Loading...
HomeMy WebLinkAbout2018 ANNUAL SEWER REHABILTATION PROJECT2018 ANNUAL SEWER REHABILITATION PROJECT 05 -Nov -2018 Plans, Specs, proposal and contract 06 -Nov -2018 Res 18-309, setting a public hearing 13 -Nov -2018 Notice of Public Hearing 20 -Nov -2018 Res 18-326, approving plans, specs, form of agreement and estimate of cost. 21 -Nov -2018 Notice to Bidders 18 -Dec -2018 Res 18-335, awarding contract (Municipal Pipe Tool Company LLC) 21 -July -2020 Engineers Report 23 -July -2020 Payment and Performance Bond 21 -July -2020 Res 20-173, accepting the work ciwar IOWA CITY A UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE 2018 ANNUAL SEWER REHABILITATION PROJECT IOWA CITY, IOWA N NOVEMBER 2, 2018 E r' c m m r 0005 CERTIFICATIONS PAGE uinmu I hereby certify that this engineering document was ,, .oQ�OFESS►pN� prepared by me or under my direct personal • • supervision and that I am a duly licensed Professional l,,���''''' Engineer under the laws of the State of Iowa. 44O .••may Z : ROSS A. HILLSMAN CZ =� November 2, 2018 12985 — Ross A. Hillsman, PE Date • • ,p • '� �` License Number: 12985 /OW A• My license renewal date is December 31, 2019 Pages or sheets covered by this seal: Entire Bound Document 2018 Annual Sewer Rehabilitation Project 0005 — Page 1 of 1 N M1 y'y; -71 C r T cn 2018 Annual Sewer Rehabilitation Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS.. .................................................................. 0100-1-2 0110 NOTICE OF PUBLIC HEARING ...................................................... 0110-1 0200 INSTRUCTIONS TO BIDDERS....................................................... 0200-1 -2 0400 PROPOSAL..................................................................................... 0400-1 -4 0405 BIDDER STATUS FORM................................................................. 0405-1 -2 0410 BID BOND FORM............................................................................ 0410-1 0500 CONTRACT..................................................................................... 0500-1 -2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND .......... 0510-1-4 0520 CONTRACT COMPLIANCE............................................................ 0520-1 -6 0530 WAGE THEFT POLICY................................................................... 0530-1 -3 SUDAS STANDARD SPECIFICATIONS.................................................... 1-1 GENERAL SUPPLEMENTAL SPECIFICATIONS ...................................... 1-1 SUPPLEMENTAL SPECIFICATIONS........................................................ 1-1 SPECIAL PROVISIONS............................................................................. 1-9 INSPECTIONVIDEO................................................................................. 1-1 APPENDICES: Draft CRANDIC Railroad Access Agreement ........................................ 1-10 I N _b n � � Hr r` M 2018 Annual Sewer Rehabilitation Project 0010 --Page 1 of 1 0100 NOTICE TO BIDDERS 2018 ANNUAL SEWER REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 11th day of December, 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 18th day of December. 2018, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Lining of 1,063 LF of 24 -inch diameter sewer pipe, 2,704 LF of 12 -inch diameter sewer pipe, 4,247 LF of 8 -inch diameter sewer pipe, 116 service connection reinstatements and other associated sewer lining work and is located at various locations across the City. All work is to be done in strict compliance with the Project Manual prepared by Iowa City Engineering Division, of Iowa City, Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirptatly by the operation of the contract, and shall also guarantee the maintenance of the ."govoent f a period of tow (2) year(s) from and after its completion and formal accepjar29e Q the I Council. -< i F_ < a_ M m o? 2018 Annual Sewer Rehabilitation Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: January 2, 2019 Substantial Completion: -- March 1, 2019 Final Completion: --April 1, 2019 Liquidated Damages: --$500.00 The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at: Technigraphics A Division of Rapids Reproductions 415 Highland Avenue, Suite 100 Iowa City, Iowa, 52240 Telephone: 319-354-5950 Fax: 319-354-87923 Toll Free: 800-779-0093 A $30.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Rapids Reproductions. The fee is refundable if returned within in reusable condition within 14 days after award of the project by City Council. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. 11 The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. u d�� Posted upon order of the City Council of Iowa City, Iowa.�— +c M KELLIE FRUEHLING, CITY CLERK �' .� 3 i .- cn 2018 Annual Sewer Rehabilitation Project 0100 – Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE 2018 ANNUAL SEWER REHABILITATION PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on the Project Manual, including the plans, specifications, contract, and estimated cost for the construction of the 2018 Annual Sewer Rehabilitation Project in said city at 7:00 p.m. on the 20th day of November, 2018, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 East 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. This project includes the lining of 1,063 LF of 24 -inch diameter sewer pipe, 2,704 LF of 12 -inch diameter sewer pipe, 4247 LF of 8 -inch diameter sewer pipe, 116 service connection reinstatements and other associated lining work and is located at various locations across Iowa City. Said Project Manual 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 Project Manual or the cost _of making said improvement. This notice is given by order of the City Council of the cn of Iowa City, Iowa and as provided by law. oN s rn Kellie K. Fruehling, City Clerk 4' C^ 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PRO AND ESTIMATED COST FOR THE SEWER REHABILITATION PROJECT IN IOWA CITY, IOWA ALL TAXPAYERS OF THE CITY A. AND TO OTHER INTERESTED411 MANUAL ANNUAL CITY OF IOWA CITY, Pu lic notice is hereby given t t the City Council of the City f Iowa City, Iowa, will conduct a public hearing on the Proje Manual, including t e plans, specifications, contract, a d estimated cost f the construction of the 2018 Annua Sewer Rehabilit ion Project in said city at 3:00 p.m. on t 11th day of cember, 2018, said meeting to be held in the mma J. rvat Hall in the City Hall, 410 East Washington treet in aid city, or if said meeting is cancelled, at the next eeting of the City Council thereafter as posted by t City Clerk. This project includes the lining of 1,063 LF of 24 -inch diameter sewer pipe, 2,704 LF of 12 -inch dimeter sewer pipe, 4247 LF of 8 -inch dia eter sewer pipe, 116 service connection reinstatements d other associated lining work and is local at various I ations across the City. Said Proje Manual and estim ted cost are now on file in the officethe City Clerk in th `City Hall in Iowa City, Iowa, and ' y be inspected by any ie4erested persons. Any terested persons may appea ' at said meeting of the Cit Council for the purpose of ma 'ng objections to and4 ' mments concerning said Project M ual or the cost of king said improvement. N cc3 This notice is given by order of the City until of F --)the City of Iowa City, Iowa and as provided by 1 "=? o -71 Kellie K. Fruehling, City Clerk ' Y �i1 A 2018 Annual Sewer Rehabilitation Project 0110 - Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS 2018 ANNUAL SEWER REHABILITATION PROJECT Optional Pre -Bid Meeting: a. Time, Date, and Location: No Pre -Bid Meeting will be held for this project. 2. Bid Submittals: a. Time, Date and Location: December 11, 2018,3:00 PM City Clerk's Office 410 East Washington Street Iowa City, Iowa 52240 b. Submittals include two separate sealed envelopes: Envelope 1: Bid Security and Bidder Status Form Envelope 2: Proposal C. See Section 1020, as may be supplemented, for complete descriptions of proposal requirements and conditions. 3. Bidder Status a. Use the Bidder Status Form included in Section 0405. b. Submit in accordance with 0200.2.b above. c. See Section 0405 for the Worksheet: Authorized to Transact Business and 875 Iowa Administrative Code Chapter 156 (Y.�Aj, found at the following website: httos://www.leois.iowa.aov/docs/iac/chaoter/08-15-2018.875.156.Ddf. for assistance in completing the form. 4. Bid Security: a. Use the Bid Bond Form included in Section 0410. b. Submit in accordance with 0200.2.b above. C. Bid security is 10% of the total bid, including all added alternates (do not deduct the amount of deducted alternates). d. See Section 1020, as may be supplemented, for a complete description of the bid security requirements. 5. Progress and Schedule: r, a. Contract Times: Specified Start Date: -- January 2, 2019 r? Substantial Completion: -- March 1, 2019 Final Completion: --April 1, 2019 n G Liquidated Damages: --$500.00 m b. Work Restrictions: C, 3z" i. No work shall be done between 10:00 pm and 7:OOa� w9jout to approval of the Engineer, with the exception of saw cuttirf fresh1poured concrete. cn ii. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification. 2018 Annual Sewer Rehabilitation Project 0200 — Page 1 of 2 Performance, Payment and Maintenance Bond: a. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price for a period of two (2) year(s) after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. C. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. Insurance Requirements: a. The City of Iowa City is to be listed on the required insurance certificate, as an additional insured on a primary and non-contributory basis. Review this requirement with your insurance broker prior to bidding. b. See Section 1070, Part 3, as may be supplemented, for a complete description of the insurance requirements. C. Obtain insurance pertinent to CRANDIC Railroad as indicated in Appendix 1. 8. Taxes: Sales Tax Exemption Certificates will be issued according to Section 1020 1.08 of the Supplemental Specifications. 9. Contract Compliance: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, as described in the Section 0520. 10. Wage Theft Policy: a. For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Wage Theft Policy, as described in Section 0520. 11. References: a. The successful bidder and all of its subcontractors are required to submit at least four (4) days prior to award three (3) references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or based on past experience on projects with the City of Iowa City. b. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 2018 Annual Sewer Rehabilitation Project 0200 — Page 2 of 2 n a 2018 Annual Sewer Rehabilitation Project 0200 — Page 2 of 2 0400 PROPOSAL 2018 ANNUAL SEWER REHABILITATION PROJECT CITY OF IOWA CITY Please DO NOT USE the proposal included in the bound volume of the specifications. Separate copies of this form are contained with this document. The following documents must be submitted as printed. No alterations, additions, or deletions are allowed. If the Bidder notes a requirement in the contract documents that the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer in writing. The Engineer will issue any necessary interpretation by an addendum. Name of Bidder: Address of Bidder: TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 The undersigned bidder submits herewith bid security in the amount of , in accordance with the terms set forth in the Project Manual. The undersigned bidder, having examined and determined the scope of the Contract, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Project Manual, including Addenda , and , and to do all work at the prices set forth herein. The undersigned bidder further proposes 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. 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 and agrees that, in the event of any discrepancies or differences between the various items included in the Contract, Supplemental Specification Section 1040, 1.03 shall goverrr;: r^� 2018 Annual Sewer Rehabilitation Project 0400 — Page 1 of 4 BID ITEM DESCRIPTION UNITS ESTIMATED UNIT EXTENDED QUANTITY PRICE AMOUNT MOBILIZATION AND 1 GENERAL ITEMS LS 1 2 TRAFFIC CONTROL LS 1 3 8 -INCH CIPP LINING LF 4,565 4 12 -INCH CIPP LINING LF 2,699 5 24 -INCH CIPP LINING LF 1,063 REINSTATE LATERAL 6 SERVICE CONNECTION EA 112 RAILROAD LIABILITY 7 INSURANCE LS 1 TOTAL EXTENDED AMOUNT = The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. 2018 Annual Sewer Rehabilitation Project 0400 — Page 2 of 4 r— 'gym a rn C71 2018 Annual Sewer Rehabilitation Project 0400 — Page 2 of 4 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 of Iowa City. 2018 Annual Sewer Rehabilitation Project 0400 - Page 3 of 4 N �3 1-5 CD wq1 �1 n C �n �r rn a rn o'? a — m 2018 Annual Sewer Rehabilitation Project 0400 - Page 3 of 4 The undersigned Bidder is a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Limited Liability Company ❑ Joint venture ❑ Other Its Public Registration Number issued by the Iowa Commissioner of Labor, pursuant to Section 91 C.5 of the Iowa Code is: Failure to provide said Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor is registered to do business in the State of Iowa. Bidder's Name Signature Printed Name Title Street Address City, State, Zip Code Telephone Number NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2018 Annual Sewer Rehabilitation Project 0400 — Page 4 of 4 N c a NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2018 Annual Sewer Rehabilitation Project 0400 — Page 4 of 4 0405 BIDDER STATUS FORM All bidders must submit the following completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. To be completed by all bidders Part A ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the Worksheet: Authorization to Transact Business). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a non-resident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B Dates to Address: (mm/dd/yyyy) City, State, Zip Code: Dates to Address: (mm/dd/yyyy) City, State, Zip Code: Dates to Address: (mWdd/yyyy) City, State, Zip Code: You may attach additional sheet(s) ifneeded. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preference to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders? Part D I certify that the statements made on this document are true and complete to the best of my lmowledp Md I 1jWW that ni} fill I urC to provide accurate and truthful information may be a reason to reject my bid. C a Firm Name: '— Signature: Date: rn 2018 Annual Sewer Rehabilitation Project 0405 — Page 1 of 2 WORKSHEET: AUTHORIZATION TO TRANSACT BUSINESS This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organiza ion is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowaa9d ft certificate has not been revoked or canceled. ,) i r rn m n. M 2018 Annual Sewer Rehabilitation Project 0405 — Page 2 of 2 0410 BID BOND FORM 2018 ANNUAL SEWER REHABILITATION PROJECT CITY OF IOWA CITY , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the amount of to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for 2018 Annual Sewer Rehabilitation Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (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 security 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 security shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the security, as provided in the Project Manual or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its security 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 security this day of , A.D., 20_ (Seal) Witness Principal. By i (Ti#e) cn Surety o _' 0 By: — Witness (Attorney-in-fact) Attach Power -of -Attorney, if applicable 2018 Annual Sewer Rehabilitation Project 0410 – Page 1 of 1 0500 CONTRACT 2018 ANNUAL SEWER REHABILITATION PROJECT CITY OF IOWA CITY THIS CONTRACT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). WHEREAS the City has prepared certain Plans, Specifications, Proposal and Contract dated the day of 20, for the 2018 Annual Sewer Rehabilitation Project ("Project"), and WHEREAS, the City publicly solicited bids for construction of said Project, and WHEREAS, Contractor submitted a bid on the Project described in said Project Manual; and WHEREAS, the parties hereto now wish to enter into this Contract for the construction of said Project. NOW, THEREFORE, IT IS AGREED: The Contractor hereby agrees to perform the Project for the sums listed in its Proposal including the total extended amount of $ which sums are incorporated herein by this reference. 2. This Contract consists of the Contract Documents, as defined in the Section 1010, 1.03, and the following additional component parts which are incorporated herein by reference: a. Contractor's Completed Bidder Status Form; attached hereto; and b. Contractor's Completed Contract Compliance Program (Anti - Discrimination Requirements) Assurance, attached hereto The above components are deemed complementary and what is called for by one shall be as binding as if called for by all. 2018 Annual Sewer Rehabilitation Project 0500 — Page 1 of 2 3. The names of subcontractors acknowledged by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): DATED this CCS NAME QUANTITY UNIT PRICE TOTAL AMOUNT By: City Official ATTEST: day of BY: City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office (Title) 20 Contractor ATTEST: By: (Company Official) 2018 Annual Sewer Rehabilitation Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2018 ANNUAL SEWER REHABILITATION PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal") and as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Jurisdiction, bearing date the day of , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Lining of 1,063 LF of 24 -inch diameter sewer pipe, 2,704 LF of 12 -inch diameter sewer pipe, 4,247 LF of 8 -inch diameter sewer pipe, 116 service connection reinstatements and other associated sewer lining work and is located at various locations across the City. and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. Provided, however, that one year after the date of acceptance as complete of the work under the above referenced Contract, the maintenance portion of this Bond shall continue in force but the penal sum for maintenance shall be reduced to the sum of DOLLARS ($ 1, which is the cost associated with those items in the Contract that require a maintenance bond period in excess of one year. It is expressly understood and agreed by the Contractor and Surety in this bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to - wit: N PERFORMANCE: The Contractor shall well and faithfully observe, perfornr,.fulfill, and abide by each and every covenant, condition, and part of said Contract, by 4eference made a part hereof, for the above referenced improvements, and shalt indefnnify and save harmless the Jurisdiction from all outlay and expense incurred tk!he Jurisdiction by reason of the Contractor's default of failure to perform as required.! The Contr?gtvr shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2018 Annual Sewer Rehabilitation Project 0510 — Page 1 of 4 PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two year(s) (2) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, which thereby increases the total contract price and the penal sum of this bond, provided that all such changes do not, in the aggregate, involve an increase of more than 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid thew) limits to less that five years after the acceptance of the work under the Contract ,the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend 2018 Annual Sewer Rehabilitation Project 0510 — Page 2 of 4 and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond and the Contract; second, if not defined in the Bond or Contract, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mention1d and shall not limit liability hereunder. The Contract is hereby made a part of this Bond'. , 2018 Annual Sewer Rehabilitation Project 0510 — Page 3 of 4 PRINCIPAL: SURETY: Contractor Surety Company By By Signature Signature Attorney -in -Fact Officer Title Printed Name of Attorney -in -Fact Officer FORM APPROVED BY: Company Name City Attorney's Office Company Address City, State, Zip Code Company Telephone Number NOTE: 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. C) :r:'tom = C) -+ r-- rn 2018 Annual Sewer Rehabilitation Project 0510 — Page 4 of 4 CEJ 0520 CONTRACT COMPLIANCE SECTION I - GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors' abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. t Cn 2018 Annual Sewer Rehabilitation Project 0520 — Page 1 of 6 61 *Q I [e7 21 I S_1M-111:L1► Is] mrs] ;KK6] dd» /_1► [N =I The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 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. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 et seq.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone Number Street Address City, State, Zip Code 2018 Annual Sewer Rehabilitation Project 0520 — Page 2 of 6 5. Q 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. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date 2018 Annual Sewer Rehabilitation Project 0520 — Page 3 of 6 N D cn r—e y, Mrn .x: 2018 Annual Sewer Rehabilitation Project 0520 — Page 3 of 6 SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. -- (e) Review periodically job descriptions to make sure they accuratteyc,reflect major job functions. Review education and experience requirements tD rrrake lure 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 td perform the job applied for?" Only use job-related tests which da-Act_adver� 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. 2018 Annual Sewer Rehabilitation Project 0520 — Page 4 of 6 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. 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 can be found at: http://www.sterlinacodifiers.com/codebook/index.php?book id=953. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. 2018 Annual Sewer Rehabilitation Project 0520 — Page 5 of 6 N C9 y1 r -n � m 2018 Annual Sewer Rehabilitation Project 0520 — Page 5 of 6 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her age, color, creed, disability, national origin, gender identity, marital status, race, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officer for the is: Name: Address: Telephone: 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. 2018 Annual Sewer Rehabilitation Project 0520 — Page 6 of 6 N CJ �� GO iJ -'L Cil 1 2018 Annual Sewer Rehabilitation Project 0520 — Page 6 of 6 0530 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of theneligible person or entity; Es b. Disciplinary action has been taken against the individual(s) respons& for°"the acts giving rise to the violation(s); 1 — C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or iJ d. Other factors that the person or entity believes are relevant. m 2018 Annual Sewer Rehabilitation Project 0530 — Page 1 of 3 The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. 2018 Annual Sewer Rehabilitation Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT STATE OF ss: COUNTY I, upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. This instrument was acknowledged before me by on 20_ 2018 Annual Sewer Rehabilitation Project Signature Notary Public in and for the State of 0530 — Page 3 of 3 N n Lfn (� Q� 0530 — Page 3 of 3 SUDAS STANDARD SPECIFICATIONS The City of Iowa City has adopted the SUDAS Standard Specifications for use on all public improvement projects and construction within the public right-of-way. The SUDAS Standard Specifications are incorporated herein by reference. Copies of the current version of the SUDAS Standard Specifications Manual can be obtained from the SUDAS website at: http://www.iowasudas.org/manuals/manual.cfm?manual=specifications. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. Previous editions of the SUDAS Standard Specifications can be found here: http://www.iowasudas.org/manuals/specs/archived figures/ArchivedFigures.cfm. 2018 Annual Sewer Rehabilitation Project Page 1 of 1 N CA .'....1 ..G. a..uza rn Page 1 of 1 GENERAL SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the General Supplemental Specifications for use on all public improvement projects and construction within the public right-of-way. The General Supplemental Specifications are incorporated by reference. Copies of the General Supplemental Specifications can be obtained from the website at: http://www.iowasudas.org/manuals/specs/supplemental spec/. These specifications are kept on file in the City Engineer's Office and will be made available for viewing by City staff and the public. 2018 Annual Sewer Rehabilitation Project Page 1 of 1 I SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2018 Edition of the SUDAS Standard Specifications Manual for use on all public improvement projects and construction within the public right-of-way. The Supplemental Specifications are incorporated herein by reference. Copies of the current version can be obtained at: City Engineering Division Office. 2018 Annual Sewer Rehabilitation Project N to C) r e^ iT1 yy F 1 Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer-generated attachment, hereinafter referred to as unit price attachment, in lieu of completing that portion of the Proposal identifying the bid items, description, unit, quantity, and unit prices. See Section 1020, 1.09.13, for details on preparing a computer-generated unit price attachment. The following specification sections are brought to the Contractor's attention: Section 4050 Pipe Rehabilitation The following notes are to serve as a supplement to the standard SUDAS specifications and are made a part of these contract documents: Add the following to Section 11,020 1.08.A.3 "d. All work associated with Styrene Management in the parking garage on Van Buren Street is considered incidental to this item." Replace Section 4050-1.07.13 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- citv.ora/weblink/O/doc/1506458/Electronic. aspx." 3. Add the following to 4050-3.02: "D. Provide a traffic control plan detailing traffic control during bypass pumping." 4. Replace 4050-1.04.A.7 with the following: "Typical lining thickness for pipe sizes included in the project. Include calculations detailing how the thickness was arrived at, based on the depth of the pipe. Maximum pipe depths are detailed below: Location Depth ft Black Spring Trunk West 7 Black Spring Trunk East 7 Front Street 15 Hafor Circle 12 Manor Eastmoor 14 Rider Street 10 Van Buren Street 15 Webster Street 13 2018 Annual Sewer Rehabilitation Project AECOM #60587072 N u Page 1- 9 t _ v Page 1- 9 5. Add the following to 4050-1.07 "E. The following detail site-specific requirement to be followed during lining: 1. Black Springs Trunk West a. Manhole 263-13 may be used for inversion of liner. Lots used for inversion shall be returned to their original condition after the lining work is completed. b. Contractor shall inform the City two (2) weeks in advance prior to accessing Manholes 263-14 and 263-12 such that access can be arranged with the homeowners. Similar notices will need to be provided for bypass pumping from any manholes along Park Road and Lee Street that may not be in public right-of- way. c. Contractor shall follow SUDAS section 6030 and associated figures for temporary traffic control on Park, Lee and Normandy Streets. Contractor shall submit the traffic control plan to be used for each individual street to the City two (2) weeks in advance of installation of the traffic control. d. Any areas disturbed shall be restored to their original conditions at no expense to the owner. 2. Black Springs Trunk East a. Manhole 263-10 is a force main receiving manhole that receives flows from a pump station. Approximate flows are: 10,000 GPD. b. Contractor shall inform the City two (2) weeks in advance prior to accessing Manholes 263-10, 263-11 and 263-12 such that access can be arranged with the homeowners. Similar notices will need to be provided for bypass pumping from any manholes along Park Road and Lee Street that may not be in public right-of- way. c. Any areas disturbed shall be restored to their original conditions at no expense to the owner. 3. Front Street a. Work related to lining through or bypassing of Manhole 267-5 may be completed only at night time in low traffic conditions, between the hours of 10 PM and 5 AM. Contractor is allowed to close only one lane of Burlington Street. b. Manhole 303-B1 is located approximately 20 feet from CRANDIC tracks. No inversion is permitted from this manhole. Contractor shall follow all aspects of the CRANDIC access agreement as included in these specifications, this includes all notifications and flagger requirements. Laying bypass piping across the tracks is not permitted. c. Any areas disturbed shall be restored to their original conditions at no expense it? the owner. v 2018 Annual Sewer Rehabilitation Project AECOM #60587072 Page 2- 9 4. Hafor Circle a. Contractor shall inform the City two (2) weeks in advance prior to accessing Manholes 708-3 and 708-2 such that access can be arranged with the homeowners. Similar notices will need to be provided for bypass pumping from any manholes along Teg Drive and Hafor Drive (if needed) that may not be in public right-of-way. b. Any areas disturbed shall be restored to their original conditions at no expense to the owner. 5. Manor Eastmoor a. Structure downstream of Park Place is a lift station, with the ability to pump 10,000 GPD. b. Contractor shall inform the City two (2) weeks in advance prior to accessing any manholes outside of the right-of-way that may be needed for bypass pumping. c. Any areas disturbed shall be restored to their original conditions at no expense to the owner. 6. Rider Street a. Contractor shall inform the City two (2) weeks in advance prior to accessing Manholes 332-5 and 332-3 such that access can be arranged with the homeowners. Similar notices will need to be provided for bypass pumping from any manholes along Rider Street. b. Any areas disturbed shall be restored to their original conditions at no expense to the owner. 7. Van Buren Street a. Work on lining shown on this sheet may be performed only during night time, between the hours of 10 PM and 5 AM. b. No inversion is permitted out of Manhole 810-21. Contractor shall inform the owner of lining the line between Manholes 810-21 and 811-1 at least 2 weeks in advance. The owner will arrange for the parking garage to be empty during the night of the construction. The contractor shall provide a plan for actively venting and or containing styrene gas that may be generated as a result of the lining operation. Contractor shall submit a styrene management plan as part of the liner submittal package for this length of lining. c. Only one lane of East Washington Street and East College Street may be closed, if needed, for bypass pumping. d. Any areas disturbed shall be restored to their original conditions at no epense to the owner. , crt 8. Webster Street a. Only one lane of Kirkwood Avenue may be closed for bypass pumping, if needed. 2018 Annual Sewer Rehabilitation Project AECOM #60587072 Page 3- 9 b. Any areas disturbed shall be restored to their original conditions at no expense to the owner. " Replace Section 4050-1.08 with the following: PART1-GENERAL 1.01 SUMMARY. A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART2-PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total arhount and value of work completed, minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off-site. The 5% retainage will be released 31 days after the project is accepted by the City 2018 Annual Sewer Rehabilitation Project AECOM#60587072 Page 4- 9 Council, provided no claims against the project have acceptance. Chapter 573 of the Code of Iowa will resolution of claims. 3.02 BID ITEMS: A. GENERAL been filed within 30 days of project govern the release of retainage and The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractors responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor or his/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specifically noted as 'REMOVE" or "CLEAR AND GRUB" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees and shrubs shall include compensation for special precautionary measures required to prevent injury or damage to said tree, shrub or root system. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of cleanup shall be incidental. B. BID ITEM DESCRIPTIONS 1 Mobilization and General Items (LS) -` 2018 Annual Sewer Rehabilitation Project AECOM #80587072 Page 5- 9 The lump sum unit price for this item will be paid based on furnishing, installing, maintaining, moving, relocating, and removing all equipment, materials and labor necessary to complete the work. This item includes any necessary relocation of equipment and materials for all subcontractors to complete the work. This Rem also includes the training certification required to meet the OSHA and City Confined Space Entry Program. Demobilization is considered incidental to this item. All work associated with Styrene Management in the parking garage on Van Buren Street is considered incidental to this item. 2. Traffic Control (LS) This item shall include all labor, equipment and materials necessary to maintain a minimum of one (1) lane of through traffic in each direction (unless otherwise indicated) on all streets and to place and maintain traffic control devices and flaggers according to the plans and specifications, MUTCD and OSHA regulations. The Engineer may request additional signs, barricades, safety fence or other devices, as necessary, at no additional cost to the City. Progress payments for traffic control will be based on the portion of the traffic control completed. Traffic control if required for bypass pumping shall follow all MUTCD and OSHA regulations and is considered incidental to this item. 3. 8 -Inch CIPP Lining (LF) The unit price for this item will be paid based on the number of linear feet of cured - in -place liner installed, as measured from center -of -manhole to center -of -manhole. The unit price for this item shall include all costs for supplying the materials, labor, power, water or air, and equipment to install the liner pipe as indicated on the plans. It shall include cleaning and televising the sewer before liner installation and televising after liner installation, and all equipment and labor necessary to transfer the existing sewer flows to facilitate liner installation. This item also includes the Public Notification work during CIPP installation. Removal of any Protruding Service Taps is considered incidental to this item. Costs incurred for water usage is considered incidental to this item. Root removal and other obstructive material removal is considered incidental to this item. 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. Any bypass pumping required for pipe lining is considered incidental to this item. The unit price for this item shall include all labor, materials and equipment necessary for manhole cleaning, removal and disposal of all debris, furnishing the liner and resin impregnation system, sealing at the manhole walls, leakage testing, CIPP sample testing and all incidental work included in these contract documents and in accordance with the manufacturer's recommendations. The Contractor shall furnish a copy of the pre- and post -installation television inspection videos to the City upon completion of the project before final payment. All areas where the contractor's operations impact surface . or" Subsurface conditions shall be restored to their original conditions.This includes, but is not limited 2018 Annual Sewer Rehabilitation Project AECOM#60587072 Page 6- 9 to, seeding, paving, sidewalk or any other surface or subsurface features. All restorative work is considered incidental to this item. It is the responsibility of the Contractor to visit the sites, as needed, prior to bidding to observe field conditions. All visits must be coordinated with the Owner. 4. 12 -Inch CIPP Lining (LF) The unit price for this item will be paid based on the number of linear feet of cured - in -place liner installed as measured from center -of -manhole to center -of -manhole. The unit price for this item shall include all costs for supplying the materials, labor, power, water or air and equipment to install the liner pipe as indicated on the plans. It shall include cleaning and televising the sewer before liner installation and televising after liner installation, and all equipment and labor necessary to transfer the existing sewer flows to facilitate liner installation. This item also includes the Public Notification work during CIPP installation. Removal of any Protruding Service Taps is considered incidental to this item. Costs incurred for water usage is considered incidental to this item. Root removal and other obstructive material removal is considered incidental to this item. 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. Any bypass pumping required for pipe lining is considered incidental to this item. The unit price for this item shall include all labor, materials and equipment necessary for manhole cleaning, removal and disposal of all debris, furnishing the liner and resin impregnation system, sealing at the manhole walls, leakage testing, CIPP sample testing and all incidental work included in these contract documents and in accordance with the manufacturer's recommendations. The Contractor shall furnish a copy of the pre- and post -installation television inspection videos to the City upon completion of the project before final payment. All areas where the contractor's operations impact surface or subsurface conditions shall be restored to their original conditions. This includes, but is not limited to, seeding, paving, sidewalk or any other surface or subsurface features. All restorative work is considered incidental to this item. It is the responsibility of the Contractor to visit the sites, as needed, prior to bidding to observe field conditions. All visits must be coordinated with the Owner. 5. 24 -Inch CIPP Lining (LF) The unit price for this item will be paid based on the number of linear feet of cured - in -place liner installed as measured from center -of -manhole to center-OPmantigle. The unit price for this item shall include all costs for supplying the materials,`-laborz?power, water or air and equipment to install the liner pipe as indicated on the plans'.,— It shall include cleaning and televising the sewer before liner installation and televi§Mg after liner installation, and all equipment and labor necessary to transfer the existing sewer flows to facilitate liner installation. This item also includes the Public Notification work during CIPP installation. Removal of any Protruding Service Taps is considered incidental to this item. Costs incurred for water usage is considered inciderIMI to this item. Root removal and other obstructive material removal is considered incidental to this item. Use preliminary videos included with bidding materials to determine 2018 Annual Sewer Rehabilitation Project AECOM #60587072 Page 7- 9 scale/size of obstruction. Excavation of pipe to remove obstruction is not anticipated for this project. Any bypass pumping required for pipe lining is considered incidental to this item. The unit price for this item shall include all labor, materials and equipment necessary for manhole cleaning, removal and disposal of all debris, furnishing the liner and resin impregnation system, sealing at the manhole walls, leakage testing, CIPP sample testing and all incidental work included in these contract documents and in accordance with the manufacturer's recommendations. The Contractor shall furnish a copy of the pre- and post -installation television inspection videos to the City upon completion of the project before final payment. All areas where the contractor' operations impact surface or subsurface conditions shall be restored to their original conditions. This includes, but is not limited to, seeding, paving, sidewalk or any other surface or subsurface features. All restorative work is considered incidental to this item. It is the responsibility of the Contractor to visit the sites, as needed, prior to bidding to observe field conditions. All visits must be coordinated with the Owner. 6. Reinstate Lateral Service Connection (EA) The unit price for this item will be paid based on each active service lateral reinstated. This item shall include all labor, equipment and materials necessary to identify by remote televising, sounding device or dye testing which service laterals are live prior to lining and to reinstate flow through those live laterals using a robotic cutting device after the liner installation. The cut shall be a circular shape and buffed smooth with the finished opening 100% of the lateral diameter. The quantity identified on the plans is an estimate based upon the structures thought to contribute flow to the selected sewers. It is the Contractor's responsibility to reinstate only live laterals. All areas where the contractor's operations impact surface or subsurface conditions shall be restored to their original conditions. This includes, but is not limited to, seeding, paving, sidewalk or any other surface or subsurface features. All restorative work is considered incidental to this item. It is the responsibility of the Contractor to visit the sites, as needed, prior to bidding to observe field conditions. All visits must be coordinated with the Owner. The contractor shall furnish a copy of the post -installation television inspection videos showing the reinstated laterals to the City upon completion of the project before final payment. If services are not connected in a timely manner, language detailed in Section 4050-3.04 may be enforced. Any costs the contractor may incur for this are considered incidental to this item. 7. Railroad Liability Insurance All work associated with obtaining insurance related to working within the CRANDIC Railroad right-of-way is considered incidental to this item. All costs associated with obtaining flaggers (if required) is considered incidental to this item. 2018 Annual Sewer Rehabilitation Project AECOM#60587072 Page 8- 9 Any other items required for the successful completion of this project and listed in the Access Agreement found in the Appendix are considered incidental to this item." 2018 Annual Sewer Rehabilitation Project AECOM #80587072 Page 9- 9 N C!� r ,o -1 2018 Annual Sewer Rehabilitation Project AECOM #80587072 Page 9- 9 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. 2018 Annual Sewer Rehabilitation Project AECOM#60587072 Page 1- 1 N C� CS] _I l7 —t 'tee I rn a 2018 Annual Sewer Rehabilitation Project AECOM#60587072 Page 1- 1 FILED m 20131:0"� -5 Ail 11: I � a CITY Gi_rR'i( J': 0 a` R 5 z €�YV (L O o� GENERAL NOTES 1. CONTRACTOR SHALL PROVIDE TRAFFIC `u. CONTROL IN ACCORDANCE WITH SUDAS t of SECTION 8030 AND ASSOCIATED DETAILS. 12 7 2 _mom �,E.S'1V S1 ��� FMMY�e 6YFU6'N pp LEf�EN� `Y�x� 2: BLACWSPRINGS TFUNK WEST 3; BLACR9PRINGS TRUNK EAST 4. FRONNTT$$TREET 5. HAFOR�IRCLE 6. MANOR - EASTMOOR 7. RIDER STREET 8. VANBUREN 9. WEBSTER STREET /��� 2018 LOCATION E i A=COM CIPP SANITARY SEWER MAP d� I # rC' 501 Sycamore Street, Suite 222 REHABILITATION �� Wab oo,78 35�; 1497 CITY OF IOWA CITY CIN of town CITY Scale: 1"=3000' SHEET 1 OF 9 6 \ 0 e�o 1 \ p1 o Z OCT -I 0 z la MANOR DR �I t 54 A — it i � F° 61 60 1 59 I 58 I 57 -1 56 55 t 2,y l DWG DWG 2 3 Z i I PARK RD r x I �zi 0I= 0i _ j m - s °z y nl — — ILII-- < - m NOTES: R 1. SEE SPECIFICATIONS FOR SITE SPECIFIC NOTES. W �o� I y9t i ITEM UNIT QUANTITY 3 I I 4 12" VCP LF 1,338 � I I- - - 6 SERVICE RECONNECTION EA 12 �� 2018 BLACK SPRINGS TRUNK WEST 12 , I CIPP SANITARY SEWER MH 263-16 TO MH 263-12 is �ti 5D1 Sycamore Street Sufte 272 REHABILITATION - "�� Waled.., Iowa 50704-1497 CITY OF IOWA CITY T 319.2328531 Scale: 1" = 200' SHEET 2 OF 9 CITY OF IOWA CITY 2T 28 '-29 El s _ DWG DWG I 2 3 a�a1 42 44 43 I � I —L WILLIE DR W Q N D CD J I I I I W I I I I i0 I I I I I 1 I I I OAKRIDGE AVE I I GOULO ST I I I I I I I I I I I I PARK RD �: __------- 3 -- yl� a NOT `g i 1. SEE SPECIFICATIONS FOR SITE SPECIFIC NOTES. __ a �o y�l - - > ITEM -: _- m I 4 12" VCP 6 SERVICE RECONNECTION 2018 BLACK SPRINGS TRUNK EAST ANOM CIPP SANITARY SEWER MH 263-12 TO MH 263-8 Sol stoamme strael. sure M REHABILITATION Waterloo, love 5076/-1497 CITY OF IOWA CITY T 319.232'6531 Scale: 1" = 200' SHEET 3 C INITI QUANTITY LF 1,189 EA EA 5 CITY OF IOWA CITY 1 � O 8I 0 Aw Q .2s A_,C'OM 501 Sycamore Street, Suite 222 Watedaa, Iowa 50704-1497 T 319.232.6531 ,x NOTES: 1. SEE SPECIFICATIONS FOR SITE SPECIFIC NOTES. 2018 CIPP SANITARY SEWER REHABILITATION CITY OF IOWA CITY 6 ITEM 24" VCP SERVICE RECONNECTION UNIT QUANTITY LF 1,063 EA 4 1 2 1 CITY OF IOWA CITY ©N I Q R't, 65 88 � 55 o d - — " 84 85 86 87 7 11 If M� QO56 7 r N x T8 r N N 57 I a 83 82 81 80 I58 I I I I I I I 4 9 09 ao GI Affil 1501 Sycamore Street, Suite 222 Waterloo, Iowa 50704-1497 T 319.232.6531 FLANIGAN CT I I I I NOTES: 1. SEE SPECIFICATIONS FOR SITE SPECIFIC NOTES. 2018 CIPP SANITARY SEWER REHABILITATION CITY OF IOWA CITY ITEM UNITI QUANTITY 3 8" VCP LF 397 6 SERVICE RECONNECTION EA 12 HAFOR CIRCLE 1 C 1 9 1 CITY OF IOWA CITY .'I ® p , Tb IS O� elk p0 yy 29 LIFT STATION I _�pp ti ti, Nlk .6- m9 \ CS° ary \ .0 Ilk c 35 ti � MyIcb CA -q1-- ` H 461-14 0 ` / -.. 23.9 42.6\ —II I CIO 102.97 �._1 5� h ai 1662 h ' — _ / 44 m > \ 4$ 66 1 `' /Oa vt N 56 JJ \ 59 W NOTES: \ \\ 1. SEE SPECIFICATIONS FOR SITE SPECIFIC NOTES. �sl d ITEM UNIT QUANTITY Z \\ \3 8" VCP LF 2,865 m ml \ 6 SERVICE RECONNECTION EA 46 /p� ��� 2018 7Scalel-- OR - EASTMOOR ! I / GcoM CIPP SANITARY SEWER a t 501 Sycemare Street, Suite 222 REHABILITATION w "moi Waterloo, lova 50704-1497 CITY OF IOWA CITY T 319.232.6537 SHEET 6 OF 9 CITY OF IOWA CITY II -T- r M IW J - I 1 5 I s 17 I I I 2 I i.. 3 I 1 2 I 3 I 4 1 5 1 6 I I I I R I I I 7 1 8 I I 1 9 10 1 _.. I 1 1 1 1 I I I I i I I I 11 I I I 12.. I d yl HIGHWAY 6 W RIDER ST cii F71 _ 00 NOTES 1. SEE SPECIFICATIONS FOR SITE SPECIFIC NOTES AMOM//�� � 2018 CIPP SANITARY SEWER 1591 Symmom Sbee4 Su9e 222 REHABILITATION Wetedw, Iowa 50794-1497 CITY OF IOWA CITY T 319.232.6531 ITEM UNIT QUANTITY 3 8" VCP LF 357 6 SERVICE RECONNECTION EA 6 RIDER STREET 1 ? — -e7 M N Scale: 1"= 100' SHEET 7 OF 9 CITY OF IOWA CITY E WASHINTON ST 1T 1 1----_-. -TI-F 5' - 00 c u � sl 77 I E COLLEGE ST A=COM 561 Sycamore Street, Suite 222 Waterloo, Iowa 50701-1697 T 319.232.6531 MH Q N N D z w c z m z 811-2 N a z W c m m z N E WASHINTON ST E WASHINTON ST E COLLEGE ST co 1. SEE SPECIFICATIONS FOR SITE SPECIFIC NOTES. ITEM 4 1 12" VCP 6 SERVICE RECONNECTION Y018 VANBUREN CIPP SANITARY SEWER REHABILITATION CITY OF IOWA CITY Srale1"= 100' UNIT QUANTITY LF 172 EA 0 1 � � Mull., CIITY OF IOWA CITY Il � cb .0 I � ryo 2�� ase •\ \ lie ,0 r.' ) o � c0 )q� z ... J 9 NOTES: — a 9l / S33 E33 V/ \ ` 1. SEE SPECIFICATIONS FOR SITE SPECIFIC NOTES. �iy ti ebl ` ITEM UNIT QUANTITY / 7 j \ 3 8" VCP LF 946 ml \ 6 SERVICE RECONNECTION EA 25 A- 2018 WEBSTER ? , I���M CIPP SANITARY SEWER �^ d 501 Sycamore Street, Suite 222 REHABILITATION watedeq Iowa 50704-1497 CITY OF IOWA CITY r`y" 7319232.8537 Scale: 1'=100' SHEET 9 OF 9 CITY OF IOWA CITY Y 0 00 0466 0 ,Y APPENDICES — CRANDIC ACCESS AGREEMENT ACCESS AGREEMENT THIS ACCESS AGREEMENT (this "Agreement") is made and entered into as of the _ day of , 20 (the "Effective Date "), by and between CEDAR RAPIDS AND IOWA CITY RAILWAY COMPANY, an Iowa corporation ("CRANDIC") and [ 1, a[partnership] [limited liability company] [corporation] ("Requesting Party") of the state of [State of Formation], having its principal place of business at [Address] ("Requesting Party"). Requesting Party and CRANDIC are referred to individually as a "Party" and collectively as the "Parties. " RECITALS: WHEREAS, CRANDIC owns certain real property located in [City, State], as further described in Exhibit A (the "Premises"); WHEREAS, Requesting Party has requested temporary permission from CRANDIC to enter upon the Premises ( "Access ") for the limited purpose of (hereinafter referred to as the "Purpose"), in accordance with the terms of this Agreement; and WHEREAS, CRANDIC agrees to grant Requesting Party with such Access for the Purpose, all in accordance with the terms of this Agreement. AGREEMENT: In consideration of the following terms and conditions CRANDIC hereby grants to Requesting Party Access to the Premises pursuant to this Agreement. 1. Access. CRANDIC hereby grants to Requesting Party a temporary, non-exclusive license on, over and across the License Area (as further described and defined in Exhibit B) for the Purpose during the Term of this Agreement (the "License"). 2. Term. This Agreement is effective as of [the Effective Date or pick another dal�j] and will expire without any action by either Party upon the earlier of the completign of the - Purpose or [Insert expiration date] (the "TermThe Parties may, upon mutual hagreement: in writing, extend the Term. i 3. Requesting Party Covenants. co a. Upon CRANDIC's determination, in its sole discretion, that flagging is required for the safe prosecution and completion of any activities associated with the License, Requesting ECRM # 448755 Rev. 5 10/17 Page 2 Access Agreement Party shall pay all costs for such flagging ($125.00 per flagger per hour). The number of flaggers shall be determined by CRANDIC in its sole discretion. If work is performed without proper flagging services when such flagging is required, Requesting Party will be subject to a $5,000.00 per day price adjustment and may, at CRANDIC's sole option, be immediately removed from the Premises. b. Requesting Party shall notify CRANDIC of its arrival and departure from the Premises each day. c. Prior to entering on to the Premises, Requesting Party shall provide CRANDIC with the name and phone number of a foreman or supervisor that can be contacted in case of emergency or for any other reason CRANDIC requires. d. In the event Access involves any activity that involves the performance of work on the Premises, upon completion of such activity, a Requesting Party representative will be required to conduct a walk down of the Premises with CRANDIC management. e. Requesting Parry shall, at its sole cost, comply with all applicable laws, rules, regulations, and ordinances of competent authorities affecting said Premises including, but not limited to those relating to Hazardous Materials and the environment (individually and collectively, the "Law "). Requesting Party is solely responsible for obtaining any and all permits required by any Law to support their Access and any activities they conduct on the Premises. As used herein, "Hazardous Material" means any substance which is listed as "hazardous" or "toxic" or listed in the regulations implementing CERCLA. "Hazardous Material" includes any and all material or substances which are defined as "hazardous waste, " "hazardous material, " "extremely hazardous substance, " or a "hazardous substance, " pursuant to state, federal, or local governmental law. "Hazardous Materials" includes, but is not restricted to, asbestos, polychlorinated biphenyls ( "PCBs "), petroleum and petroleum products. f. Requesting Party may use contractors to do work on the Premises, provided any such contractors must comply with the terms and conditions hereof, including, but not limited to safety terms and insurance requirements. Requesting Party shall be responsible for the acts and omissions of all contractors and shall require all contractors to indemnify CRANDIC to the same extent as set forth herein. 4. Cooperation. Requesting Party shall cooperate with CRANDIC personneLW shall take all other reasonably necessary measures to avoid accidents, damage or harm to persons or property, and delays to or interference with CRANDIC operations. _ __ 5 5. Safety. - cn a. Requesting Party shall, at all times, keep the Premises in a safe, clean, and sanitary condition, and shall not mutilate, damage, misuse, alter, or permit waste thereon. N6 drainage condition shall be created or allowed to exist that is or may be adverse to CRANDIC. ' ECRM # 448755 Rev. 5 10/17 Page 3 Access Agreement b. All activities performed during the Access shall, as applicable, be done in accordance with instructions of CRANDIC personnel and in such manner as is satisfactory to CRANDIC acting through its designated representatives. c. The following clearances must be maintained at all times during Requesting Party activities unless written consent by CRANDIC is otherwise provided: (1) Vertical: 21.5 feet above top of highest rail; and (2) Horizontal: 8.5 feet from centerline of nearest track, measured at right angles thereto. 6. Environmental; Safety. a. Requesting Party shall be solely responsible for complying with all hazard communication and other requirements of the Occupational Safety and Health Administration (OSHA), as codified at 29 C.F.R. 1910.1200. Requesting Party shall provide Material Safety Data Sheets for any hazardous chemicals brought onto CRANDIC's Premises by Requesting Party, its employees, agents, contractors, or subcontractors. In addition, Requesting Party shall provide the necessary information and training to its employees on each hazardous chemical to which they may be exposed. Requesting Party shall ensure that its employees use proper personal protective equipment, such as hard hats, safety glasses, etc., while on CRANDIC's Premises. Requesting Party may be required to take additional safety precautions and/or terminate activities if work is conducted in an unsafe manner. In such case, Requesting Party shall be responsible for any additional or consequential costs. b. Requesting Party shall not cause or permit any Hazardous Material other than fluids located inside of vehicles required for vehicle operation (e.g., gasoline, diesel fuel, oil, anti- freeze) to be used, stored, generated, released or disposed of on or in the Premises by Requesting Party, its employees, agents, contractors, subcontractors, or invitees without first obtaining CRANDIC's written consent, which may be withheld at CRANDIC's sole and absolute discretion. If Hazardous Materials are used, stored, generated, released or disposed of on or in the Premises by Requesting Party, its agents, employees, contractors or invitees in violation of this Agreement or any environmental law, or if the Premises become contaminated in any manner for which Requesting Party is liable, Requesting Party shall indemnify, defend, and hold harmless CRANDIC pursuant to the indemnity section set forth below, including, without limitation, for any and all costs incurred in connection with any investigation, remediation or restoration of the Premises or any off-site location (including all costs incurred pursuant to the Comprehensive Environmental Response, Compensation, & Liability Act ("CERCLA" or "Superfund"), 42 U.S.C. § 9601 et seq.). In the event that any spills or releases of any Hazardous Materials into the environment result from the actions of Requesting Party or any of its agents or from any such party's access to the Premises pursuant hereto, the Requesting Party shall: (i) take any and all actions necessary to ensure timely and adequate compliance with all applicable environmental laws and the requirements of relevant governmental authorities, including any applicable reporting, investigation and remediation requirements; and (ii), promptly provide CRANDIC with relevant information regarding the details, status and compliance efforts associated with the spill or release. cn ECRM # 448755 Rev. 5 10/17 Page 4 Access Agreement c. Notwithstanding the foregoing and to the extent practicable, Requesting Party shall coordinate all investigative, remedial and response actions with, and obtain prior approval with respect thereto from, CRANDIC. In the event that during its operations Requesting Party discovers any existing contamination, Requesting Party shall stop work on that location and contact CRANDIC for instructions on how to proceed. In no event, absent express written permission of CRANDIC is the Requesting Party authorized to share any information or results associated with the operations, with third parties. 7. Indemnification. Requesting Party shall indemnify, defend and hold CRANDIC harmless from and against any and all claims, demands, losses, damages, costs, and expenses (including, but not limited to, court costs, fines, penalties and reasonable attorneys' fees, but excluding consequential or indirect damages), judgments, liabilities and causes of action to the extent arising out of the acts or omissions of Requesting Party, its employees, agents, contractors, or subcontractors in connection with the (i) Access; (ii) use, storage, generation, release or disposal of any Hazardous Materials on, at or from the Premises; or (iii) violation of any Laws, including environmental Laws, in each case by the Requesting Party, its employees, agents, contractors, or subcontractors. Requesting Party shall indemnify and defend CRANDIC for, from and against any and all mechanics' liens and other liens and encumbrances filed by any person claiming by, through or under Requesting Party and against all costs, expenses, losses and liabilities (including reasonable attorneys' fees) incurred by CRANDIC in connection with any such lien or encumbrance or any action or proceeding brought thereon. 8. Termination. a. The occurrence of any one or more of the following matters constitutes a default by Requesting Party under this Agreement (an "Event of Default"): i. Requesting Party becomes insolvent or generally fails to pay, or admits in writing its inability or unwillingness to pay, its debts as they become due; ii. Requesting Party makes a general assignment for the benefit of its creditors; iii. Requesting Party commences or consents to any case, proceeding, or other action (A) seeking reorganization, arrangement, adjustment, liquidation, dissolution, or composition of Requesting Party or of Requesting Party's debts under any Law relating to bankruptcy, insolvency, reorganization, or relief of debts, or (B) seeking appointment of a receiver, trustee, or similar official for Requesting Party or for all or any part of Requesting Party's property; r„ iv. any case, proceeding, or other action against Requesting Party is commenced (A) seeking to have an order for relief entered against Requesting Party as debtor, (B) seeking reorganization, arrangement, adjustment, liquidation, dissoltition, or; composition of Requesting Party or Requesting Party's debts under any Law relating to bankruptcy, insolvency, reorganization, or relief of debtors, or (C) seeking appointment ECRM # 448755 Rev. 5 10117 Page 5 Access Agreement of a receiver, trustee, or similar official for Requesting Party or for all or any part of Requesting Party's property; V. the breach of any representation or warranty made by Requesting Party herein; vi. Requesting Party attempts to assign, convey, or transfer this Agreement or any interest herein without CRANDIC's prior written consent; or vii. Requesting Party fails to observe or perform any other covenant, agreement, obligation, duty, or provision of the Contract Documents, and such failure continues for ten (10) days after Requesting Party's receipt of written notice thereof from CRANDIC. b. Upon the occurrence of any Event of Default, CRANDIC may, without prejudice to any other right or remedy CRANDIC may have under this Agreement or at law or in equity, terminate this Agreement or any portion of this Agreement and resume and retake possession of said Premises without any accountability whatsoever to Requesting Party, its successors or assigns. c. Upon termination of this Agreement in any manner, the Requesting Party shall remove all personal property and equipment kept and used on Premises from the Premises and return Premises to the condition it was in prior to the Access. Should the Requesting Party fail to remove such personal property and equipment within ten (10) days after the date of termination of this Agreement, CRANDIC may, at its election, either remove all said personal property and equipment at the sole cost of the Requesting Party or may take and hold said personal property and equipment as its sole property. In the event CRANDIC is not satisfied that the Requesting Party has returned the Premises to an acceptable condition, CRANDIC reserves the right to arrange for such work to be performed and Requesting Party shall reimburse CRANDIC for the cost thereof. 9. Insurance. a. Requesting Party, shall provide and maintain the minimum insurance limits shown below in connection with the Access, use or occupancy of the Premises by Requesting Party its employees, agents, contractors, or subcontractors. Requesting Party on behalf of itself and each agent and each contractor and each subcontractor shall furnish to CRANDIC certificates issued by insurance companies acceptable to CRANDIC showing policies carried and the limits of coverage as follows: i. Workers' Compensation Insurance for employees to the extent of statutory limits and Occupational Disease and Employer's Liability Insurancecfor not less than $1,000,000. - ii. Commercial General Liability Insurance with limits _ not, fess than $1,000,000 each occurrence and $2,000,000 aggregate. The Commercial General n ECRM # 448755 Rev. 5 10/17 Page 6 Access Agreement Liability policy shall contain the Contractual Liability Railroads CG 24 17 endorsement (or equivalent). iii. Automobile Liability Insurance for all owned, non -owned and hired automobiles with limits not less than $1,000,000 each accident. iv. Excess or Umbrella Liability with limits not less than $2,000,000 each occurrence and $2,000,000 aggregate: Such coverage must include, as scheduled policies, the Employer's Liability Insurance, Commercial General Liability Insurance (including completed operations) and Automobile Liability Insurance described in this Section. The excess policies will be "following form." V. CRANDIC further reserves the right to require Requesting Party or its contractors to provide to CRANDIC an insurance policy for Railroad Protective Liability Insurance in the amount of two million dollars ($2,000,000) if any work is to be performed in the railroad right-of-way or within fifty (50) feet of the railroad tracks. b. CRANDIC and each of their respective employees, officers and directors must be included as additional insureds on a primary and non-contributory basis, with respect to General Liability and Excess/Umbrella (if any) coverages. c. All policies (except Railroad Protective Liability) must contain a waiver of any right of subrogation or recourse by Requesting Party's insurer against CRANDIC and each of their respective employees, officers and directors. d. Certificates of insurance shall be on file with CRANDIC prior to access to the Premises, shall remain in effect for the duration of this Agreement, and shall name CRANDIC as an additional insured on the commercial general liability coverage for the Requesting Party's negligent acts. Failure of CRANDIC to enforce the minimum insurance requirements listed above shall not relieve Requesting Party of responsibility for maintaining these. 10. Notice. Any written notice given by CRANDIC to Requesting Party shall be properly served if the same is delivered to Requesting Party, or one of its agents, or employees, or if mailed, postpaid, addressed to Requesting Party at the address listed below. Any written notice given by Requesting Party to CRANDIC shall be deemed properly served if the same be delivered by mail, postpaid, addressed to CRANDIC at the address listed below. ECRM # 448755 Rev. 5 10117 Page 7 Access Agreement CRANDIC: Cory Hoffmann 2330 12th Street S.W. Cedar Rapids, IA 52404 (319) 786-3618 Requesting Party: Name: _ Title: Address: _ Phone: _ TaxpayJ ID: Requesting Party shall notify CRANDIC's representative listed above not less than twenty-four (24) hours before Requesting Party proposes to enter upon CRANDIC's property. 11. General a. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the Parties hereto. However, the Agreement shall not be assigned or in any manner transferred nor said Premises or any part thereof sublet, used, or occupied by any Parry other than Requesting Party without the written consent of CRANDIC. b. The Parties agree that the laws of the State of Iowa shall govern this Agreement, with venue lying in Linn County District Court. c. If any of the foregoing provisions is held for any reason to be unlawful or unenforceable, the Parties intend that only the specific words found to be unlawful or unenforceable are severed and deleted from this Agreement and that the balance of the Agreement remains a binding enforceable agreement to the fullest extent permitted by law. d. The failure of CRANDIC to insist on or enforce, in any instance, strict performance by Requesting Party of any of the terms of this Agreement, or to exercise any rights herein conferred shall not be construed as a waiver or relinquishment to any extent of its right to assert or rely upon any such terms or rights on any future occasion. e. All provisions of this Agreement that are expressly or by implication to come into or continue in force and effect after the expiration or termination of this Agreement shall remain in effect and be enforceable following such expiration or termination. f No modification of this Agreement shall be effective unless made in writing and signed by the parties affected by the modifications. This Agreement and the exhibits attached hereto and made a part hereof constitute the entire understanding between the Parties and cancel and supersede any prior negotiations, understandings or agreements, whether written or oxah with respect to Access to the Premises. } r C"i ECRM # 448755 Rev. 5 10/17 Page 8 Access Agreement g. The various rights, powers, options, elections, and remedies of either Party, provided in this Agreement, shall be construed as cumulative and no one of them as exclusive of the others, or exclusive of any rights, remedies, or priorities allowed either Party by law, and shall in no way affect or impair the right of either Party to pursue any other equitable or legal remedy to which either Party may be entitled as long as any default remains in any way unremedied, unsatisfied, or undischarged. h. This Agreement may be executed in two or more counterparts, each of which shall constitute an original, but all of which, when taken together, shall constitute but one instrument. Delivery of an executed counterpart of a signature page to this Agreement by PDF, facsimile or other electronic transmission shall be as effective as delivery of a manually executed counterpart of this Agreement. ECRM # 448755 Rev. 5 10/17 Page 9 Access Agreement IN WITNESS WHEREOF, the Parties hereto have executed in duplicate this Agreement on the day and year first above written. [REQUESTING PARTY] By:_ Title: CEDAR RAPIDS AND IOWA CITY RAILWAY By:_ Title: ECRM # 448755 Rev. 5 10/17 Page 10 Access Agreement EXHIBIT A MAP OF PREMISES wx; ECRM # 448755 Rev. 5 10/17 Page 11 Access Agreement ExHIBIT B LICENSE AREA "License Area" means the area indicated below: [Insert description or image] ECRM # 448755 Rev. 5 10/17 Page 1 Access Agreement `-I ( U i I` C ECRM # 448755 Rev. 5 10/17 Page 1 Access Agreement woDEV Prepared by. Jason Reichart, Public Works, 410 E. Washington St, Iowa City, IA 52240, (319),356-5416 q. . V Resolution No. 18-309 Resolution setting a public hearing on November 20, 2018 on project manual and estimate of cost for the construction of the 2018 Annual 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 project manual and estimate of cost for the construction of the above- mentioned project is to be held on the 20'' day of November, 2018, 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 project manual 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 6t -h day of November . 2018 M or App oved by Attest CI Clerk City Attorney's Office It was moved by salih and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Cole x Mims x Salih x Taylor x Teague x Thomas x Throgmorton FQHnekdeia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK CITY OF IOWACITY ICPD 410 E WASHINGTON ST IOWA CITY IA 522401825 AFFIDAVIT OF PUBLICATION State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duty 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: 0003243768 11/13/18 11/13/18 $38.13 Copy of Advertisement Exhibit"A" NOTA R), 61.•�ft �(n ?UBLtC :'2' 97 ' ?�. Subscribed and sworn to before me by said affiant this 12th day of November. 2018 rq Am -AA Ncoy Public/ .+16'v I Commission expires is hereby given that icil of the City of wa, will conduct a __ on the Project Of ac vanous iocanons across yProject Manual and :d cost are now on file in ;e of the Cit Clerk in the J1 in Iowa Cyty, Iowa, and be inspected by any 1d persons. nterested persons may at said meeting of the City for the purpose of making is to and comments ng said Project Manual or ost of making said ment. ice is given by order of the uncil_ of the City of Iowa r Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 18-326 Resolution approving project manual and estimate of cost for the construction of the 2018 Annual 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 project manual 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 project manual 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 11th day of December, 2018. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 18th day of December, 2018, or at a special meeting called for that purpose. Passed and approved this 20th day of november _'2018. L . ;0� MaVor roved Attest: ll -)q - I 0 City ClerkCity Attorney's Office Resolution No. 18-326 Page 2 It was moved by Teague and seconded by salih adopted, and upon roll call there were: Ayes: Nays: Absent: the Resolution be Cale Mims Salih Taylor Teague Thomas Throgmorton &-r-0-10 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 - 2018 Annual Sewer Rehabilitation Project Classified ID: 113704 A printed copy of which is attached and made part of this certificate, provided on 11/21/2018 to be posted on the Iowa League of Cities' intemet site on the following date: November 21 , 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 11/21/2018 0-�, W --"r Alan Kemp, Executive Director NOTICE TO BIDDERS 2018 ANNUAL SEWER REHABILITATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 11th day of December 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 18th day of December 2018, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Lining of 1,063 LF of 24 -inch diameter sewer pipe, 2,704 LF of 12 -inch diameter sewer pipe, 4247 LF of 8 -inch diameter sewer pipe, 116 service connection reinstatements and other associated lining work and is located at various locations across Iowa City. All work is to be done in strict compliance with the Project Manual prepared by RDG Planning and Design, & HBK Engineering of Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: January 2, 2019 Substantial Completion: March 1, 2019 Final Completion: April 15, 2019 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354-8973, Toll -Free: (800) 779-0093. A $30.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Julie Voparil From: Kelsey Hutchison <khutchison@mbionline.com> Sent: Wednesday, November 21, 2018 9:38 AM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 11.21.18 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 NOTICE TO BIDDERS Hickory Hill Park Improvements Project -Phase 1 in Iowa City 2018 Annual Sewer Rehabilitation Project in Iowa City City Hall MPO1C Renovation Project in Iowa City 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): November 21, 2018 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. November 21, 2018 1�� Date President/CEO of The Construction Update Plan Room Network Kelsey Hutchison Master Builders of Iowa • Administrative Assistant 221 Park Street • PO Box 695 • Des Moines • Iowa • 50306 [d] 515.657.4381 • [o] 515.288.8904 - [t] 515.288.2617 [e]kbutchison�mbionline.com • [w] httO://www.mbionhne.coml//www.mbionhne.coml tay • netted ' n Accepting donations through December 141 Q �2' RECEIVE® NOTICE TO BIDDERS NOV 2 0 2918 2018 ANNUAL SEWER REHABILITATION PROJE& Sealed proposals will be received by the City Clerk of the City of I`bta.C'�y;'.loiniarntil 3:00 P.M. on the 11th day of December 2018. Sealed proposals will be opened immediately thereafter. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 18th day of December 2018, or at special meeting called for that purpose. A public hearing will be held during this meeting. The Project will involve the following: Lining of 1,063 LF of 24 -inch diameter sewer pipe, 2,704 LF of 12 -Inch diameter sewer pipe, 4247 LF of 8 -inch diameter sewer pipe, 116 service connection reinstatements and other associated lining work and is located at various locations across Iowa City. All work is to be done in strict compliance with the Project Manual prepared by RDG Planning and Design, & HBK Engineering of Iowa, which has heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be submitted in a sealed envelope. In addition, a separate sealed envelope shall be submitted containing a completed Bidder Status Form and a bid security 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 (in the form shown in Section 0510) 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 has been executed, the required Performance, Payment, and Maintenance Bond (as shown in Section 0510) has been filed by the bidder guaranteeing the performance of the contract, and the contract and security 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 Performance, Payment, and Maintenance Bond in an amount equal to one hundred percent (100%) of the contract price and in the form shown in Section 0510, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) years) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specked Start Date: January 2, 2019 Substantial Completion: March 1, 2019 Final Completion: April 15, 2019 Liquidated Damages: $500 per day The Project Manual may be examined at the office of the City Clerk. Copies thereof and blank forms may be secured at the office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: (319) 354-5950, Fax: (319) 354-8973, Toll -Free: (800) 779-0093. A $30.00 fee is required for each set of the Project Manual provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Inspections and Appeals at (515) 281-5796 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall list on the Contract its subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Posted upon order of the City Council of Iowa City, Iowa. KELLIE FRUEHLING, CITY CLERK Prepared by: Jason Reichert, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)356-5416 Resolution No. 18-335 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2018 Annual Sewer Rehabilitation Project Whereas, Municipal Pipe Tool Company, LLC of Hudson, Iowa, has submitted the lowest responsible bid of $289,172.75 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: The contract for the construction of the above-named project is hereby awarded to Municipal Pipe Tool Company, LLC, 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 18th day of December _,2018 M or SD )oved b'�2 Attest /2 J3 -la City Jerk City Attorney's Office It was moved by sai;t, and seconded by Thomas the Resolution be adopted, and upon roll call there were Ayes: VA Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52740 - 1 826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org ENGINEER'S REPORT July 21, 2020 Re: 2018 Annual Sewer Rehabilitation Project Dear City Clerk: I hereby certify that the 2018 Annual Sewer Rehabilitation Project has been completed by Municipal Pipe Tool Company, LLC of Hudson, Iowa in substantial accordance with the plans and specifications prepared by AECOM Technical Services, Inc., of Des Moines, Iowa. The project was bid as a unit price contract and the final contract price is $300,355.97. There was a total of one (1) change or extra work order for the project as follows: 1. Additional sewer cleaning TOTAL $12,925.00 $12,925.00 I recommend that the above -referenced Improvements be accepted by the City of Iowa City. Sincerely, �4� Jason Havel, P.E. City Engineer „ Bond No. IAC588548 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2018 ANNUAL SEWER REHABILITATION PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Municipal Pipe Tool Co., LLC , as Principal (hereinafter the "Contractor” or "Principal') and Merchants Bonding Company (Mutual) as Surety are held and firmly bound unto City of Iowa City, Iowa, as Obligee (hereinafter referred to as "the Jurisdiction"), and to all persons who may be injured by any breach of any of the conditions of this Bond In the penal sum of ---Two Hundred Eighty Nine Thousand One Hundred Seventy Two and 75/ 100--- dollars ($ --- 289.172.75--- ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Contract entered into a contract with the Jurisdiction, bearing date the _5 day of MP-� a Zo19 , (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Lining of 1,063 LF of 24 -inch diameter sewer pipe, 2,704 LF of 12 -inch diameter sewer pipe, 4,247 LF of 8 -inch diameter sewer pipe, 116 service connection reinstatements and other associated sewer lining work and is located at various locations across the City. and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. Provided, however, that one year after the date of acceptance as complete of the work under the above referenced Contract, the maintenance portion of this Bond shall continue in f46but the penal sum for maintenance shall be reduced to the sum of ---Two Hundred Eighty NirleThousand One Hundred Seventy Two and 75/100 DOLLARS ($ ---289,172.75--- ), which Z- the= cost associated with those items in the Contract that require a maintenance bond period in aess of one year. It is expressly understood and agreed by the Contractor and Surety in th8_ bond That the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to - wit: J PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract, by reference made a part hereof, for the above referenced improvements, and shall indemnify and save harmless the Jurisdiction from all outlay and expense incurred by the Jurisdiction by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2018 Annual Sewer Rehabilitation Project 0510 — Page 1 of 4 I . 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Jurisdiction is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two year(s) (2) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Jurisdiction's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Jurisdiction all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. N 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any coract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time to the Conttabuiy Irymrhich to j perform the Contract; B. To consent without notice to any change in the Contract or ContFgIIl Ddbhmertts which thereby increases the total contract price and the penal sum of ttue bo provided that all such changes do not, in the aggregate, involve an incr"ease-QL more than 20% of the total contract price, and that this bond sha�then 'bei released as to such excess increase; and ry C. To consent without notice that this Bond shall remain in full force and elect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall Include the actual and reasonable costs and expenses incurred by the Jurisdiction including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorneys fees (including overhead expenses of the Jurisdiction's staff attorneys), and all costs and expenses of litigation as they are incurred by the Jurisdiction. It is intended the Contractor and Surety will defend 2018 Annual Sewer Rehabilitation Project 0510 — Page 2 of 4 and indemnify the Jurisdiction on all claims made against the Jurisdiction on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Jurisdiction will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Jurisdiction incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Jurisdiction whole for all such outlay and expense, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Contractor and the Surety agree, jointly, and severally, to pay the Jurisdiction all outlay and expense incurred therefor by the Jurisdiction. All rights, powers, and remedies of the Jurisdiction hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by law. The Jurisdiction may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted Pr ccLittrued first as defined in this Bond and the Contract; second, if not defined in the Bgnd or Contract, it shall be interpreted or construed as defined in applicable provision.�,of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not m(itioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. 2018 Annual Sewer Rehabilitation Project 0510 — Page 3 of 4 PRINCIPAL: SURETY: Municipal Pipe Tool Co., LLC Merchants Bonding Company Mutual By <�Contractor p' n, Surety ' any VVr:>AC16(AA- 1 By '^-v Signature Signature Attorne -i a t Officer 600 Dione R. Young, Attorney-in-Fact Title Printed Name of Attorney-in-Fact Officer FORM APPROVED BY: i�Gfncc %Scch-tsrtf»( 9kkd�a+� City Attorney's Office .7 h3/ ze NOTE: Holmes, Murphy and Associates, LLC Company Name P. O. Box 9207 Company Address Des Moines, IA 50306-9207 City, State, Zip Code (5151223-6800 Company Telephone Number 1. All signatures on this performance, payment, and maintenance bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This bond must be sealed with the Surety's raised, embossing seal. 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's raised, embossing seal. 4. The name and signature of the Surety's Attorney-in-FacNOfficer entered,on this bond must be exactly as listed on the Certificate or Power of -Attorney accompanying this bond. 2018 Annual Sewer Rehabilitation Project 0510 — Page 4 of 4 MERCHANTS BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Anne Crowner; Brian M Deimerly; Cameron M Burt; Cindy Bennett; Craig E Hansen; Dana Wiebers; Dione R Young; Jay D Freiermuth; Jody Decker; Kami Brower; Kathleen Brewer; Kevin J Knutson; Michelle R Gruis; Seth D Rooker, Shirley S Bartenhagen; Stacy Venn; Tim McCulloh; Wendy A Casey their true 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. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the 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. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "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 23rd day of April , 2018 STATE OF IOWA COUNTY OF DALLAS ss tl'•"-00; ''�-•. MERCHANTS BONDING COMPANY (MUTUAL) opPO,y .p 4 "O�.S�� MERCHANTS NATIONAL BONDING, INC. _o_ a•: 1933 : c: By • ''d`�!(r' :\�a.�• President On this this 23rd day of April 2018 , before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals 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. r.V0.t S AUCIAK.GRAM n Commission Number767430 Z My Commission Expires rowP April 1, 2020 Notary Public. Public - (Expiration of rotary's commission does not invalidate this instrument) -{ ^ W I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BbiidlNG; NC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, WkIn is still in full force and effect and has not been amended or revoked. I, 3 In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of ;, J POA 0018 (3/17) o: 3: 1933 : C. Secretary 5,b Prepared by: Jason Reichart, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416 Resolution No. 20-172 Resolution accepting the work for the 2018 Annual Sewer Rehabilitation Project Whereas, the Engineering Division has recommended that the work for construction of the 2018 Annual Sewer Rehabilitation Project, as included in a contract between the City of Iowa City and Municipal Pipe Tool Company, LLC of Hudson, Iowa, dated March 5, 2019 be accepted; and Whereas, the Engineer's Report and the performance, payment and maintenance 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 $300,355.97. 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 21st day of .Tule 2020 r r Attest: Cit Clerk Approved by 1 4. / NXL City Attorney's Office (Sara Greenwood Hektoen — 7/16/2020) It was moved by trims and seconded by adopted, and upon roll call there were: Ayes: Nays: Weiner the Resolution be Absent: Bergus Mims Salih Taylor Teague Thomas Weiner