. AECOM #60539072 VID-t N O J o r y"* N m AECOM #60539072 VID-t PLAN SHEETS • Location Map • Tower Court • Market Street and Clinton Street Alley • H Street Alley • Normandy Drive • East Davenport Street • Maple Street • East Washington Street • North Westminster Street • Woodlawn Avenue • Blackspring Trunk • South Riverside Drive • North Governor Street N O c =' z c D� r m S Q l T> N �n l+ n a1\1I\ 10 MGM, 1 a v 6 i u NII GENERAL NOTES 1. CONTRACTOR SHALL PROVIDE TRAFFIC CONTROL IN ACCORDANCE WITH MUTCD REQUIREMENTS, SODAS STANDARD SPECIFICATIONS SHOWN ON PLANS ARE ONLY A GUIDELINE FOR BIDDING PURPOSES. ACTUAL TRAFFIC CONTROL SHALL BE DETERMINED IN FIELD BASED ON EXACT LOCATION OF MANHOLES, TRAFFIC PATTERNS AND OTHER ON SITE FACTORS. TRAFFIC CONTROL SHOWN IS FOR LINING OPERATIONS ONLY. SEE SPECIFICATIONS FOR TRAFFIC CONTROL FOR BYPASS PUMPINGOPERATIONS. 2. CONTRACTOR SHALL ASSUME 48- DIA MANHOLES FOR MANHOLE L LINING. LINE MANHOLE DOWN TO AND INCLUDING FILLET/BENCH. 2017i AcCOM CIPP SANITARY SEWER 591 Sycamore Streal. Sa8e 222 REHABILITATION Wa164Pa,Iowa W7W-1497 CITY OF IOWA CITY T319.2 3].6531 I K u n LEGEND2 / 1. TOWER COURT MARKET STREET H STREET ALLEY 4!. NORMANDY DRIVE _C3 5.. DAVE TREET �0 B.�!MAPLES 7 WASHING STREET D--4 8.'WESTMAOM STREET C7� 9.NWOODVENUE �t..� I LACKSPRING TRUNK H. S RIVE RIVE �{m 12.—W.OVER O EET s LOCATION I ! MAP T-" Apo; i�- Scale: 1"= 3000' SHEET 1 OF 13 CITYIOWA CITY _J - - x All I I I tza I' I. is 92 76 60 NO MANHOLE LINING (TYP) MH 383-38 MH 383-3A MARIETTA AVENUE — it I l I tooa 1112 I 1108 I 1104 11100 0 eo0 ozo 1016 I, 1012 I, 1008 I /, 1000 / 1116 'MH 383-5 _�-- -- H3 t — 9 I 0 I — - - 1021 1017 7073 7009 - 1005 1003 u 127-112 21.11 1117 1113 7709 1105 1101 1025 I. � I� I II � yl H LINIiJG WITH NO;MANHdLE LINING. I CHINIILEYS L -(TY _-SEdLW1FHJNTERNAL- 1 o OAKCREST STREET — — NOTES: r 1. MH 383-5 REQUIRES LINING ONLY TgPP 2' OF MANHOLE (BRICK PORTION) AND SEALINaWIT»NTERNAL CHIMNEY SEALS. c � .� 2. TRAFFIC CONTROL: _I y — GEORGE ST: SUDAS 8030.114 00103 r TOWER CT: SUDAS 8030.104 %al OR 8030-,j(! r J MARIETTA AVE: SUDAS 8030.1%T fhb 1 4 LEGEND ITEM:K 4? UNI QUANTITY O MANHOLE - NO LINING 3 8" DIA CIPP LINING rn LF 1,439 & 6 SERVICE RECONNECTION EA 30 Q MANHOLE- NO LINING W/ CHIMNEY SEAL 7 MANHOLE LINING VLF 18 ® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 4 //��—�yyCOM TOWER COURT t MGVM CIPP SANITARY SEWER sol Sywmam S9eet. suite 222 REHABILITATION Welvr ,laze 507041491 CITY OF IOWA CITY T319232.6531 Scale: 1' = 150 SHEET 2 OF 13 CITY 01' IOWA CITY i i NO MANN LINING I I n� n- ------------- I I I li j l I I I li i t i E MARKET STREET T 12* i,09 i O 124 HL ii I I 121 120 L15._I I I I 104 E JEFFERSON STREET t o m 0 N —1— L—� NOTES: — — — 1. TRAFFIC CONTROL: DUBUQUE ST: SUDAS 8030.110 0 CLINTON ST: SUDAS 8030.103 —� L CONTRACTOR IS TO RESTRICT♦RPtIN N THe TWO — STALLS CLOSEST TO MH 34-1 Ab—I ES'I=DE — OF CLINTON STREET. r LEGEND 2. WORK TO BE DONE BETWEEN 8 D §�4M. M ADEQUATE FLASHERS ON VEHICpIR f1RRIQAL�ES 0 MANHOLE -NO LINING TO INSURE VISIBILITY DURING NI IMEoHOU ITEM A IT QUANTITY 0 MANHOLE -NO LINING W/ CHIMNEY SEAL 3 8" DIA CIPP LINING LF 407 Q MANHOLE - LINING AND CHIMNEY SEAL 6 SERVICE RECONNECTION EA 10 2017 MARKET STREET AND i 1 A=COM CIPP SANITARY SEWER CLINTON STREET m w+ s91 sy<«oa"stre.t. sun"222 REHABILITATION ALLEY � W"tob .laveW7U-1491 CITY OF IOWA CITY T 319.232.5531 Scale: 1" = 100' SHEET 3 O 13 CITY Of IOWA CITY F-1 Ii s I 4=4I NOYvIATOL� 11N�IV M�I H STREET W z H 1STREET LEGEND O MANHOLE - NO LINING I 3 ® MANHOLE -NO LINING W/ CHIMNEY SEAL Q MANHOLE - LINING AND CHIMNEY SEAL 2017 AECOM CIPP SANITARY SEWER 501 sycamma street. 5a9e 222 REHABILITATION Walanoa,ro 250704.1497 CITY OF IOWA CITY T 319.232.6531 1. TRAFFIC CONTROL: ,fp- 5TH AVE: SUDAS 8030.104 ALT j<1 6TH AVE: SUDAS 8030.102 6% ITEM i5 3 8" DIA CIPP LINING 6 SERVICE RECONNECTION 7 MANHOLE LINING 8 INFILTRATION BARRIER, CHIMNEY SEAL rn 3 0 W UNIT QUANTITY LF 473 EA o VLF 10 EA 1 H STREET ALLEY Scale: 1" = 100' SHEET OF 13 CITY OF IOWA CITY MH 457-15- /- NO MANHOLE LINING ` c,>0 cn r`' — — NOTES: {r m d 1. TRAFFIC CONTROL: NORMANDY DR: SUDAS 8030. 3; w 0 LEGEND ITEM D fV UNIT QUANTITY Q MANHOLE— NO LINING 3 8" DIA CIPP LINING LEA 400 1 6 SERVICE RECONNECTION 2 O MANHOLE -NO LINING WI CHIMNEY SEAL se 7 MANHOLE LINING 3 Q MANHOLE- LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL 1 2017 NORMANDY DRIVE ^ ! AcCOM CIPP SANITARY SEWERadi¢4 501 Syo me SSeet Suds 222 REHABILITATION ' li '� MiT Weler ,Iowa 50704-149) CITY OF IOWA CITY ' 7919.232.6531 Scali i" = 100' SHEET 5 O 13 CITY Of IOWA CITY N 709 / AHOLE LINING WITH CHIMNEY SEAL E // \•. / 700 � \� 7 \ R t 701 458-f6-,, �' \ Q -7 4 / MANOR DRIVE MH 457-15- /- NO MANHOLE LINING ` c,>0 cn r`' — — NOTES: {r m d 1. TRAFFIC CONTROL: NORMANDY DR: SUDAS 8030. 3; w 0 LEGEND ITEM D fV UNIT QUANTITY Q MANHOLE— NO LINING 3 8" DIA CIPP LINING LEA 400 1 6 SERVICE RECONNECTION 2 O MANHOLE -NO LINING WI CHIMNEY SEAL se 7 MANHOLE LINING 3 Q MANHOLE- LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL 1 2017 NORMANDY DRIVE ^ ! AcCOM CIPP SANITARY SEWERadi¢4 501 Syo me SSeet Suds 222 REHABILITATION ' li '� MiT Weler ,Iowa 50704-149) CITY OF IOWA CITY ' 7919.232.6531 Scali i" = 100' SHEET 5 O 13 CITY Of IOWA CITY I -_7] N I i --- - - j r CEDAR STREET - - - - - j- .L - �� F Z 405 I J 414 I �-1I 1304 I 1324 'MH 69 $ I MANHbLE Ll ING W CHIMNEY SEAL (TYP.11j E DAVENPORT STREET MH 254-1 MH 254-3249 1239 , 1303 1305 I 1313 1327 I I i @i6g +I I I I _ I i❑ Ili i I ! ! � � J -�- NOTES: - ' - - - _ - I 1. MH 245-3249 REQUIRES LININ TOP 2'" VANHOLE 3 (BRICK PORTION) AND SE IN H I�-ER j�J ___-_-.---.-- ----- I CHIMNEY SEAL. p w t 2. TRAFFIC CONTROL: a N E EAVENPORT ST: SUDAS 8030.104 ALTgM LEGEND ITEM UNIT QUANTITY O MANHOLE - NO LINING 3 8" DIA CIPP LINING LF 227 6 SERVICE RECONNECTION EA 6 O MANHOLE -NO LINING W/ CHIMNEY SEAL 7 MANHOLE LINING VLF 22 ® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 3 w-tOAA 2017 E DAVENPORT STREET CIPP SANITARY SEWER Wl syoma. 51ro.1. 9.9. 222 REHABILITATION Waterloo.Iowa 5010.-0.91 CITY OF IOWA CITY T 319.232.6531 Scale: 1" = 100' SHEET 6 OF 13 CITY OF IOWA CITY Ld E COURT STREET a I I MAPLE AVENUE W F_ qqI I ! 113 I I I 1143 ! 1147 1119 1123 1127 1133 �� -- - -- --- --- Ib1H 388-2------� O AIN — ED MH 88-1 I--- ------ MANHOLE LINING WITH CHIMNEY SEAL (TY P) o I HENRY LONGFELLOW SCHOOL LEGEND ITEM •" UNIT QUANTITY O MANHOLE - NO LINING 3 8" DIA CIPP LINING LF 486 6 SERVICE RECONNECTION EA 7 O MANHOLE -NO LINING W/ CHIMNEY SEAL a 7 MANHOLE LINING VLF 31 ® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 3 �S 2017 MAPLE STREET _= A=COM CIPP SANITARY SEWER 1—mo— ^mit 01 Sywmom Stmet, SuMe 222 REHABILITATION � '�� w.t.noo,Io.,eso7oa-tae? CITY OF IOWA CITY - T 318.232.8531 Scale: 1"= 100' SHEET 7 OF 13 CITY OF IOWA QTY I 'of mRl7 Wj_ 22 \ f E WASHINGTON STREET MH 46-1 i I 415 I I 505 I I I I I NOTES: I 1. TRAFFIC CONTROL: E WASHINGTON ST: SUDAS 8030.102 OR 8030.104 ALT #1 — — VAN BUREN ST: SUDAS 8030.104 ALT #1 2. WORK TO BE DONE FROM 8 PM THROUGH 6 AM. ADEQUATE FLASHERS ON VEHICLES OR BARRICADES i LEGEND TO INSURE VISIBILITY DURING NIGHT TIME HOURS. s O MANHOLE - NO LINING ITEM UNIT QUANTITY ' 3 8" DIA CIPP LINING LF 100 C MANHOLE- NO LINING WI CHIMNEY SEAL 7 MANHOLE LINING VLF 16 ® MANHOLE -LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 2 3 2017 E WASHINGTON STREET I 1 CIPP SANITARY SEWER *mat y so, sycamore sveet. smis uz REHABILITATION 'iii I'M w,kibo. Bowe 50104-,4w T 018.z32853t CITY OF IOWA CITY Scale: 1'= 100' SHEET 8 OF 13 OF CITY O CIN IOWA CITY I i p ` I — " — NO MANHOLE LINING (TYP) LT I I ss 15 L -II L I i I 9 I 3 MH 675.11 4 E WASHINGTON STREET I ❑ I ) NO LEGEND 1 O MANHOLE- NO LINING C MANHOLE -NO LINING WI CHIMNEY SEAL ® MANHOLE - LINING AND CHIMNEY SEAL 2017 / OcoM CIPP SANITARY SEWER 501 Sycamere Street. Suite 222 REHABILITATION wetenoo,Imre W701-1497 T 319.232.6531 CITY OF IOWA CITY lI -i N WESTMINSTER ST: SUDAS 8030.104 ALT #1 AND 8030.114 (IF NEEDED AT INTERSECTION) ITEM UNITI QUANTITY 8" DIA CIPP LINING LF 325 SERVICE RECONNECTION EA 6 N WESTMINSTER STREET —Il _ Scale: 1"=100' SHEET9 OF 13 CITY OF IOWA CITY EJEFFERSON STREET ---- - -- - -- - ----T- I ' i_ i � i i ❑i I �' hoto I toza i Itons i eas II I I oez _IOWA AVENUE ENU — — — — — M — MH 50-1 MH 50-2- HOLE OM{4fyHOLELININIG' , IMCHIMNEy,S AN WIPE \ tnn 1 roar104 I I 947 \ 1033 II I I i \ �cl) Im U! 1. TRAFFIC CONTROL: I i i I IOWA AVE: SUDAS 8030.104 ALT #1 CONTRACTOR IS TO RESTRICT PARKING SOUTH SIDE OF IOWA AVE. ALONG THE _ LEGEND ITEM UNITI QUANTITY O MANHOLE -NO LINING 3 8" DIA CIPP LINING LF 531 6 SERVICE RECONNECTION EA 9 O MANHOLE- NO LINING W/ CHIMNEY SEAL 7 MANHOLE LINING VLF 20 ® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 2 2017 WOODLAWN AVENUE ^ 1 /1 �COM AE CIPP SANITARY SEWERloth 501 Sycamore REHABILITATION� a M7 .14 7 WatarT3Iowa 50101-,<e, T 319.Y32.6531 CITY OF IOWA CITY Scale: 1" = 100' SHEET 100E 13 CITY OF IOWA CITY /, QI r l/ II I PARK ROAD N N7� 406. J4w 319 49 qq$$ \ ,\ �, •\ \,,� I \ \ / NOTES:rn _ 1. TRAFFIC CONTROL: 3 v� y LEE ST: SUDAS 8030.114 tv "s \ ROCKY SHORE DR &PARK RD: DAS 0.106 h LEGEND ITEM UNIT QUANTITY a O MANHOLE - NO LINING 4 12" DIA CIPP LINING LF 1,257 6 SERVICE RECONNECTION EA 13 C MANHOLE - NO LINING W/ CHIMNEY SEAL s 7 MANHOLE LINING VLF 30 ® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 5 d 0 ��� 2017 BLACKSPRING TRUNK I I"'�ECOM CIPP SANITARY SEWER= //�� 501 Syaa .So- (. Sine 222 REHABILITATION; -6 Wstenon, lows S 7N-1497 CITY OF IOWA CITY T 319 2326531 Scale: 1"= 150' SHEET 11 OF 13 CITY Of IOWA CITY MANHOLE LINING ITW / CHIMNEY SEAI�TYP � 9 7 X9225 901 x � MH 1 / QO \ '. �I� --- ---- f 1 r ✓ \ y _—'In^IIII- _—_ _ f / 428\•�� //� ' • to \ / '� J I N7� 406. J4w 319 49 qq$$ \ ,\ �, •\ \,,� I \ \ / NOTES:rn _ 1. TRAFFIC CONTROL: 3 v� y LEE ST: SUDAS 8030.114 tv "s \ ROCKY SHORE DR &PARK RD: DAS 0.106 h LEGEND ITEM UNIT QUANTITY a O MANHOLE - NO LINING 4 12" DIA CIPP LINING LF 1,257 6 SERVICE RECONNECTION EA 13 C MANHOLE - NO LINING W/ CHIMNEY SEAL s 7 MANHOLE LINING VLF 30 ® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 5 d 0 ��� 2017 BLACKSPRING TRUNK I I"'�ECOM CIPP SANITARY SEWER= //�� 501 Syaa .So- (. Sine 222 REHABILITATION; -6 Wstenon, lows S 7N-1497 CITY OF IOWA CITY T 319 2326531 Scale: 1"= 150' SHEET 11 OF 13 CITY Of IOWA CITY I N i \ m 632 \ ' � _ • MH $22-1-— - - 0 cam= c I MANHOLE LINING \ s EAL WITH INTERNAL I l I C IMNEY SEAL \ / tot4 E� SosN A �GS l m -"--I -- ro 1. TRAFFIC CONTROL: —� = v S RIVERSIDE DRIVE: SUDAS 80�.*41 w m LEGEND 2. WORK TO BE DONE BETWEEN $'PM ANSb6 AM. < ADEQUATE FLASHERS ON VEHICLES CWBARRICADES n Q MANHOLE- NO LINING TO INSURE VISIBILITY DURING NIGHT TIME HOURS. ITEM UNIT QUANTITY § ® MANHOLE- NO LINING W/ CHIMNEY SEAL u 7 MANHOLE LINING VLF 13 m® MANHOLE -LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 1 ao //�� 2017 S RIVERSIDE DRIVE 1�� � = AE COM CIPP SANITARY SEWER 1 °Q 601Sycmma Street Sana 222 REHABILITATIONWatob lmaW7N-nasi CITY OF IOWA CITY T3ie.2326e 1 Scale: 1" = 100' SHEET 12 OF 13 GTY OF IOWA CITY F -i --� I I I I I ——- �� �❑ � I E DAVENPORT STREET 4kMH 66-0a S 80 ; 328 6 7 I q I L� —I I I 324 321 LEI320 FJ O _.......-- - MH 6"b 8 g I LT iEl OIL D. W zI I z � STREET s l. I�I Eli! 0; Ri 1. TRAFFIC CONTROL: n—C m N DAVENPORT ST: SUDAS 803644�2i m v LEGEND ITEM W U QUANTITY O MANHOLE- NO LINING 5 18" DIA CIPP LINING N LF 285 ' 6 SERVICE RECONNECTION EA 8 O MANHOLE - NO LINING WI CHIMNEY SEAL 7 MANHOLE LINING VLF 20 ® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 2 3 ��� 2017 N GOVERNOR STREET 1 = J//��i=COM CIPP SANITARY SEWER . � 501 Sycamore $Vest. Suue 222 REHABILITATION""Oil Watedw. w.a W 497 CITY OF IOWA CITY T 318.232.6531 Scale: 1"= 100' SHEET 13 OF 13 CITY OF IOWA CITY SUDAS SECTION 8030 TEMPORARY TRAFFIC CONTROL F= C-,)-< N Q, ^iC7 cr SUDAS Standard Specifications Division 8 - Traffic Control Section 8030 - Temporary Traffic Control TEMPORARY TRAFFIC CONTROL PART 1 -GENERAL 1.01 SECTION INCLUDES A. Temporary Traffic Control Devices B. Installation C. Maintenance D. Quality Control 1.02 DESCRIPTION OF WORK This part of the specifications includes materials, equipment, and procedures for traffic control during construction. Furnish, erect, operate, maintain, move, and remove all traffic control devices required. Comply with the current edition of the MUTCD as adopted by the Iowa DOT. 1.03 SUBMITTALS Comply with Division 1 - General Provisions and Covenants, as well as the following: A. Submit a traffic control plan for review and approval prior to installation. B. Submit proposed modifications to the traffic control plan for review and approval prior to making changes. 1.04 SUBSTITUTIONS Comply with Division 1 - General Provisions and Covenants. 1.05 DELIVERY, STORAGE, HANDLING, AND SALVAGING ro Comply with Division 1 - General Provisions and Covenants. _ 1.06 SCHEDULING AND CONFLICTS b� 'C Comply with Division 1 - General Provisions and Covenants. C-) -< aN+ M 1.07 SPECIAL REQUIREMENTS 3 A. When a bid item for Temporary Traffic Control is included on the proposal COMO y witO this section for measurement and payment m B. When the proposal form does not include a bid item for temporary traffic control, all costs incurred by the contractor for temporary traffic control are incidental to other work and will not be paid for separately. C. Provide 10 calendar days advance notification of a pedestrian path closure to the Engineer and the National Federation of the Blind of Iowa (www.nfbi.org). Revised: 2018 Edition SUDAS Standard Specifications Division 8 - Traffic Control Section 8030 - Temporary Traffic Control 1.08 MEASUREMENT AND PAYMENT A. Temporary Traffic Control: 1. Measurement: Lump sum Rem; no measurement will be made. 2. Payment: Payment will be at the lump sum price for temporary traffic control. Proportional payments will be made equal to the percentage of the dollar amount paid on the original contract amount. 3. Includes: Lump sum price includes, but is not limited to, installation, maintenance, and removal of temporary traffic control; total roadway closures with installation and removal of detour signing as shown in the contract documents; removal and reinstallation or covering of permanent traffic control devices that conflict with the temporary traffic control plan; monitoring and documenting traffic control conditions; and flaggers. When required in the contract documents, the following are also included in traffic control unless a separate bid item is provided: portable dynamic message signs, temporary barrier rail, temporary flood lighting, and pilot cars. ry 0 n� C-) N �' =rn CA r— M ' w ✓ N <T Revised: 2018 Edition SUDAS Standard Specifications Division 8 - Traffic Control Section 8030 - Temporary Traffic Control PART2-PRODUCTS 2.01 GENERAL Use products and materials complying with Part 6 of the MUTCD. 2.02 SIGNS A. Material: Sheet aluminum, galvanized steel, plywood, or flexible roll -up material complying with Iowa DOT Article 4186.02. B. Size and Type: 1. Regulatory Signs: As indicated in the contract documents or recommended in the MUTCD. 2. Sidewalk Signs: Minimum size 12 inch by 24 inch. 3. Warning Signs: Comply with Table 8030.01. Table 8030.01: Warning Signs Speed Limit Minimum Sign Minimum Uppercase Minimum Plaque Size (mph Size Letter Size <25 30" x 30' 4" 18"x 18" 25-35 36" x 36" 5" 18" x 24" >35 48" x 48" 7" 24" x 30" C. Retroreflective Sheeting: Comply with Iowa DOT Article 4186.03. D. Posts: 1. Wood Posts: Comply with Iowa DOT Section 4164. 2. U -Shaped Rail Steel Posts: 3.0 pounds per foot. 3. Perforated Square Steel Tube Posts: 2 1/4 or 2 1/2 inch square 12 gage perforated steel tubing. o E. Portable Sign Stands: Crashworthy per the test and evaluation criteria of (,2P §pport 350 or Manual on Assessing Safety Hardware (MASH). Must be stable in wtpdy orions. c�-E rn r 2.03 CHANNELRING DEVICES —tt7 Channelizing devices include cones, channelizers, tubular markers, vertical pag 'sruA, an barricades. zi= W A. Retroreflective Sheeting: Comply with Iowa DOT Article 4186.03. a. B. Cones: Minimum height of 18 inches for daytime and speed less than or equal to 35 mph. Minimum height of 28 inches with retroreflective bands for nighttime or speed greater than 35 mph. C. Channelizers: 42 inch height with retroreflective bands and 16 pound base. D. Tubular Markers: Minimum diameter 2 inches with retroreflective bands. Minimum height 18 inches for daytime and speed less than or equal to 35 mph. Minimum height 28 inches for nighttime or speed greater than 35 mph. Revised: 2018 Edition SUDAS Standard Specifications Division 8 - Traffic Control Section 8030 - Temporary Traffic Control 2.03 CHANNELIZING DEVICES (Continued) E. Vertical Panels: Minimum height 36 inches with 8 to 12 inch panel width and 24 inch minimum panel height. F. Drums: Minimum width 18 inches. Minimum height 36 inches. G. Barricades: Minimum rail length 2 feet for Type 1 or Type II barricades. Minimum rail length 4 feet for Type III barricades. Minimum height of top rail for Type I and Type II equals 3 feet and minimum height to top rail of a Type III is 5 feet. 2.04 MISCELLANEOUS PRODUCTS A. Orange Mesh Safety Fence: Comply with Iowa DOT Article 4188.03. B. Temporary Barrier Rail: Unless otherwise specified, use precast concrete units. Comply with Iowa DOT Standard Road Plan BA -401. 2.05 EQUIPMENT A. Warning Lights: 1. For nighttime installation, provide Type A warning lights visible to both directions of traffic. 2. For 24 hour installations, provide Type B warning lights. B. Arrow Boards: When required, provide Type A, B, or C arrow boards operating in sequential chevron mode. C. Portable Dynamic Message Signs: Comply with Iowa DOT Article 4188.07. D. Pilot Cars: Pickup trucks or automobiles with G20-4 signs reading: PILOT CAR - FOLLOW ME. Mount two signs on each vehicle, visible from both directions of traffic. Mount signs with bottom of signs at least 1 foot above the top of the vehicle's roof. E. Vehicle Warning Lights: Supply amber, high-intensity rotating, flashing, oscillating, or strobe light. 2.06 FLAGGERS J A. General: Comply with the current Iowa DOT Flagger's Handbook for flaggE r rations, "n equipment, and apparel. B. Lighting: Provide auxiliary lighting at flagger stations when nighttime flaggRareolred. C. Training: For other than short time, emergency, or relief assignment of flaguee%prae v flagger training to include the following: O � W 1. Issuing a copy of the current Iowa DOT Flagger's Handbook to and revierby eal, flagger. 2. Presentation of the current Iowa Professional Flagging Video to each flagger. 3. Issuing a flagger training card to each flagger, to be carried at all times and shown upon request. Include the following information on training card: a. Employee name b. Date of training c. Name of instructor d. Expiration date of December 31 of the year following the training date Revised: 2018 Edition SUDAS Standard Specifications Division 8 - Traffic Control Section 8030 - Temporary Traffic Control PART 3 - EXECUTION 3.01 INSTALLATION A. General: Install temporary traffic control devices according to the Section 8030 figures and Part 6 of the MUTCD. B. Sign Posts: For durations more than 3 consecutive calendar days, mount the signs on fixed posts. For durations 3 consecutive calendar days or less, mount the signs on fixed posts or movable skids. C. Temporary Barrier Rail: Place at locations specified in the contract documents. Tie and anchor units as shown on Iowa DOT Standard Road Plan BA -401. D. Sandbags: Use sandbags to anchor all traffic control devices subject to movement by wind. Do not place sandbags on tops of barricades, drums, or vertical panels. E. Conflicting Signs: Cover or remove signs with messages conflicting with temporary traffic control as approved or directed by the Engineer. F. Modifications: Submit proposed traffic control plan modifications to the Engineer for review and approval prior to making changes. 3.02 MAINTENANCE A. General: Promptly repair, replace, reposition, or clean traffic control devices, as needed, or as directed by the Engineer. B. Non -working Hours: At the end of working hours, remove, cover, or turn down traffic control devices intended for working hours only. 3.03 QUALITY CONTROL A. Traffic Control Technician: Maintain a traffic control technician on staff, responsible for the Contractor's traffic control quality control program, that has attended and passed the exam in one of the following classes: 1. ATSSA Traffic Control Technician 2. IMSA Work Zone Traffic Control 3. Minnesota DOT Traffic Control Supervisor 4. Texas Engineering Extension Service Work Zone Traffic Control B. Monitoring and Documentation: Provide 24 hour mobile phone numbeEg)r the r-affic control technician. On a daily basis, perform the following quality control V*&Ms*siatec1M with monitoring and documenting traffic control conditions. 9--.r C*) -< N 1. Review all traffic control operations for compliance with the contract dedetr rn enm -0 2. Monitor traffic operations and submit proposed traffic control plan chaFA to tt� Engineer for approval. w 3. Coordinate all changes to the traffic control plan. -r 4. Coordinate all traffic control operations, including those of subcontractors and suppliers. 5 Revised: 2018 Edition SUDAS Standard Specifications Division 8 - Traffic Control Section 8030 - Temporary Traffic Control 3.03 QUALITY CONTROL (Continued) 5. Maintain a traffic control diary to be submitted at the end of the project or as requested by the Engineer, with the following information: a. Listing and locating traffic control used each day, referenced to appropriate plan sheet or standard. b. All reviews of traffic control devices and operations, whether satisfactory or unsatisfactory, and corrections made. c. Approved changes to traffic control specified in the contract documents. d. Incidentals affecting the efficiency and safety of traffic. e. A list of trained flaggers used. END OF SECTION Revised 2018 Edition N O J �-� a r rn -0 rn Revised 2018 Edition Ftraffic Buffer Space (lateral) provides protection for and workers Traffic Space allows traffic to pass through the activity area L is aw svreon ss,mw warm ( 0 Q gra vee i veMue w: m^•cer rvs 40 -- cne,,,�ua,g — cm�nawaq o� F soy tuww� 50 • 7�IN 'Applies to all Section 8030 figures is SO 35 35 70 70 40 40 SO SO 45 45 ■ 90 50 f F F Shoulder Taper Advance Warning Area Transition Area tells traffic what to expect ahead moves out of its normal path Key' ® Mow aoeN SMFmw Taper Length(L) (ft Speed Umft(mph) Taper ft) is aw svreon ss,mw warm ( 0 Q gra vee i veMue w: m^•cer rvs 40 -- cne,,,�ua,g — cm�nawaq o� F soy tuww� 50 1M.�s wni weefil, oireedr vo ^ p6ad Taper Length(L) (ft Speed Umft(mph) Taper ft) Buffer(ft) Work Fla,cor LZU0Z 20 vee i veMue w: m^•cer rvs 40 -- cne,,,�ua,g — 25 25 50 50 'Applies to all Section 8030 figures Buffer Space Work Space �(long0udinaO is set aside for provides protection workers, equipment, for tra0ic and and material storage workers Distance Between Signs Speed Umh (mph) A 20625 100 3040 250 4550 350 55 500 ■ 1 Downstream Taper It may be necessary to combine two or room examples to adequately address Ne traffic control needed. Utilize vehicle warning lights (amber, higisintensily rotating,flashing, oscillating, or strobe light) on all shadow and work vehicles. Vehicle hazard lights may be used to supplement warning lights. Do ret use hazard lights alone. Flags may be used to call attention to the advanced warning signs. If a closure exterals overnight, utilize channeliziig deAces with reboreflective shooting. Speed limit refers to Ne legally established and signed speed limit. If an arrow board Is used on 2 -lane mods, operate only in the caution mode. Adjust Ne position of warning signs and channeiWng devices for available sight distance. Do nol install temporary haffic control devices Activity Area until work is ready to begin, andremove or cover all Is where work takes place Termination Area signs and devices promptly when they are not needed. lots traffic resume The END WORK (G20-2) signs shown on all figures are normal operations optional. Merging Taper Lengths for Lana Glofl Ohannellzing Device Spacing Taper Length(L) (ft Speed Umft(mph) Taper ft) Buffer(ft) Work Space(ft) 20 20 40 40 25 25 50 50 30 30 60 SO 35 35 70 70 40 40 SO SO 45 45 90 90 50 50 100 100 55 55 110 110 Merging Taper Lengths for Lana Glofl Speed Umft m Taper Length(L) (ft Numberof Devices 20 80 5 25 125 B 30 180 7 35 245 a 40 320 9 45 540 13 5o BOD 13 55 BBD 13 'Values shown are for a 12 foot shift. Table does not apply to one -lane, two-way (flagger) tapers ROAD WORK AHEAD �,4C;�213 �13 V �11P�09 LZ :E Nd 9Z IN llbl a3"11A For shod -term wok, the taper and channeltAng H devices may be omitted K a shadow vehicle with activated vehicle warning lights is used. y Refer to Figure 8030.101 for symbol key and sign spacing. END ROAD WORK Use only on mina, low speed (5 40 mph) sheets. Provide a lane closure for higher speed traffic conditions. Maintain a minimum lane width of 10 feet as measured to the near face of channelizing devices. For ROAD shod -term use on low speed, low volume mads without wider heavy commercial vehicles, a minimum lane width WORK of 9 feet may be used. AHEAD END Where the opposite is suitable for carrying ROAD WORK A vehicular aced lanes may be shifted by using $ may dosety spaced devices provided the J � J are resulting lane widths ara at least 10 feet wide. widths at l Additional advanced warning may be appropriate. such as a ROAD NARROWS sign. ROAD WORK AHEAD �,4C;�213 �13 V �11P�09 LZ :E Nd 9Z IN llbl a3"11A For shod -term wok, the taper and channeltAng H devices may be omitted K a shadow vehicle with activated vehicle warning lights is used. y Refer to Figure 8030.101 for symbol key and sign spacing. END ROAD WORK END ROAD WORK l 10 feet minimum ti curbline or outside edge of paved shoulder Fes- A }L ROAD WOflK AHEAD Y 01 MM3 1J'kl o cz :C WA 9z inr not 03114 ROAD WORK AHEAD A �{ l F END ROAD WORK m Maintain a nYnknum lane width on either side of the center work space of 10 feet as measured from the near edge of channellzfng devices b the edge of pavement, paved shoulder, or face of curb. A lane width of 9 feel may be used for short-term stationary work on lax speed (< 40 mph), low volume roads when motor vehicle traffic does not Include longer and wider heavy commercial vehicles. A work vehicle displaying vehicle warning lights may be used instead of the channelizing devices forming the tapers. Refer to Figure 8030.101 for symbol key and sign spacing. 'ecao waer y. ■ ■ IN A 50' to 100'—H - ROAD WDPK AHEAD Alternate 1 ROAD woaK AHEAo IA� IN Ron on Refer to Figure 8030.101 for symbol key and sign spacing. Alternate 1 Use of Alternate 1 k restricted to low -speed roadways with good sight distance (paved or unpaved) during daylight hours. Traffic may be self-regulating when the work 4— space is short and drivers can see the roadway beyond. y Use one or two flaggers when motor vehicle traffic cannot effectively self -regulate. Alternate 2 Use of Alternate 2 Is restricted to roadways where average daily traffic is fewer than 400 vehicles and good sight distance exists. Do not use within 2,500 feet of a similar work O uc RDAD RD,tp WORK May be used for overnight closures. During AHfAD ANEAD non -working hours remove materials, equipment, ENO ors ROAD IBM A I A �{ or stockpiled waste and fill or rover J L J J ezWvations. l F l l NN r an an NN IN IN HeN 10-17-17 �r FgeF SUDAS 8030.104 I Buffer Space o O o F� q A A (optional) Ra.O were sHEUoon I& , 15' S0'to 100' 50 Do�100- :OAD ur[SUDAS Standard Specifications anDPK ROAD an AHEAD AHEAD bid Alternate NwMIN4LANE CLOSURE ON LOW VOLUME 0 m Altemate2 STREET (SELF-REGULATING) � UNE ROAD fl0A0 WOflK AHEAD AHEAD END ROAD MONK i Use is restricted to roadways where average dally traffic is fewer than 2,000 vehicles per day and good sight distance exists. Use during daylight hours only. Do not park vehicles or equipment on opposite side of work area. A work vehicle displaying vehicle warning lights may be substituted for the Type III barricade. Refer to Figure 8030.101 for symbol key and sign spacing. Flagger Notes: Allow traffic in the open lane to Now freely. Stop the first vehilcle in the closed lane from the flogger position shown, then move toward the centerline to stop other vehicles. y y A second flagger may be required when the flaggees L L L I view of approaching traffic in the open lane is less -III than < mile or the work site is in an area of 00' A A A � 30' to 50' 1max. FTWF-metrleted sight distance (such as a No Passing ROADWORK Zone): and excessive traffic delays and conflicts am ROAD •• I encountered. WOflK ROAD _ ■ If second flagger is required, refer to Figure 8030.106. AHEAD AHEAD 11 ��31� •lll� 9Z 1M1lOZ (1311zi END DOW b AMAD -BEAD I I I a T I I J An optional BE PREPARED TO STOP sign may be added between the Flagger sign and the ONE LANE ROAD AHEAD sign. Extend the buffer space as required so the two-way traffic taper is placed before a horizontal curve (or crest vertical curve) to provide adequate sight distance for the flagger and a queue of stopped vehicles. Refer to Figure 8030.101 for symbol key and sign spacing. Flagger Notes Stop the first vehicle in me closed lane from the gagger position shown. then move toward the centedine to stop other vehicles. Provide lighting to mark flagger stations at night. A single flagger may be used for low volume situations with short work zones on straight roadways where the flagger is visible to road users approaching from both directions. Refer to Figure 8030.105. Refer to Figure 8030.107 for work in vicinity of a street -rail crossing. END ROAJD WORK l F I IL IL A 1-� A --+i A +i ROAD � UNE*0' Sm WORK ROAD AHEAD AHEAD VIM 1'A I10 VM 011 M313 Ailo LZ :£ Wd 9Z lop LIU' Cl 3113 F `Sty to 100' 9� \� Extended �yS Buffer Space QO O V o xD sTOP ox ROAD NO ■ ... ROAD WORK 11 AHEAD AHEAD �AA END ROAD WORK Coordinate with milroad company early, before work starts. When roadway work activities come within or near railroad grade crossing, lake extra care to eliminate the possibility of lane restrictions, flagging, or other operations where vehicles might be stopped within the grade crossing, which is defined as 15 feet from the closest rail. Extend the buffer space of the activity area upstream of the grade crossing (as depicted in Me figure) so a vehicle backup by the flagging operation will not extend across the grade crossing. Refer to Figure 8030.101 for symbol key and sign spacing. Flagger Notes: The railroad company may require railroad -supplied Daggers. D ROAD WORK y 50' to 100' .. J► x x x x F IF —A jL ROAD WORK AHEAD XH313 Ati3 LZ :£ Nd 9Z -MP 001 03-113 . . L M ■ . . .x x•x• i••.I x . ■ sa m 100 ROAD WORK AHEAD A�1 i 4- -.I - ROAD WORK May be used for short-term daylight operations in urban areas as 3-1ane street. Nighttime operations require additional traffic control and retrore0ective sheeting. Cones may be used as channelizing devices during daylight hours. Flaggers and additional traffic control devices may be required for higher baffic volumes or commercial areas. Refer to Figure 8030.101 for symbol key and sign spacing. May be used for short-tenn daylight operations in urban areas on 3-1ane or 54ane streets. Nighttime operations require additional traffic control and retroreNeclive sheeting. Cones may be used as channelizing devices during daylight hours. Flaggers and additional traffic control devices may be required for higher traffic volumes or commercial areas. Refer to Figure 8030.101 for symbol key and sign spacing. ROAD WORK AHEAD 50' b 100' END A ROAD WDRK •Fsi�rn«a,nii ,mt�nn r.. f �12 ■ • i, FEKDF A 57] ROAD NORM 50' to 100' .t *)M413 3 V AQT A113 in1A !z :£ Wd 9z IN 001, °„„ SUDAS 8030.109 p sXEET 1 W 1 tl) = a 3„ 4 SUDAS Standard Specifications m m TRAFFIC CONTROL FOR CLOSURE 0 OF CONTINUOUS LEFT TURN LANE XYPY WNi LNIE ' Wppa wsEY AHEAp A -AD Outside Lane Closure For low speed, low volume, urban streets the LEFT/RIGHT LANE CLOSED AHEAD sign may be Minetl. Refer to Figure 8030.101 for symbol key and sign spacing. (1311-4 Place arrow board within the closed lane behind the channelizing devices and as dose to the beginning of the taper as practical, while keeping It on the paved surface. If the work area ezlends across the crosswalk, the crosswalk should be closed using appropriate Information and devices. For traffic signal maintenance, consider using law enforcement and/or a shadow vehicle. For intersection approaches reduced to a single lane, left-tuming movements may be prohibited to maintain capacity for through motor vehkle traffic. Right lane closure shown; for left lane closure, modify sign messages and arrow boani. Refer to Figure 8030.101 for symbol key and sign spacing. Nil a:;no WORK ROAD WORK aIGHT LANE r AHEAD AxEAo t� M313A113 LZ -£ old 9Z 1511' LIGZ (1311-4 Place arrow board within the closed lane behind the channelizing devices and as dose to the beginning of the taper as practical, while keeping It on the paved surface. If the work area ezlends across the crosswalk, the crosswalk should be closed using appropriate Information and devices. For traffic signal maintenance, consider using law enforcement and/or a shadow vehicle. For intersection approaches reduced to a single lane, left-tuming movements may be prohibited to maintain capacity for through motor vehkle traffic. Right lane closure shown; for left lane closure, modify sign messages and arrow boani. Refer to Figure 8030.101 for symbol key and sign spacing. WORK Eno ROAD ■ORK IF IF ROAD WORK LANE DNDS N MERGE > { AHEAD ''r1 t_Err V Yy l "A Ili F iXi �/ � ROIDKWORK M3l3 1,110 ? Z :£ Nd 9Z lAr 061 03-11:1 y ENO ROAD WORK 1 ROAD WORK AHEAD ROAD WORK AHEAD A F ENO ROAD WORK If the work area emends across the crosswalk, the crosswalk should be closed using appropriate Information and devices. For traWc signal maintenance, consider using law enforcement and/or a shadow vehicle. Right lane closure shown; for left lana closure, modify sign messages and arrow board. Refer to Figura 8030.101 for symbol key and sign sparing. 03113 Left lane closure shown; for right lane closure, modify sign messages and channeloing devices For intersection approaches reduced W a single lane, left tum movements may be prohiMed to maintain capacity for through motor vehicle traffic. ProhibitH-m left lam movements N sight distance from the ` ROAD the Mmugh lane is restricted for left turning � vehicles. WORK (Optional) AHEAD If work area eAtends across the crosswalk, the crosswalk should be closed using appropriate ♦ A information and devices. T i Refer to Figure 8030.101 for symbol key and sign spacing. YY E� I 1 ROAD WORK Optional channelizing devices for use with painted median END ROAD WORK l 03113 Left lane closure shown; for right lane closure, modify sign messages and channeloing devices For intersection approaches reduced W a single lane, left tum movements may be prohiMed to maintain capacity for through motor vehicle traffic. ProhibitH-m left lam movements N sight distance from the ` ROAD the Mmugh lane is restricted for left turning � vehicles. WORK (Optional) AHEAD If work area eAtends across the crosswalk, the crosswalk should be closed using appropriate ♦ A information and devices. T i Refer to Figure 8030.101 for symbol key and sign spacing. YY E� I 1 ROAD WORK ROAD. WORK rT AHEAD A 50to 100' ROADJNOflKL l F10' min. �-- q 50, to 100, ROAD I' WORK IL AHEAD im,01 ',kilo Y74'itJl ExD 'M310 kilo 1011) WORK T Cz :E Nd 9z lnr OR ® 3-113 100' 50' to 100' ROAD WORK AHJJEAD min. A l END ROAD WORK Maintain a minimum lane width of 10 feet as measured to the near face of channefving devices. For short-term use on low speed. low volume mads without wider heavy -commercial vehicles, a minimum lane width of 9 feet may be used. Left Tums may be prohibited as required by geometric and traffic, conditions. For shortduretlen work, the channellzing devices may be eliminated Na vehicle displaying vehicle warning lights is positioned in the work space. Anow signs (W1-6) may be used to replace the KEEP RIGHT signs. Refer to Figure 8030.101 for symbol key and sign spacing. Use for pavement marking and surface maintenance operations In daylight hours only. Place vehide-mounted signs at an elevation so they are not obscured by equipment or materials and are fully visible to approaching tramc. Cover or tum sign legends from view when work Is not in progress. Refer to Figure 8030.101 for symbol key and sign { II�Iil't•i Iii {{{{ 1.1 i, spaa ng. }jii( itl i 1I, I've ttllLl : _ i; tai .�•,f+tlifiE�� ,'�,+;#ilhl7 rin' [:GlR[�illi�.tyi•.i I(G 6{oVti�tlin i •n II (r • � i FE Ili I � )(((�ii iE If an anew board is used, operate in the caution mode (optional) Use sign shape a legend appropriate e to the type of work. CRACK FRESH WET Examples include: SEALING OIL PAINT W1101'11110 VA01 A13M 1,110 In Ce cz .E Nd sz Jnr uoZ aw ,o-„.„ SUDAS 8030.115 o u *1's t a t (13 SUDAS Standard Specifications rn m m In 1 MOVING OPERATIONS ON o TWO LANE ROADS T Last Public Road Intersection Prior 0 Closure Safety Fence �A A- A� ROAD ROAD ROAD CLOSED CLOSED CLOSED AHEAD ROAD CLOSEDJ:::] AHEAD ro HAUTRAFFICI ua3l3 111301 LZ :£ Nd 9Z 1W LIDZ a3-lt3 When distance "A" is less than 500 feet, place the barricade with the ROAD CLOSED TO THRU TRAFFIC sign In the middle of the traffic lane approaching the work area. The barricade may be omitted it the distance to the work area is less than 250 feet. Maintain safety fence closures to prevent unauthorized v.hides from passing through Place staggered Type III barricades in the roadway after the last public road intersection prior to the closure. If local traffic is allowed to pass a Type III barricade, retroreflaclive sheeting Is required on both sides of the barricade. Refer to Figure 8030.101 for symbol key and sign spacing. IfZ :£ Nd 93 1AP L101 (1311:4 Use when crosswalks, sidewalks, or other pedestrian fact ides are dosed or relocated. Ensure temporary facflifles are detectable and Include accessibility features consistent with the features present in the existing pedestrian facility. Signs such as KEEP RIGHT (LEFT) may be placed to guile or direct pedestrians. Provide continuous barriers or fencing complying with the requirements of PROWAG to secure work areas from pedestrians. When required in the contract documents, provide auxiliary lighting or audible Information devices to assist pedestrians with visual disabilities. Only the temporary traffic control devices related to pedestrians are shown. Other devices related to control of vehicular traffic may be necessary. Refer to Figure 0030.101 for symbol key and sign spacing. AQ7 I.J 1%41v LZ =£ Nd 93 Mr LIN 03"11A Use when crosswalks, sidewalks, or other pedestrian facilities are closed or relocated. Ensure temporary facilities are detectable and Include accessibility features consistent with the features present in the existing pedestrian facility. Provide continuous barriers or fencing complying with the requirements of PROWAG to secure work areas from pedestrians. Where pedestrians are diverted onto high-speed roadways, provide a temporary traffic barrier and, If specified in the contract documents, a crash cushion to separate the temporary sidewalk from vehicular traffic. When required in the contract documents, provide auxiliary lighting or audible information devices to assist pedestrians with visual disabilities. Only Me temporary traffic control devices related to pedestrians are shown. Other devices related to control of vehicular traffic may be necessary. Refer to Figure 0030.101 for symbol key and sign spacing. sunns r8030. SUDAS Standard Specifications SIDEWALK DIVERSION flV, .— LZ ;6 Nd 9Z Use when work activities dose crosswalk or reduce width to less than 4 feet. Ensure temporary facilities are detectable and include accessibility features consistent with the features present in the existing pedestrian facility. When required in the contract documents, provide auxiliary lighting or audible information devices to assist pedestrians with visual disabilities. Refer to Figure 8030.101 for symbol key and sign spacing. 2c CII Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5140 Resolution No. 17-256 Resolution setting a public hearing on August 15, 2017 on plans, specifications, form of contract, and estimate of cost for the construction of the 2017 Sewer Rehabilitation Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said plans on file for public inspection. Whereas, funds for this project are available in the Annual Sewer Repair account #V3101. Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that: A public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 15th day of August, 2017, 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. 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. A 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 1st day of August 12017 Ma)6r Approved by Attes City Clerk ~City Attorney's Office -1h y/1-7 It was moved by Taylor and seconded by Botchway the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Dickens Mims Taylor Thomas Throgmorton PRESS -CITIZEN MEDIA PARTOFTHE USATODAY NETWORK CITY OF IOWA CITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002320149 8/7/17 08/07/17 $33.05 Copy of Advertisement Exhibit"A" ��nnuliii \SSA R0 aozFty ; ti9+ \ /11A 1A Subscribed and sworn to before me by said affiant this 7th day of August. 2017 Notary Public , amby given that of the City of will conduct a onplans, M of contract cost for the to 2017 Annual M Pro�7'ect in .M. on the 15th .7, said meetin- mma J. HarvA Hall, 410 E. in said city, or ancelled, at the se City Council ad by the City of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may Upear at said meeting of the City ouncil for the purpose of making objections to and comments concerning said plans specifications, contract or the cosi 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. KELLIE F CIITTY cLEEPk to Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 Resolution No. 17-276 Resolution approving plans, specifications, form of agreement, and estimate of cost for the construction of the 2017 Sewer Rehabilitation Project, establishing amount of bid security to accompany each bid, directing City Clerk to post 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, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and Whereas, funds for this project are available in the Annual Sewer Repair account # V3101. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 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 post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 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 3:00 p.m. on the 12th day of September, 2017. 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 19th day of September, 2017, or at a special meeting called for that purpose. Passed and approved this 15th day of August 2017 Approved by 1/ Attes J14 City Clerk City Attorney's Office f Resolution No. 17-276 Page 2 It was moved by Botchway and seconded by adopted, and upon roll call there were: Ayes: x x Nays: Thomas the Resolution be Absent: Botchway Cole x Dickens Mims Taylor Thomas Throgmorton IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - 2017 Annual Sewer Rehabilitation Classified ID: 104625 A printed copy of which is attached and made part of this certificate, provided on 08/16/2017 to be posted on the Iowa League of Cities' Internet site on the following date: August 16, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 8/16/2017 Alan Kemp, Executive Director NOTICE TO BIDDERS 2017 ANNUAL SEWER REHABILITATION Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 12fh day of September. 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 19th day of September. 2017, or at a special meeting called for that purpose. The Project will involve the following: Lining of 4,387 LF of 8 -inch diameter sewer pipe, 1,257 LF of 12 -inch diameter sewer pipe, 285 LF of 18 -inch diameter sewer pipe, 183 VLF of manhole lining, 24 manhole infiltration barriers, 97 service connection reinstatements, and other associated sewer lining work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security fumished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City Council, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Completion Date: December 6, 2017 Liquidated Damages: $400 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bidders. A $25 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re- usable condition. 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. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. 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 this project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. Kellie Fruehling, City Clerk Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, August 17, 2017 4:27 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 8.17.17 Notice To Bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a oral i[d:1111[el:1Ir1r14:1;1 Iowa City 2017 Sewer Rehabilitation A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): August 17, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. August 17, 2017 I( '° Date President/CEO of The Construction Update Plan Room Network Carla Long — Project Information Specialist Master Builders of Iowa 221 Park Street, Des Moines, Iowa 50309 (d)515 -657-4400(a)515-288-7339 (f) 515-288-8718 (e) mbiplanroom-dsm@mbionline.com (w) www.mbionline.com Project Information 1,-# IowaBidDate.com NOTICE TO BIDDERS 2017 ANNUAL SEWER REHABILITATION Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P_M. on the 12`" day of September 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at its next regular meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 10 day of September, 2017, or at a special meeting called for that purpose. The Project will involve the following: Lining of 4,387 LF of 8-inch diameter sewer pipe, 1,257 LF of 12-inch diameter sewer pipe, 285 LF of 18-inch diameter sewer pipe, 183 VLF of manhole lining, 24 manhole infiltration barriers, 97 service connection reinstatements, and other associated sewer lining work. All work is to be done in strict compliance with the plans and specifications prepared by the City of Iowa City Engineering Division, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and 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 of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, If required, pursuant to the provisions of this notice and the other contract documents. The City shall retain the bid security furnished by the successful bidder until the approved contract form has been executed, a bond has been filed by the bidder guaranteeing the performance of the contract, and the contract and bond have been approved by the City. The City shall promptly return the checks or bidder's bonds of unsuccessful bidders to the bidders as soon as the successful bidder is determined or within thirty days, whichever is sooner. 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 RFc4YV 406x62p„tz) a issued by a responsible surety approved by the City Council, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years from and after its completion and formal acceptance by the City. The following limitations shall apply to this Project: Specified Completion Date: December 6, 2017 Liquidated Damages: $400 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifi- cations and form of proposal blanks may be secured at the Office of City Engineer, City Hall, Iowa City, Iowa, by bona fide bidders. A $25 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. The fee is refundable if returned within 14 days of award of the project by City Council in re- usable condition. 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. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. 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 this project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. Kellie Fruehling, City Clerk Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)355-5144 Resolution No. 17-297 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2017 Sewer Rehabilitation Project Whereas, Municipal Pipe Tool Company of Hudson, Iowa, has submitted the lowest responsible bid of $241,440.55 for construction of the above-named project; and Whereas, funds for this project are available in the Annual Sewer Repair account #V3101; and Whereas, The City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: 1. The contract for the construction of the above-named project is hereby awarded to Municipal Pipe Tool Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 19th day of September Ma or Cify Clerk I It was moved by Botchway and seconded by adopted, and upon roll call there were: Ayes: Nays: X X X X X X X 2017 Qrove y ./ �- -/7 City Attorney's Office Dickens the Resolution be Absent: Botchway Cole Dickens Mims Taylor Thomas Throgmorton Bond No. IAC587128 PERFORMANCE AND PAYMENT BOND Municipal Pipe Tool Co., LLC, P. O. Box 398, Hudson, IA 50843 as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor, and Merchants Bonding Company (Mutual) (insert the legal title of the Surety) an Iowa corporation as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Two Hundred Forty one Thousand Four Hundred Forty s 551100 Dollars ($ 241,440.55 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assiem,j .ntly and severally. P1 E® WHEREAS, Contractor has, as of. l9 117 entered into a writtenAR 07YO1B (date) low Clerk Agreement with Owner for the 2017 Annual Sewer Rehabilitation Project; and wa City, towa WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications in 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 funds to pay the cost of completion, less the balance of the Contract Price, but not AECOM 1160539072 PB -1 exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price,' as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance Ptum' j,'8 Agreement for whose benefit this bond is given. The provisions of Chapter 573, Codepf I ey a part of this bond to the same extent as if it were expressly set out herein. IvaCity wa SIGNED AND SEALED THIS 19�k DAY OF S6P7C--9i j3G2 2017 IN THE PRESENCE OF: Municipal Pipe Tool Co., LLC (Principal) Witness (Title) rowner Witness AECOM 0160539072 PB -2 Merchants Bonding C pany (Mutual) _ S tfr) u, -X - Dione R. Young (T a tle ney-in-Fact Holmes, Murphy an s ciates, LLC 3001 Westown Parkway (Street) West Des Moines, IA 60266-1321 (City, State, Zip) (515)223-6800 (Phone) MERCHANT BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Anne Crowner; Brian M Deimerly; Cindy Bennett; Craig E Hansen; Dione R Young; Jay D Freiermuth; Jody Decker, Kathleen Brewer, Kevin J Knutson; Michelle R Gruis; Shirley S Bartenhagen; Stacy Venn; Tim McCulloh their We and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. uueenns This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Lawa•wwp&Vbj* Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. CIT Clerk "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Yce President sh qV, aryj��yt[�ori to appoint Attomeys-in-Fad, and to authorize them to execute on behalf of the Company, and attach the seal of the Company lribYbto,'HdfYd3 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 connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of April , 2017 .•�pcopppA•:^y •• MERCHANTS BONDING COMPANY (MUTUAL) h: 4 'Pj,.yr,; MERCHANT NATIONAL BONDING, INC. • y; 1933 :•ti , By '•add••.. .���.: ' yk •''d'�!(r••�• ��,� President STATE OF IOWA °°'••• ...... ••••°• COUNTY OF DALLAS as. On this this 5th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duty swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seats affixed to the foregoing instrument are 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.. 110 VSLIAt s AUCIA K. GRAM Commission Number7V430 My Commission Expires i N 9 _ �[ ipprp� April 1, 2020 `X•��"•�'- 1` Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of 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 Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of , 2017 .•1•i�O w '.._ .*.,An Cn N .••_ S�`2 u°� �rF0 : �''4�1` '_'• 2003 :'A • �• 1933 C: Secretary '•add••.. .���.: ' yk ••......�..... ••••••• POA 00 18 (3/17) ZC ( 3) Prepared by: Jason Reichert, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 18-67 Resolution accepting the work for the 2017 Sewer Rehabilitation Project Whereas, the Engineering Division has recommended that the work for construction of the 2017 Sewer Rehabilitation Project, as included in a contract between the City of Iowa City and Municipal Pipe Tool Company of Hudson, Iowa, dated October 17, 2017, be accepted; and Whereas, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and Whereas, funds for this project are available in the Annual Sewer Repair account #V3101; and Whereas, the final contract price is $293,422.71. 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 20th day of march , 2018 MYYor Attest: Ci Clerk A ued b City Attorney's Office It was moved by Botchway and seconded by trims the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Botchway Cole Mims Salih Taylor Thomas Throgmorton