Loading...
HomeMy WebLinkAbout2019-2020 ANNUAL SANITARY SEWER PIPE REHABILIATION PROJECT2019-2020 ANNUAL SANITARY SEWER PIPE REHABILITATION PROJECT 16 -Jun -2020 Project manual, proposal and contract, estimate of cost 16 -Jun -2020 Res 20-163 , setting a public hearing 22 -Jun- 3030 Public hearing notice 21 -Jul -2020 Res 20-175, approving project manual and estimate of cost. 23 -Jul -2020 Notice to bidders 01 -Sep -2020 Res 20-207, awarding contract (Insituform Technologies) 16 -Sep -2020 Performance, payment and maintenance bond 14 -Jan -2021 Engineers report 19 -Jan -2021 Res 21-11, accepting the work j r 1 �.®_ ' Aft CITY OF IOWA CITY UNESCO CITY OF LITERATURE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION PROJECT MANUAL FOR THE FORMAL 2019-2020 ANNUAL SANITARY SEWER PIPE REHABILITATION PROJECT IOWA CITY, IOWA JULY 1, 2020 S` -O t J 0005 CERTIFICATIONS PAGE 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0005 — Page 1 of 1 I hereby cerbfy that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under t ws f t e ate of Iowa. E551pt4 ``1"o. * F ° / ZD o y doss A. : c = Ross A. Hill9man at _ • HILLSMAN ; = c 12985 9 License Number: 12985 My license renewal date is December 31, 20 21 lowo, �,in................00, Pages or sheets covered by this seal: 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0005 — Page 1 of 1 Trt —J 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0005 — Page 1 of 1 0010 TABLE OF CONTENTS PROJECT MANUAL 0005 CERTIFICATIONS PAGE 0010 TABLE OF CONTENTS 0100 NOTICE TO BIDDERS 0110 NOTICE OF PUBLIC HEARING 0200 INSTRUCTIONS TO BIDDERS 0400 PROPOSAL 0405 BIDDER STATUS FORM 0410 BID BOND FORM 0500 CONTRACT 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 0520 CONTRACT COMPLIANCE 0530 WAGE THEFT POLICY SUDAS STANDARD SPECIFICATIONS GENERAL SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SPECIFICATIONS SPECIAL PROVISIONS o fJ PLANS 6 APPENDICES rn 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0010— Page 1 of 1 0100 NOTICE TO BIDDERS 2019-2020 ANNUAL SANITARY SEWER PIPE 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 11"' day of August 2020. 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 1 sc day of September, 2020, or at special meeting called for that purpose. The Project will involve the following: Lining of approximately 10,600 linear feet of sewer pipe, reinstatement of approximately 236 service connections, and other associated work for various locations across the City of Iowa City. All work is to be done in strict compliance with the Project Manual prepared by AECOM Technical Services, Inc., of Des Moines, 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, five (5) years from and after its completion and formal acceptance by the City Council, �n N N Xr, -J 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0100 — Page 1 of 2 The following limitations shall apply to this Project: Specified Start Date: September 14, 2020 Substantial Completion: November 11, 2020 Final Completion: December 11, 2020 Liquidated Damages: $500.00 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 $20.00 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 Technigraphics, a division of Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Sewer Inspection Videos: Video files for the project locations can be provided, upon request of the bidder. Any data supplied on the videos 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. Video is unavailable for Segment 548-89 to 548-89A on the Derwen Drive Location. 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. 0 KELLIE FRUEHLING, CITY CLERK t = ^ r.) J 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0100— Page 2 of 2 0110 NOTICE OF PUBLIC HEARING NOTICE OF PUBLIC HEARING ON PROJECT MANUAL AND ESTIMATED COST FOR THE 2019-2020 ANNUAL SANITARY SEWER PIPE 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 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation in said city at 7:00 p.m. on the 21 st day of July, 2020, 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 lining of approximately 10,600 linear feet of sewer pipe, reinstatement of approximately 236 service connections, and other associated work for various locations around the City of 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 City of Iowa City, Iowa and as provided by law. Kellie K. Fruehling, City Clerk 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0110— Page 1 of 1 0 pY. ...j.,t —y- r Ir N J 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0110— Page 1 of 1 0200 INSTRUCTIONS TO BIDDERS 2019-2020 ANNUAL SANITARY SEWER PIPE REHABILITATION PROJECT Optional Pre -Bid Meeting and Information: a. No pre-bid meeting will be held for this project. b. Sewer Inspection Videos: Video files for the project locations can be provided, upon request of the bidder. Any data supplied on the videos 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. Video is unavailable for Segment 548-89 to 548-89A on the Derwen Drive Location. Bid Submittals: a. Time, Date and Location August 11, 2020 and 3:00 P.M. 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 G. 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 (73A), found at the following website: https://www. leo is. iowa.00v/docs/iac/chapter/08-15-2018.875.156.pdf, 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. - c- 5. Progress and Schedule: N a. Contract Times: —+� Specified Start Date: September 14, 2020 =fir, Substantial Completion: November 11, 2020 Final Completion: December 11, 2020 Liquidated Damages: $500.00 per day b. Work Restrictions: i. No work shall be done between 10:00 pm and 7:00 am without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0200 - Page 1 of 2 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. C. Community Events: i. Many events are being postponed or cancelled due to the COVID-19 Pandemic. The Contractor should make sure their activities are not impacting community events. ii. The first day of classes for the University of Iowa is August 24, 2020. iii. The first day of classes for the Iowa City Community School District is August 24, 2020. iv. No work shall occur on University of Iowa Home Football game days. 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 five (5) years after its completion and formal acceptance by the City Council. b. Use the Performance, Payment, and Maintenance Bond Form included in Section 0510. G. See Section 1070, Part 3, as may be supplemented, for a complete description of the bonding requirements. 7. 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. 8. Taxes: a. 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 successful bidder 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 successful bidder 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. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0200— Page 2 of 2 0400 PROPOSAL 2019-2020 ANNUAL SANITARY SEWER PIPE 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 govern. 0 s'.c C-) L a.: J C ...e., i C-) —L 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0400enPage 1 of 4 BID ITEM DESCRIPTION UNITS ESTIMATED UNIT EXTENDED QUANTITY PRICE AMOUNT N 4050-108-A-1: Pre -Rehabilitation Cleaning and Inspection, for diameter ranges 4 1 to 12 inches LF 10,570 N 4050-108-C-1: Zl_ CIPP Main Lining, M 2 8 -inch diameter LF 10,570 4050-108-C-2: Building Sanitary Sewer Service 3 Reinstatement EA 236 4050-108-G-3: 4 Bypass Pumping LS 1 8030-108-A-0: Temporary Traffic 5 Control LS 1 11,020-108-A: 6 Mobilization LS 1 TOTAL EXTENDED AMOUNT = $ The Bidder may submit computer-generated unit price table in accordance with the Special Provisions. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0400 — Page 2 of 4 0 N N .. Zl_ M 2019-2020 Annual Sanitary Sewer Pipe 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. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0400 — Page 3 of 4 n3 G7 I^J Gs C-) I t...... � � N Gerry :L3 M 2019-2020 Annual Sanitary Sewer Pipe 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. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0400 — Page 4 of 4 N O rn NOTE: The signature on this proposal must be an original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0400 — Page 4 of 4 0405 BIDDER STATUS FORM All bidders most submit the following completed form to the govemmental body requesting bids per 875 Iowa Administrative Code Chaoter 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/ yyy) City, State, Zip Code: Dates: to Address: (mm/dd/)yyy) City, State, Zip Code: Dates: to Address: (mm/dd/yyyy) City, State, Zip Code: o 0 You may attach additional sheet(s) if needed. r_ To be completed by non-resident bidders %'—` t Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: -? r - rt v 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 knowledge and I ]mow that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Date: 2019-2020 Annual Sanitary Sewer Pipe 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 organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0405 — Page 2 of 2 N O N r— r Fri r. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0405 — Page 2 of 2 0410 BID BOND FORM 2019-2020 ANNUAL SANITARY SEWER PIPE 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 2019-2020 Annual Sanitary Sewer Pipe 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 of , A.D., 20. Witness Witness day (Seal) Principal By: (Title) (Seal) Surety By: (Attorney-in-fact) Attach Power -of -Attorney, if applicable 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0410 — Page 1 of 1 0500 CONTRACT 2019-2020 ANNUAL SANITARY SEWER PIPE 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 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation ("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, if applicable, pursuant to Section 0200, attached hereto; and C. Contractor's Completed Wage Theft Affidavit, if applicable, pursuant to Section 0200, 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. c � y r- r— t"zz r. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0500 — Page 1 of 2 3. The names of those persons, firms, companies or other parties, acknowledged by the City, 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 (or shown on an attachment): NAME OF I APPROXIMATE SUBCONTRACTORS TYPE OF WORK COSTS DATED this day of 20 (The City of Iowa City will date this Contract after all signatures are obtained) CCS Contractor BY: BY: Signature of City Official Signature of Contractor Officer Printed Name of City Official ATTEST: By. City Clerk (for Formal Projects only) APPROVED BY: City Attorney's Office Printed Name of Contractor Officer Title of Contractor Officer ATTEST:> (Company Official) o rj X�- CAD 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0500 — Page 2 of 2 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2019-2020 ANNUAL SANITARY SEWER PIPE 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 approximately 10,600 linear feet of sewer pipe, reinstatement of approximately 236 service connections, and other associated work for various locations across the City of Iowa City. 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. 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: 1. 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. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay'all just 'w 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 Bondi' is given, including but not limited to claims for all amounts due for labor, mateiials,,."•t lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed of 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 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0510 — Page 1 of 4 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 five years (5) 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 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 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 Docurpents, in approved change orders, and in this Bond will be fulfilled, and that the JM,' sdiction will be fully indemnified so that it will be put into the position it would havt�been in had the Contract been performed in the first instance as required. rN r C 7 Fillo 7 ar ry (...1 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0510 — P�e 2 of 4 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 orto 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 mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project N G N d N ^" m 0510 — Page 3 of 4 PRINCIPAL: SURETY: Printed Name of Contractor Officer Surety Company Name By By Signature of Contractor Officer Signature of Attorney -in -Fact Officer Title of Contractor Officer Printed Name of Attorney -in -Fact Officer Company Name of Attorney -in -Fact Company Address of Attorney -in -Fact City, State, Zip Code of Attorney -in -Fact Telephone Number of Attorney -in -Fact 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. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0510 — Page 4 of 4 l N �M -a I �i d71 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0510 — Page 4 of 4 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. 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 0520 — Pages 2 and 3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at�gwa City City Code section 2-3-1. -t C7 N rn rn �+` N 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0520 — Fuge 1 of 6 SECTION II - ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, 'contractor" shall include consultants and vendors.) 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 C i City, State, Zlg%deZ r f N 3 rn 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0520 — Page 2 of 6 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name Phone Number Title Date 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0520 — Page 3 of 6 N C1 N � -L7 IM 1 N v- 2019-2020 Annual Sanitary Sewer Pipe 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 accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affectany particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be` a moor source of 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0520''-' Page 4 of 6 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: hffo://www.sterlingcodifiers.com/codebook/index.phl)?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. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0520 — Page 5 of 6 N N s CD 2019-2020 Annual Sanitary Sewer Pipe 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. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0520 — Page 6 of 6 r., M O _ M Co 2019-2020 Annual Sanitary Sewer Pipe 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. II. 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 the ineligibiel person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0530 — Page 1 of 3 C. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or Other factors that the person or entity believes are relevant. 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. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0530 — Page 2 of 3 M1� N P O= N cx� 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0530 — Page 2 of 3 WAGE THEFT AFFIDAVIT I, , certify under penalty of perjury and pursuant to the laws of the State of Iowa that the following is true and correct: I 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%. 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. Signature 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0530 — Page 3 of 3 r., 0 0 � r,} N N m 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 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: hfti)s://iowasudas.org/manuals/si)ecifications-manual/. 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: hftps://iowasudas.om/archived-specifications/. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 1 of 1 r.� c> r� ca pi—g y y� 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 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: httos://iowasudas.om/supplemental-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. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 1 of 1 i tD 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 1 of 1 SUPPLEMENTAL SPECIFICATIONS The City of Iowa City has adopted the Supplemental Specifications to the 2020 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: https://www.iowa- city.ora/weblink/0/edoc/1845668/CIC%20Suoplemental%20Specs.pdf or are available in the City Engineering Division Office. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 1 of 1 rTl yy .� 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 1 of 1 SPECIAL PROVISIONS The City of Iowa City allows bidders to submit a computer -generate 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, 1.09.6, for details on preparing a computer-generated unit price attachment. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 1 of 1 0 n � r— r.3 rn ?� � �D 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 1 of 1 wI ED 2325 JUL —2 Pry 2: 49 C:i-TY(��+C_LyEF N Z g a 0 N 0 O 1 Cb a U N �O 0- r_ c 0 a m L N N o. 'a a� 3 n r a 0 N O N C6 r O N INDEX OF DRAWINGS Sheet Number Sheet Title A.01 LOCATION MAP C.01 GENERAL NOTES C.02 GENERAL NOTES C.03 UTILITY NOTES C.04 UTILITY CONTACTS MSA.01 BURESH AVENUE MSA.02 DERWEN DRIVE MSA.03 ARIBURY DRIVE MSA.04 PENFRO DRIVE MSA.05 FLATIRON AVENUE MSA.06 GLEASON AVENUE MSA.07 CALIFORNIA AVENUE MSA.08 GRANT WOOD DRIVE MSA.09 AMBER LANE - REGAL LANE MSA.10 AMBER LANE MSA.11 AMBER LANE MSA.12 REGAL LANE MSA.13 REGAL LANE 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 2 of 20 FI I�11� �QX 3 4 do _I I N ------------------- 1=I Q b-\5 e 5 rw u nu r 8 10 a m. sINDEX OF DRAWINGS III / LF EW v A.01 TIRE SHEET 1. _MSA.01 BURESH AVENUE m C.01-0.04 GENERAL INFORMATION ' 2 _. MSA.02-7 DERWEN DRIVE MSA01-MSA.13 SANITARY SEWER SHEETS '3: MSA.P3-" ARBUR*DRIVE c -d... -MSA. Of PENFRODRIVE 'M 01 � FLATIRON AVENUE —'$.-"MSA�OA� GLEASON AVENUE gr;1 MSA.OT CALIFORNIAAVENUE ^ __8 1 = RBETWOOD DRIVE AMBER LANE 5 1^� REGAL LANE n 10. - Mau AMBER LANE LL 11. MSA.0 AMBER LANE 12, MSAA2 REGAL LANE 13. MSA.13 REGAL LANE c8 AE 2019-2020 ANNUAL LOCATION MI f ECOM SANITARY SEWER PIPE MAP°trt , , 57 Sycamore Street, Suns 222 REHABILITATION PROJECT 3M Wel .lore 57041497 CITY OF IOWA CITY T31B.23z8531 Scale. 1'=3000 SHEETA01 CITY OF IOWA CITY GENERAL NOTES 1. ALL CONSTRUCTION SHALL BE IN ACCORDANCE WITH THE STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) STANDARD SPECIFICATIONS, GENERAL SUPPLEMENTAL SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS, AND SPECIAL PROVISIONS, UNLESS OTHERWISE SPECIFIED IN THESE PLANS. 2. CONSTRUCTION ADMINISTRATION AND SURVEY WILL BE PERFORMED BY THE CITY OF IOWA CITY. THE CONTRACTOR SHALL NOTIFY THE CITY SURVEY PARTY CHIEF 48 HOURS IN ADVANCE OF NECESSARY STAKING. 3. LIMITS OF CONSTRUCTION SHALL BE AS SHOWN ON THE PROJECT PLANS. THE CONTRACTOR SHALL GET AUTHORIZATION FROM THE ENGINEER PRIOR TO PERFORMING ANY WORK ON PRIVATE PROPERTY. THE CONTRACTOR SHALL CONFINE ALL ACTIVITIES TO WITHIN THE LIMITS OF CONSTRUCTION, UNLESS AUTHORIZED BY THE ENGINEER AND PRIVATE PARTIES IN WRITING. 4. THE CONTRACTOR SHALL MAINTAIN ACCESS TO INDIVIDUAL PROPERTIES THROUGHOUT THE CONSTRUCTION OF THE PROJECT. THE 8. PEDESTRIAN TRAFFIC CONTROL MAY CHANGE AS THE PROJECT PROGRESSES. THE CONTRACTOR SHALL PROVIDE APPROPRIATE SIGNAGE AND FENCING THAT WILL SAFELY DIRECT PEDESTRIANS AROUND THE CONSTRUCTION AREA(S). PEDESTRIAN TRAFFIC CONTROL SHALL INCLUDE ANY AND ALL SIGNAGE SUCH AS "SIDEWALK CLOSED", "SIDEWALK CLOSED - USE OTHER SIDE", AND "SIDEWALK <WITH APPROPRIATE DIRECTIONAL ARROWS>" AS DEEMED NECESSARY BY THE ENGINEER. 9. DURING REMOVAL AND CONSTRUCTION THE CONTRACTOR SHALL USE ALL MEANS NECESSARY TO CONTROL DUST SPREADING FROM ALL WORK AND STAGING AREAS. DUST CONTROL MEASURES SHALL BE IN ACCORDANCE WITH THE APPLICABLE SPECIFICATIONS AND APPROVED BY THE 10. 11 CONTRACTOR SHALL NOTIFY PROPERTY OWNERS 48 HOURS IN ADVANCE OF CONSTRUCTION ACTIVITIES THAT WILL TEMPORARILY LIMIT OWNER ACCESS TO 12. THEIR PROPERTY. 5. ALL HORIZONTAL AND VERTICAL REFERENCES ARE US STATE PLAN IOWA SOUTH ZONE; US SURVEY FOOT NAD 83 (1996 HARN) AND NAVD 88, RESPECTIVELY. 6. ALL TREES, SHRUBS AND VEGETATION SHALL REMAIN AND BE PROTECTED FROM DAMAGE UNLESS SPECIFICALLY NOTED AS "REMOVE" OR "CLEAR AND GRUB" ON THE PROJECT PLANS AND AS DIRECTED BY THE ENGINEER. THE CONTRACTOR SHALL TAKE SPECIAL PRECAUTIONARY MEASURES REQUIRED TO PREVENT INJURY OR DAMAGE TO SAID TREE OR SHRUB OR ROOT SYSTEM. 7. THE CONTRACTOR IS TO NOTIFY AND COORDINATE ALL WATERMAIN, HYDRANT RELOCATION AND INSTALLATION, AND WATER SERVICE WORK WITH THE IOWA CITY WATER DIVISION. A=COM 501 SM" S"Se Surae 222 WNer , lave 507041497 T 319.232.8531 2019-2020 ANNUAL SANITARY SEWER PIPE REHABILITATION PROJECT CITY OF IOWA CITY ENGINEER, AND SHALL BE INCIDENTAL. PAVEMENT REMOVAL AND REPLACEMENT LIMITS TO BE FIELD VERIFIED AND APPROVED BY ENGINEER PRIOR TO REMOVAL. THE TRAFFIC CONTROL PLANS IN THIS PROJECT ARE COORDINATES WITH THE KEY AND NOTES INCLUDED IN THE SUDAS DETAIL 8030.101, TEMPORARY TRAFFIC CONTROL GENERAL INFORMATION. PROVIDE 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) Amber Lane 14.27 Buresh Avenue 16.13 Derwen Drive 2`0.334 Flatiron Avenue 13.66 Gleason Avenue 7,98 Grantwood Street 13.03 Penfro Drive 16:78 Regal Lane 20.5 GENERAL NOTES SHEET C.01 I CITY OF IOWA GENERAL NOTES (CONTINUED) 13. REFER TO SECTION 4050 1.07B OF THE SUPPLEMENTAL SPECIFICATIONS FOR BULK WATER USE BY THE CONTRACTOR. 14. ANY AREA DISTURBED BY THE CONTRACTOR'S ACTIVITIES SHALL BE RESTORED TO THEIR ORIGINAL CONDITIONS AT NO EXPENSE TO THE OWNER. 15. REMOVAL OF PROTRUDING SERVICE CONNECTIONS IS INCIDENTAL TO PROJECT. A_=WM 501 Sycamore Steel, Sane 222 WeleMo, Iowa 50794-1697 T 319.232.6531 2019-2020 ANNUAL SANITARY SEWER PIPE REHABILITATION PROJECT CITY OF IOWA CITY GENERAL NOTES SHEET C.02 I CITY OF IOWA CITY N U n G _pc CDrn N SHEET C.02 I CITY OF IOWA CITY UTILITY NOTES 1. THE PROTECTION OF PUBLIC AND PRIVATE UTILITIES, ABOVEGROUND AND UNDERGROUND FACILITIES, IS DESCRIBED IN THE NOTES BELOW AS REQUIRED IN SECTION 1070, 2.07 OF THE PROJECT MANUAL. 2. THE LOCATION, DEPTH, AND SIZE OF ABOVE- GROUND AND UNDERGROUND FACILITIES, a INCLUDING PUBLIC AND PRIVATE UTILITIES, SHOWN ON THE PLANS ARE APPROXIMATE ONLY AND ARE NOT GUARANTEED. 3. OTHER UNDERGROUND FACILITIES MAY EXIST AND THEIR LOCATION MAY NOT BE PRESENTLY KNOWN OR IDENTIFIED. IT IS THE CONTRACTOR'S RESPONSIBILITY TO DETERMINE THE EXISTENCE AND EXACT LOCATION OF ALL SUCH FACILITIES LOCATED WITHIN THE CONSTRUCTION AREA TO AVOID DAMAGE. 4. WHERE EXISTING FACILITIES ARE SHOWN IN THE CONTRACT DOCUMENTS OR ENCOUNTERED WITHIN THE CONSTRUCTION z AREA, IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO NOTIFY THE OPERATORS OF THOSE FACILITIES PRIOR TO BEGINNING 9. THE CONTRACTOR SHALL, IF REQUESTED BY THE OPERATOR OF AN UNDERGROUND FACILITY, ASSIST IN THE LOCATION OF ITS FACILITIES; PROVIDED, HOWEVER, THE JURISDICTION SHALL NOT BE RESPONSIBLE TO THE CONTRACTOR OR TO ANY OPERATOR OF AN UNDERGROUND FACILITY FOR THE COST OF LOCATING SUCH FACILITY, OR FOR ANY DAMAGE TO SUCH FACILITY THAT OCCURS IN ATTEMPTING TO LOCATE IT, OR FOR ANY DAMAGE TO THE FACILITY OCCASIONED BY THE CONTRACTOR'S PERFORMANCE OF WORK UNDER THE CONTRACT. 10. CLAIMS FOR ADDITIONAL COMPENSATION WILL NOT BE ALLOWED TO THE CONTRACTOR FOR ANY INTERFERENCE, DELAY, OR ADDITIONAL WORK OCCASIONED BY THE LOCATION OR ADJUSTMENT OF ABOVEGROUND OR UNDERGROUND FACILITIES, OR CONNECTIONS THERETO. /� �� ANY CONSTRUCTION ACTIVITIES. UTILITY NOTES ^! \ICOM 5. THE CONTRACTOR SHALL ALLOW ACCESS TO -1 601 S. Ste .Sune 222 REHABILITATION PROJECT FACILITIES FOR NECESSARY MODIFICATION W"e^ 1Ovv850'0L109' T 319.232.6531 CITY OF IOWA CITY SHEET C.03 CITY OF IOWA CITY OF SERVICES. 6. THE CONTRACTOR SHALL SUPPORT, SUSTAIN, AND PROTECT EXISTING PIPES, CONDUITS, POLES, WIRES, AND OTHER APPARATUS LOCATED UNDER, OVER, ALONG, ACROSS, OR ADJACENT TO THE WORK SITE. 7. IF UTILITIES ARE DAMAGED THROUGH u CONTRACTOR'S NEGLIGENCE, THEY WILL v c BE REPAIRED BY THE AGENCIES HAVING C CONTROL OF SAME, BUT THE COST OF SUCH -" REPAIRS SHALL BE PAID BY THE CONTRACTOR. 8. THE CONTRACTOR SHALL, PRIOR TO r1 COMMENCING ANY EXCAVATION OR OTHER c 7�c tV OPERATION THAT MAY AFFECT .7 UNDERGROUND FACILITIES, NOTIFY THE "IOWA ONE CALL" UNDERGROUND FACILITY LOCATE SYSTEM, ESTABLISHED PURSUANT TO IOWA CODE CHAPTER 480. /� �� 2019-2020 ANNUAL UTILITY NOTES ^! \ICOM SANITARY SEWER PIPE -1 601 S. Ste .Sune 222 REHABILITATION PROJECT "'��'�� W"e^ 1Ovv850'0L109' T 319.232.6531 CITY OF IOWA CITY SHEET C.03 CITY OF IOWA CITY UTILITY CONTACTS THE FOLLOWING UTILITY COMPANIES MAY HAVE FACILITIES IN PROXIMITY TO THE PROJECT: t`} e— `rTt E3 ° 1 (V to AS CABLE TELEVISION FIBER OPTICS UTILITY CONTACTS MEDIACOM AT&T KEVIN FOUNTAIN LENNY VOHS OFFICE: (319) 351-0408 OFFICE: (816) 275-4014 REHABILITATION PROJECT EXT 3701 MOBILE: (770) 335-8244 Watetl . maW7U-1497 MOBILE: (319) 621-8466 CITY OF IOWA CITY e IMON $ CITY OF IOWA CITY RANDY SCHOON CITY OF IOWA CITY CITY PARKS AND FORESTRY OFFICE: (319) 261-4630 m TYLER BAIRD MOBILE: (319) 553-1176 $ OFFICE: (319) 356-5100 EXT. 2069 IOWA NETWORK SERVICES CITY SEWER DEPARTMENT JEFF KLOCKO $ ON -CALL -COLLECTIONS OFFICE: (515) 240-2544 OFFICE: (319) 631-1144 MOBILE: (515) 830-0445 UNIVERSITY OF IOWA CITY TRAFFIC ENGINEERING GEORGE STUMPF g BROCK HOLUB OFFICE: (319) 335-2814 OFFICE: (319) 356-5482 GAS AND ELECTRIC CITY RIGHT-OF-WAYS MIDAMERICAN ENERGY JIM PROTASKEY JOE RETEK-GAS OFFICE: (319) 356-5438 OFFICE: (319) 341-4457 MOBILE: (319) 930-6225 CITY WATER DIVISION KEVIN SLUTTS TELEPHONE OFFICE: (319) 356-5169 CENTURY LINK JUDE MOSS DAVID KIRKEBY g OFFICE: (319) 356-5163 OFFICE: (319) 399-7440 m MOBILE: (319) 329-3807 UTILITY LOCATING CREW IOWA ONE CALL 4 (800) 292-8969 t`} e— `rTt E3 ° 1 (V to AS 2019-2020 ANNUAL UTILITY CONTACTS L ��COM SANITARY SEWER PIPE 561 Sycamore SV ,Sune 222 REHABILITATION PROJECT rr®'oa� Watetl . maW7U-1497 CITY OF IOWA CITY T 319.2326531 SHEET C.04 CITY OF IOWA CITY I 1 — — —-----------�_� 111s I M 82A- ----------------- _L MH 382-1 1408 � � I i i I I 1404 W8 8044 NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, NO. ITEM 8030.104, AND 8030.117 - 8030.119. 3 8" DIA CIPP I 2. MH 382A-1 MAY BE USED FOR INVERSION OF 4 SERVICE CC a LINER. PIPE 2019-2020 ANNUAL /"'\ECOM SANITARY SEWER PIPE 501 Sycamore Str ,s.8. 222 REHABILITATION PROJECT Wa Wn .1.w. 5979x1497 CITY OF IOWA CITY T 319.232.8531 ' 1 1413 F a I 1409 708 o o COEOLINA AVE — — —-----------�_� 111s I M 82A- ----------------- _L MH 382-1 1408 � � I i i I I 1404 W8 8044 NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, NO. ITEM 8030.104, AND 8030.117 - 8030.119. 3 8" DIA CIPP I 2. MH 382A-1 MAY BE USED FOR INVERSION OF 4 SERVICE CC a LINER. PIPE — LF 850.2 EA 1 MH 382A-1 - MH 382-1 1 BURESH AVENUE I _4 w� Scale: 1"= 100' SHEET MSA01 CITY OF IOWA CITY 2019-2020 ANNUAL /"'\ECOM SANITARY SEWER PIPE 501 Sycamore Str ,s.8. 222 REHABILITATION PROJECT Wa Wn .1.w. 5979x1497 CITY OF IOWA CITY T 319.232.8531 — LF 850.2 EA 1 MH 382A-1 - MH 382-1 1 BURESH AVENUE I _4 w� Scale: 1"= 100' SHEET MSA01 CITY OF IOWA CITY NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117 - 8030.119. 2. MANHOLES 548-87, 548-89, 548-89A, 549.96 AND 549-95 MAY BE USED FOR INVERSION OF LINER. I 2019-2020 ANNUAL /'7=COM SANITARY SEWER PIPE 501 Syr.Str"j SW"2,22 REHABILITATION PROJECT Waterloo, Iowa 50]00-149] CITY OF IOWA CITY T 3192326531 I N C� N 4.. �r� N �nl v i NO. ITEM ©= -NIT-bLIANTITY 3 8" DIA CIPP LINING :IF 773.0 4 SERVICE CONNECTIONS �,EA 15 PIPE SERVICE CONNECTIONS MH 549-95 TO MH 549-96 5 MH 549-96 TO MH 548-89A 2 MH 548-89A TO MH 548-89 1 MH 548-89 TO MH 548-88 4 MH 548-88 TO MH 548-87 3 DERWEN DRIVE le: 1"=200' SHEET MSA.02 CITY OF IOWA CITY I � , �1 � e1i 7 � ■ �� NOTES /Z 1. CONTRACTOR TO IMPLEMENT TEMPORARY hJ C-> TRAFFIC CONTROL PER FIGURES 8030.101, 3 8" DIA CIPP LINING N 8030.104, AND 8030.117 - 8030.119. 4 SERVICE CONNECTIONS EA 10 2. MH 652-81 AND MH 652.83 MAY BE USED FOR PIPE SERVICE CONNECTIONS INVERSION OF LINER. LL MH 652-81 TO MH 652-82 C—) .< N MH 652-82 TO MH 652-83 2 e/� 2019-2020 ANNUAL ARBURY DRIVE P -4 AE COM SANITARY SEWER PIPE Wi Sy.. Street, Suit"222 REHABILITATION PROJECT h:" CITY OF IOWA CITY Scale: t"=200' SHEET MSA.03 � C, NOTES /Z 1. CONTRACTOR TO IMPLEMENT TEMPORARY NO. ITEM UNIT QUANTITY TRAFFIC CONTROL PER FIGURES 8030.101, 3 8" DIA CIPP LINING LF 485.0 8030.104, AND 8030.117 - 8030.119. 4 SERVICE CONNECTIONS EA 10 2. MH 652-81 AND MH 652.83 MAY BE USED FOR PIPE SERVICE CONNECTIONS INVERSION OF LINER. LL MH 652-81 TO MH 652-82 8 MH 652-82 TO MH 652-83 2 e/� 2019-2020 ANNUAL ARBURY DRIVE P -4 AE COM SANITARY SEWER PIPE Wi Sy.. Street, Suit"222 REHABILITATION PROJECT Watmlo", b -e WN -1497 T319.232.6Wl CITY OF IOWA CITY Scale: t"=200' SHEET MSA.03 CITY OF IOWA CITY n a sil II - - �.II li., ° II - - - 95 115 123 13 139 147 153 11 r=-- O . - - - -R 92 PENFRO DR /" 100 108 116 1 132 140 148 1 i / - ---1---- MH 4' � I M 6-10Y �14_ Y �I � MhlrNH �� r_ _ 54 48 42 I- 36 30 24 18 12 e �n,r DENBIGH DR - i LL I ,& 22 ' - EALING DR NO. ITEM UNIT QUANTITY 3 8" DIA CIPP LINING LF 1,375.0 NOTES: 4 SERVICE CONNECTIONS EA 35 e < 1. CONTRACTOR TO IMPLEMENT TEMPORARY PIPE SERVICE CONNECTIONS TRAFFIC CONTROL PER FIGURES 8030.101, MH 786-10 TO MH 786-9 6 8030.104, AND 8030.117 - 8030.119. MH 786-9 TO MH 786-8 7 2. MH 779-4, MH 779-2, MH 786-10, AND MH 786-8 MH 786-8 TO MH 779-2 5 MAY BE USED FOR INVERSION OF LINER. MH 779-2 TO MH 779-3 8 LL ` MH 779-3 TO MH 779-4 9 5 C /� AE COM 2019-2020 ANNUAL PENFRO DRIVE sol s3wmo,ao-."ti s9u"zzz SANITARY SEWER PIPE REHABILITATION PROJECT WaW" ,1m s9704-1497 T 319.23z4s31 CITY OF IOWA CITY Sm1e: 1*=200' SHEET MSA.04 wy� CITY OF IOWA CITY �I p ■- � 7' - a l T F�T- 10 iri r— o NOTES 1. CONTRACTOR TO IMPLEMENT TEMPORARY NO. ITEM UNIT QUANTIT' TRAFFIC CONTROL PER FIGURES 8030.101, 3 8" DIA CIPP LINING LF 267.6 8030.104, AND 8030.117 - 8030.119. 4 SERVICE CONNECTIONS EA 4 2. MH 921-1 AND MH 856-5 MAY BE USED FOR PIPE SERVICE CONNECTION INVERSION OF LINER. MH 856-5 TO MH 856-6 1 MH 856-6 TO MH 921-1 3 A_COM 501 Sywmma street, Suite 222 W.W., Iowa 5070410.97 T 318.232.8511 2019-2020 ANNUAL SANITARY SEWER PIPE REHABILITATION PROJECT CITY OF IOWA CITY FLATIRON AVENUE 1"=200' SHEET MSA.05 I CITY OF IOWA CITY V r –Lj_� 2019-2020 ANNUAL .L SANITARY SEWER PIPE wl sr<enso-".1, sn"222 REHABILITATION PROJECT EL CITY OF IOWA CITY T 318.232.8531 ra -E �— �' 7805 1809 1813 1817 1821 1901 19( 3 ' m 170 170 1709' 171 a ,I nfy7MH 1721 7424. iMIA 742,fij1 i� IoMH ��1 —r' e 1 11804 e 181 87 i lsza el I l �l 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, ' 8030.104, AND 8030.117 - 8030.119. 2. MH 742-5, MH 742-4, MH 741-3, AND 741-2 MAY BE USED FOR INVERSION OF LINER. //�� AE COM 2019-2020 ANNUAL N GD SANITARY SEWER PIPE wl sr<enso-".1, sn"222 REHABILITATION PROJECT W"1�,lme5 w lase CITY OF IOWA CITY T 318.232.8531 ra I I I❑ V I I I --:n Tnl X41-z� — N GD _ LJ hJ Gi ra J Scale: 1- = 200' SHEET MSA.06 CITY OF IOWA CITY N GD _ LJ hJ Gi ra L_ NO. ITEM i 1b'NIT ` QUANTITY 3 8" DIA CIPP LINING ..,,. -bF 4 + ':1,187.5 4 SERVICE CONNECTIONS; 'EA 34 PIPE SERVI CONNECTIONS MH 742-5 TO MH 7424 r 11 , MH 74213 TO MH 742-3 6 MH 742-3 TO MH 741-3 10 MH 741-3 TO MH 741-2 7 MH 741-2 TO MH 741-1 0 GLEASON AVENUE ! i Scale: 1- = 200' SHEET MSA.06 CITY OF IOWA CITY — T— L -I -1 L-- N ��II�ad 1731. 1737 18051809 m WT WOOD OR 13 NOTES: F x 1. CONTRACTOR TO IMPLEMENT TEMPORARY $ TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, 8030.105, AND 8030.117 - 8030.119. 3 2. MH 705-7 AND MH 704-5 MAY BE USED FOR INVERSION OF LINER. "-COM ANNUAL S2019-2020 ANITARY SEWER PIPE 9J, Sycamore Street Suns 222 REHABILITATION PROJECT waterloo.low. 50790.,as7 CITY OF IOWA CITY T 319.232.e53, 1" =200' SHEET=200' SHEET MSA.07ICITY OF IOWA CITY IOWA CITY N CJ h.i C'? C-1 � r'1'r N NO. ITEM OMT QUANTITY QUANTITY 3 8" DIA CIPP LINING 1LF 706.9 4 SERVICE CONNECTIONS EA 27 PIPE SERVICE CONNECTIONS MH 705-7 TO MH 7046 17 MH 704-6 TO MH 704-5 10 CALIFORNIA AVENUE 1 1" =200' SHEET=200' SHEET MSA.07ICITY OF IOWA CITY IOWA CITY NOTES: T1-�l L -Y' 0 " PALMER CIR 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117 - 8030.119. 2. MH 666-7, MH 666-6, MH 665-4, AND MH 665-3 MAY BE USED FOR INVERSION OF LINER. —0-__�_----- 9H 665-3 NO. ITEM 0 3 8" DIA CIPP LINING LF 1,172.0 N EA 26 L MH 666-7 TO MH 666-6 4 MH 666-6 TO MH 666-5 11 MH 666-5 TO MH 6654 CJS I W :7, N 1p� < 1Ml M i N .F NO. ITEM UNIT QUANTITY 3 8" DIA CIPP LINING LF 1,172.0 4 SERVICE CONNECTIONS EA 26 PIPE SERVICE CONNECTIONS MH 666-7 TO MH 666-6 4 MH 666-6 TO MH 666-5 11 MH 666-5 TO MH 6654 7 MH 665-4 TO MH 665-3 4 w/�-�� /, _COM 2019-2020 ANNUAL SANITARY SEWER PIPE GRANT WOOD DRIVE _r r 501 Syc mm Street Suke 222 REHABILITATION PROJECT Wetekoo.iwre 5979 1497 T 319.232.8531 CITY OF IOWA CITY Scale: 1"= 200' SHEET MSA.08 - CITY OF IOWA CITY �I ■ it � ■ ■- ice,, ,��, • ■ i �;_� ■. M. DR IVT o — — —ul Fl El d El L -L -L -L -L -L -1 1 cam. -s c N -y � < s o N �^ d - F iC? N NOTES: NO. ITEM UNIT QUANTITY s 1. CONTRACTOR TO IMPLEMENT TEMPORARY 3 8" DIA CIPP LINING LF 850.2 TRAFFIC CONTROL PER FIGURES 8030.101, 4 SERVICE CONNECTIONS EA 0 8030.104, AND 8030.117 - 8030.119. PIPE SERVICE CONNECTIONS 2. MH 726-3, MH 726-2, MH 726-1, AND MH 725-2 MH 726-3 TO MH 726-2 0 = m MAY BE USED FOR INVERSION OF LINER. MH 726-2 TO MH 726-1 0 LL s ` MH 726-1 TO MH 725-2 0 L w- AEwOM 2019-2020 ANNUAL PIPE AMBER LANE LANE � I "^D SANITARY SEWER REGAL "�"�� sot.ta REHABILITATION PROJECT r`J` ,r..W7s"n"zzz w.� 319...32.6 a1 ,ew 13ia.z3z.esai CITY OF IOWA CITY Srale: I"= 200' SHEET MSA,09 CITY OF IOWA CITY F, u, I 211: 729-3 319 ----���--0 --�-- ---.I 257.9- 2� ----� 16 195.7- m 26 133.9 6 -723 48_ 72.635—'U9,94 R — I 56 �iif li �— �2�,ry1 9 �� � ■CJI ji. 7i ( 1. in,Iia �I r � " � .I� 'off -r- -r- - - NOTES F 1. CONTRACTOR TO IMPLEMENT TEMPORARY - TRAFFIC CONTROL PER FIGURES 8030.101, 301 Symmm Strati, Sui19222 8030.104, AND 8030.117 - 8030.119. 3 § 2. MH 726-3, MH 729-1, MH 729-2, AND MH 729-3 " m MAY BE USED FOR INVERSION OF LINER. 3 8" DIA CIPP LINING LF 742.4 4 SERVICE CONNECTIONS EA 14 MH 729-3 TO MH 726-3 MH 726-3 TO MH 729-1 MH 729-1 TO MH 729-2 AMBERLANE Scale: 1" 7 2 5 MSA70 I CIN OF IOWA CITY 2019-2020 ANNUAL /"'\ECOM SANITARY SEWER PIPE 301 Symmm Strati, Sui19222 REHABILITATION PROJECT Waterloo, b" a 50704-1497 CITY OF IOWA CITY T 319.2326631 3 8" DIA CIPP LINING LF 742.4 4 SERVICE CONNECTIONS EA 14 MH 729-3 TO MH 726-3 MH 726-3 TO MH 729-1 MH 729-1 TO MH 729-2 AMBERLANE Scale: 1" 7 2 5 MSA70 I CIN OF IOWA CITY o� ii il_ it rr . ■ ■ ■ iii ■ I..IIj �i , I�! ■ it 'I ■�II �•il� ��11 IIINu11, III, � III � III �n 3 8" DIA CIPP LINING LF 742.4 4 SERVICE CONNECTIONS EA 14 MH 729-3 TO MH 726-3 MH 726-3 TO MH 729-1 MH 729-1 TO MH 729-2 AMBERLANE Scale: 1" 7 2 5 MSA70 I CIN OF IOWA CITY o� s- �n 3 8" DIA CIPP LINING LF 742.4 4 SERVICE CONNECTIONS EA 14 MH 729-3 TO MH 726-3 MH 726-3 TO MH 729-1 MH 729-1 TO MH 729-2 AMBERLANE Scale: 1" 7 2 5 MSA70 I CIN OF IOWA CITY NOTES: 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117 - 8030.119. 2. MH 728-1 AND MH 728-3 MAY BE USED FOR INVERSION OF LINER. 19-2020 ANNUAL /•fECO� 771 59.9u��_ REHABILITATION PROJECT i• ill CITY OF IOWA CITY i©m 11 G, a ■_,1 1— �j �•■ 1 I� m I li_■ ■_I! — p ■ 19 4.9 u5 45 ®II III ■ ■_! ji-t i lii .5 r m SII ii , III _� it im m��� H:■ - ■oil o� . 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117 - 8030.119. 2. MH 728-1 AND MH 728-3 MAY BE USED FOR INVERSION OF LINER. 19-2020 ANNUAL /•fECO� 771 59.9u��_ REHABILITATION PROJECT w.c",roo,w..soTa-us' CITY OF IOWA CITY T 319.2328531 — 19 4.9 u5 45 _421 .5 laza�s"-� U"� 2g 36 L3 ❑ / 28 30 32 34 36 ' Y C"1 N C7 c w. 1 • fTi moi. y*j 1. CONTRACTOR TO IMPLEMENT TEMPORARY TRAFFIC CONTROL PER FIGURES 8030.101, 8030.104, AND 8030.117 - 8030.119. 2. MH 728-1 AND MH 728-3 MAY BE USED FOR INVERSION OF LINER. 3 8" DIA CIPP LINING 4 SERVICE CONNECTIONS PIPE SE MH 728-1 TO MH 726-2 MH 726-2 TO MH 728-2 MH 728-2 TO MH 728-3 Scale: 1' = 200' Ul T*[:lA_KL= LF 768.6 12 12 0 MT 11 CITY OF IOWA CITY 19-2020 ANNUAL /•fECO� SANITARY SEWER PIPE 501 sycamore Str991. $.95222 REHABILITATION PROJECT w.c",roo,w..soTa-us' CITY OF IOWA CITY T 319.2328531 3 8" DIA CIPP LINING 4 SERVICE CONNECTIONS PIPE SE MH 728-1 TO MH 726-2 MH 726-2 TO MH 728-2 MH 728-2 TO MH 728-3 Scale: 1' = 200' Ul T*[:lA_KL= LF 768.6 12 12 0 MT 11 CITY OF IOWA CITY F -I L O I I nn' 11 !30�I�I�I�I�iIQI�� LAKESIDE DR ��; �..� ' ■ ,�"' ��� ■_„ 1 � II' i.�(� � � it � � III:. il_p ■m-,; j r itI _r dip ��; # �" �-� ■ II ® _',, I;_r ■�11- II f 1 „ II ill ■ —'d. 9 '1 �. 1, � ,■ II I; ■ ' SII III , JI II ■ » ,Wl - �.,,, ,•r �-;ii „_� � li a , _,til �_■ i ILO AEcom 1. CONTRACTOR TO IMPLEMENT TEMPORARY SANITARY SEWER PIPE 501St' momfttr t,5 te222 TRAFFIC CONTROL PER FIGURES 8030.101, w.,i.miaa,ae CITY OF IOWA CITY 8030.104, AND 8030.117 - 8030.119. 2. MH 727-1 AND 727-2 MAY BE USED FOR m INVERSION OF LINER. ILO AEcom 2019-2020 ANNUAL SANITARY SEWER PIPE 501St' momfttr t,5 te222 REHABILITATION PROJECT w.,i.miaa,ae CITY OF IOWA CITY T 319.232.031 Scale: 1"= 200' SHEET MSA72 I CITY OF IOWA CITY L NO. ITEM c" UNIT QUANTITY 3 8" DIA CIPP LINING LF 649.2 4 SERVICE CONNECTIONS EA 22 PIPE SERVICE CONNECTIONS MH 727-1 TO MH 726-1 10 MH 726-1 TO MH 727-2 12 REGAL LANE Scale: 1"= 200' SHEET MSA72 I CITY OF IOWA CITY LAKESIDE DN 0 NOTES: NO. ITEM UNIT QUANTITY ■ ■ill IIS`■ ■WE: II Q iii 4 SERVICE CONNECTIONS m MJim� 8030.104, AND 8030.117 -8030.119. PIPE SERVICE CONNECTIONS _, 2. MH 720-8, MH 725-1, MH 725-2, AND MH 725-3 MH 720-8 TO MH 725-1 2 m MAY BE USED FOR INVERSION OF LINER. MH 725-1 TO MH 725-2 !�_■ ■ I! s ° t MH 725-2 TO MH 725-3 12 '09 �i� L //�� AECOM 2019-2020 ANNUAL �I L �� �! "_�'•. 501 Syo m" Street. Sune 222 REHABILITATION PROJECT �I � � it ! i� � WaW, .b eWTN-1497 7318.2328531 CITY OF IOWA CITY Scale: 1"= 200' SHEET MSA -13 CITY Of IOWA CITY �■ .� !, ,� m-: i'� � • ,� iii 0 �JJI� SII t NOTES: NO. ITEM UNIT QUANTITY r 1. CONTRACTOR TO IMPLEMENT TEMPORARY m■ii LF 742.7 iii 4 SERVICE CONNECTIONS m MJim� 8030.104, AND 8030.117 -8030.119. PIPE SERVICE CONNECTIONS _, 2. MH 720-8, MH 725-1, MH 725-2, AND MH 725-3 MH 720-8 TO MH 725-1 2 m MAY BE USED FOR INVERSION OF LINER. MH 725-1 TO MH 725-2 �i s ° ; MH 725-2 TO MH 725-3 12 '09 �i� L //�� AECOM 2019-2020 ANNUAL REGAL LANE L �� , m 501 Syo m" Street. Sune 222 REHABILITATION PROJECT ! WaW, .b eWTN-1497 7318.2328531 CITY OF IOWA CITY Scale: 1"= 200' SHEET MSA -13 CITY Of IOWA CITY �JJI� SII t NOTES: NO. ITEM UNIT QUANTITY 1. CONTRACTOR TO IMPLEMENT TEMPORARY 3 8" DIA CIPP LINING LF 742.7 TRAFFIC CONTROL PER FIGURES 8030.101, 4 SERVICE CONNECTIONS EA 24 8030.104, AND 8030.117 -8030.119. PIPE SERVICE CONNECTIONS 2. MH 720-8, MH 725-1, MH 725-2, AND MH 725-3 MH 720-8 TO MH 725-1 2 m MAY BE USED FOR INVERSION OF LINER. MH 725-1 TO MH 725-2 10 s ° MH 725-2 TO MH 725-3 12 '09 L //�� AECOM 2019-2020 ANNUAL REGAL LANE L �� SANITARY SEWER PIPE m 501 Syo m" Street. Sune 222 REHABILITATION PROJECT ! WaW, .b eWTN-1497 7318.2328531 CITY OF IOWA CITY Scale: 1"= 200' SHEET MSA -13 CITY Of IOWA CITY APPENDICES 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 1 of 11 N C3 N f� C-' C= ....�..q . ' r ri 1 E �c • N �n 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 1 of 11 The following figures from the SUDAS Standard Specifications and Supplemental Specifications are attached for convenient reference. Please review the sections of this Project Manual entitled, SUDAS Standard Specifications, General Supplemental Specifications, and Supplemental Specifications as the figures includes by reference will need to be obtained from the provided referenced websites. SUDAS Standard Specifications and Iowa City Supplemental Specification Figures • Figure 8030.101: Temporary Traffic Control General Information • Figure 8030.104: Lane Closure on Low Volume Street (Self -Regulating) • Figure 8030.105: Lane Closure for Short -Term or Moving Operations Using a Single Flagger • Figure 8030.110: Lane Closure on Multi -lane Street • Figure 8030.111: Lane Closure at an Intersection • Figure 8030.112: Lane Closure and the Far Side of an Intersection • Figure 8030.117: Sidewalk Detour • Figure 8030.118: Sidewalk Diversion • Figure 8030.119: Closure of Marked or Unmarked Crosswalk 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 2 of 11 N b - N O fV C 71 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project Page 2 of 11 Buffer Space (lateral) provides protection for F F L traffic, and workers y Key' ® Maw Board — stlM'Fmm 30-40 250 45-50 p p p Mow aowd supportHI wTnwr 1 1 snedov.1. 0 clwnnelo-xre Dake at nj a all shadow and work vehicles. 60 60 =000. DlreadanafTra■a 0 T>ye nl Ban!We X prom ®wont saaae r7 Fayyer Wan Vemde Flags may be used to call attention to the advanced Ped88MBn ♦ VBMde Wamin LI M I�-Swroer, msnan, a Ocneneexare Devke — — d 1 ♦ ngeSordlsVpCo If a closure extends overnight, utilize channelizing 55 Ignq 'Applies to all Section 8030 figures 110 Speed limit refers to the legally established and F signed speed limit. ■.■ ■ If an anew board is used on 2Aane roads, operate cdon workers, equipment, (longitudinal) Downstream only in the caution mode. ul and material storage Taper ■ devices for available sight distance. Do not install temporary traffic control devices Activity Area until work is ready to begin, and remove or cover all is where work takes place signs and devices promptly when they are not needed. Termination Area ■ lets traffic resume The END WORK (G20-2) signs shown on all figures are normal operations optional. F F Shoulder Taper Advance Warning Area traffic what to expect ahead Transition Area moves traffic out of its normal path Buffer Spa (Iongaudin provides proh for traffic a workers Distance Between Signs Key' ® Maw Board — stlM'Fmm 30-40 250 45-50 p p p Mow aowd supportHI wTnwr 1 1 snedov.1. 0 clwnnelo-xre Dake at nj a all shadow and work vehicles. 60 60 =000. DlreadanafTra■a 0 T>ye nl Ban!We X prom ®wont saaae r7 Fayyer Wan Vemde Flags may be used to call attention to the advanced Ped88MBn ♦ VBMde Wamin LI M I�-Swroer, msnan, a Ocneneexare Devke — — d 1 ♦ ngeSordlsVpCo If a closure extends overnight, utilize channelizing 55 Ignq 'Applies to all Section 8030 figures Buffer Spa (Iongaudin provides proh for traffic a workers Distance Between Signs Speetl Limit mph A 20.25 100 30-40 250 45-50 350 55 500 Tragic Space allows Channellzing Device Spacing It may be necessary to combine two or more examples traffic to pass through Buffer (ft) Work Space(ft) to adequately address the tmf econtrol needed. the activity area F- Utilize vehicle warning lights .(ambeq high4ntensky 25 25 rotating, flashing, oscillating, or strobe light) on 50 30 all shadow and work vehicles. 60 60 vehicle hazard lights may be used to supplement 35 70 warning lights. Do not use hazard lights alone. 40 y 80 ■ ■ ■ ■ ■ ■ 45 Flags may be used to call attention to the advanced Is ■ _ �'"° warning signs. ■ 100 If a closure extends overnight, utilize channelizing 55 55 devices with retroreflective sheeting. 110 Speed limit refers to the legally established and F signed speed limit. le Work SpaceBuffer 10 is set aside for Space If an anew board is used on 2Aane roads, operate cdon workers, equipment, (longitudinal) Downstream only in the caution mode. ul and material storage Taper Adjust the position of warning signs and chennalizing devices for available sight distance. Do not install temporary traffic control devices Activity Area until work is ready to begin, and remove or cover all is where work takes place signs and devices promptly when they are not needed. Termination Area lets traffic resume The END WORK (G20-2) signs shown on all figures are normal operations optional. Merging Taper Lengths for Lane Closure' Channellzing Device Spacing Taper Length (L) (ft) Speed Limit (mph) Taper (ft) Buffer (ft) Work Space(ft) 20 20 40 40 25 25 50 50 30 30 60 60 35 35 70 70 40 40 80 so 45 45 90 90 50 50 100 100 55 55 110 110 Merging Taper Lengths for Lane Closure' Speed Limit mph Taper Length (L) (ft) Number of Devices 20 80 5 25 125 6 30 180 7 35 245 8 40 320 9 45 540 13 50 600 13 55 660 13 'Values shown are for a 12 fool shift. Table does not apply to one4ane, two-way (flogger) tapers C N N!— —2 N1 2: 50 Refer to Figure 863( b1 tarl9mkwl key and sign ROAD spacing." C I 1 Y, IM-_, - _S WORK HEAP Alternate 1 Use of Alternate 1 Is restricted to low -speed sono rens A roadways with good sight distance (paved or iN' min. unpaved) during daylight hours. Traffic may be self-regulating when the work space Is short and drivers can see the roadway beyond. J► • • • ® y y • Use one or two flaggers when motor vehicle • ~_�{; traffic cannot effectively seH-regulate. F A So. to 100' F Buffer Space soso sons ROAD (optional) AHEAD Alternate 1 Alternate 2 Use of Alternate 2 Is restricted to roadways where average daily traffic Is fewer than 400 vehicles and good sight distance exists. Do not use within 2,500 feet of a similar work site. M u� RonD RDAD ■ORK Maybe used for overnight closures. During AHEAp HEAD non-worMog hours remove materials, equipment, �-F� A —�1 stockpiled waste and fill or cover A excavations. ean�woss � I-.— C • • • • ~ A m ■ • Nmv 10.17,11 m o Buffer Space F A SUDAS 8030,104 a I� AA A (optional) Eno SHEET t a t nowo suss 15' 750'00' S0'ro 100' N ROAD tAtE O SUDAS Standard Specifications _ •ORK ROAD v ti XEAD AMEAO hid LANE CLOSURE ON LOW VOLUME O rsnrnc Alternate2 �, STREET (SELF-REGULATING) Use is restricted to roadways where average dally traffic is fewer tbAfr 2,000 vetdcles per day and good sight distance exllp.`Use during daylight hours only. Do not park vehicles or equipment on apposite side of work area. ROAD Awork vehicle displaying vehicle warning lights may ONE LANE WORK be substituted for the Type III barricade. ROAD AHEAD AHEAD Refer to Figure 8030.101 for symbol key and sign END spacing. ROAD WORK A A �i J J JI Flagger Notes: i l l Allow traffic in the open lane to flow freely. Stop the first vehllcle in the closed lane from the Dagger position shown, then move toward the centerline to stop other vehicles. 'Y A second Dagger may be required when the fiaggers F Naw of approaching trellis sit in the open lane is less r —+II#^ -III than Vs mile or the work site is in an area of �— A }� A - A 30'to SO' 100' marc. END restricted sight distance (such as a No Passing ROAD WORK Zone): and excessive traffic delays and conflicts are ROAD ����• /// encountered. NE WORK ONE ROAD - ■ If second Dagger is required, refer to Figure 8030.108. AHEAD AHEAD 1WW, RD AD WORK AHEAD .li . WORK sx. uxF / \ \ cwxm \ �� x[Aa Outside Lena Closure ROAD // \ I (optional) WORK FErr LIARE\ HEAD n no s Inside Lane Closure For low speed, low vobaoe,.urban Streets the LEFT/RIGNT LANE CLcis4 DAi kAD sign may be omift Refer o Figure CITY, lymbol key and sign spacing. y low • • ■ F F F I-�AA�A�I DO ROAD YORK ROAD I WDRK RIGHT LANE AHEAD CLOSED AHEAD m C C A In New 10.11-17 SUDAS 8030.111 SHEET 1 d 1 = SUDAS Standard Specifications in LANE CLOSURE AT 0 AN INTERSECTION Place arrow board within the closed lane behind the chanruallzilg devices and as close to the beginning of the teper aodrIckbi, While keeping It on the paved .,. surface.' - If the work area extends across the crosswalk, the crosswalk should be closed using appropriate Information and devices. For traffic signal maintenance, consider using law enforcement and/or a shadow vehicle. ROAD For intersection approaches reduced to a single lane, WORK left -turning movements may be prohibited to maintain AHEAD capacity for through motor vehicle traffic. ROAORW ORNRight A ~i lane closure shown; for left lane closure, modify sign messages and arrow board. Refer to Figure 8030.101 for symbol key and sign sparing. ® y low • • ■ F F F I-�AA�A�I DO ROAD YORK ROAD I WDRK RIGHT LANE AHEAD CLOSED AHEAD m C C A In New 10.11-17 SUDAS 8030.111 SHEET 1 d 1 = SUDAS Standard Specifications in LANE CLOSURE AT 0 AN INTERSECTION END A ROAD WORK + I t I I", J'i ROAD crosswalk should be closed using appropriate TF HDEAp Information and devices. y ENO A ROAD WORK END A ROAD WORK + I t I I", J'i If the work area extends across the crosswalk, the crosswalk should be closed using appropriate i I C,L_', Information and devices. fr 1' �/ lJ i I For ira(Rc signal maintenance, consider using law enforcement and/or a shadow vehicle. Right lane closure shown; for left lane closure, madly sign messages and arrow board. Refer to Figure 8030.101 for symbol key and sign ROAD spacing. WORK AHEAD A l F F F END A IRDAD WORK A ROAD WORK LANE ENDS AHEAD M[vrE ~ ROAD i WORN AHEAD ROAD ENWORKD 4 Use when crosswalks, sidewalks, or other pedestrian facilities are dosed or relocated. Ensure temporary facilities are delectable and Include accessibility !1Y ti r!� V. j1}i features consistent with the features present in the VV Y existing pedestrian facility. Signs such as KEEP RIGHT (LEFT) may be placed to guide or direct pedestrians. Provide continuous barriers or fencing complying with the requirements of PROWAG to secure work areas from pedestrians. When required in the contract documents, provide auxiliary lighting or audible Information devices to assist pedestrians with visual disabilities. Only the temporary traffic control devices related to pedestrians are shown. Other devices related to control of vehicular traffic may be necessary. Refer to Figure 8030.101 for symbol key and sign spacing. I o n N W CD SE � 17 I1 ED O a MU r-fTi a ¢ o M o O r w m o CD T C m nsxs ro-n.n SUDAS 8030.117 saEU t a t = SUDAS Standard Specifications m p SIDEWALK DETOUR T Provide continuous barriers or fencing complying with the requirements of PROWAG to secure work areas from pedestrians. Where pedestrians are diverted onto highspeed roadways, provide a temporary traffic barrier and if specified in the contract documents, a crash cushion, to separate the temporary sidewalk from vehicular traffic. When required In the contract documents, provide auxiliary lighting or audible Information devices to assist pedestrians with visual disabilities. Only the temporary traffic control devices related to pedestrians are shown. Other devices related to control of vehicular traffic may be necessary. Refer to Figure 8030.101 for symbol key and sign spacing. Use when crosswalks, sidewalks, or other pedestrian 61 6' LaX J vt A CITY, U t; ., facilities are closed or relocated. Ensure temporary facilities are detectable and Include aaesslblliy features consistent with the features present in the existing pedestrian facility. Provide continuous barriers or fencing complying with the requirements of PROWAG to secure work areas from pedestrians. Where pedestrians are diverted onto highspeed roadways, provide a temporary traffic barrier and if specified in the contract documents, a crash cushion, to separate the temporary sidewalk from vehicular traffic. When required In the contract documents, provide auxiliary lighting or audible Information devices to assist pedestrians with visual disabilities. Only the temporary traffic control devices related to pedestrians are shown. Other devices related to control of vehicular traffic may be necessary. Refer to Figure 8030.101 for symbol key and sign spacing. 1 3, o ■ ■ F A wt. 100' NOD WORK 0 lilt —2 K1 2* 5C J 1 Use when work activities Gose crosswalk or reduce width to less than 4 feet. Ensure temporary facilities are detectable and Include accessibility features consistent with the features present In the existing pedestrian facility. When required in the contract documents, provide auxiliary lighting or audible Information devices to assist pedestrians with visual disabilities. Refer to Figure 8030.101 for symbol key and sign spacing. SUDAS 8030.119 aaEE, , o, , SUDAS Standard Specifications CLOSURE OF MARKED OR UNMARKED CROSSWALK ■ ■ 0 lilt —2 K1 2* 5C J 1 Use when work activities Gose crosswalk or reduce width to less than 4 feet. Ensure temporary facilities are detectable and Include accessibility features consistent with the features present In the existing pedestrian facility. When required in the contract documents, provide auxiliary lighting or audible Information devices to assist pedestrians with visual disabilities. Refer to Figure 8030.101 for symbol key and sign spacing. SUDAS 8030.119 aaEE, , o, , SUDAS Standard Specifications CLOSURE OF MARKED OR UNMARKED CROSSWALK AECOM July 1, 2020 Mr. Joseph B. Welter, PE, PMP Senior Civil Engineer City of Iowa City 410 East Washington Street Iowa City, Iowa 52240 AECOM tel 501 Sycamore Street fax Suite 222 Waterloo, Iowa 50703 w Aecom.com Subject: 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project City of Iowa City, Iowa AECOM #60587072 Dear Mr. Welter: 319-232.6531 319-232-0271 The Engineer's Estimate of Probable Construction Costs for the 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project for the City of Iowa City is $420,000.00. If you have any questions, please feel free to contact me via phone at 515-323-7920 or via email at ross. hi Ilsman (cDaecom. com. Thank you. Yours sincerely, Ross A. Hillsman, PE PA60587072W00_TechnicaUO3_SUDAS FRONT ENDS - F. Qienh+2020-07-01 JWelter- IC 2019-20 Sanitary Serer Rehab Engineers at - Ltr.Eocx Prepared by: Joe Welter, Public Works, 410 East Washington Street, Iowa City, IA 52240, (319) 356-5144 Resolution No. 20-163 Resolution setting a public hearing on July 21, 2020 on the project manual and estimate of cost for the construction of the 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Construction Project, directing City Clerk to publish notice of said hearing, and directing the City Engineer to place said project manual on file for public inspection. Whereas, funds for this project are available in the Annual Sewer Main Replacement, Account Number V3101. Now, therefore, be it resolved by the Council of the City of Iowa City, Iowa, that: 1. A public hearing on the project manual and estimate of cost for the construction of the above- mentioned project is to be held on the 21st day of July, 2020, 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. City Hall is currently closed to the public because of the coronavirus. If City Hall remains closed to the public, the meeting will be an electronic meeting using the Zoom Meetings Platform. For information on how to participate in the electronic meeting, see www.icgov.org/councildocs or telephone the City Clerk at 319/356-5043 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 7th day of July 2020. Ma&r Attest: City Clerk It was moved by Weiner adopted, and upon roll call there were: Ayes: Alftby City Attorney's Office (Sara Greenwood Hektoen - 07/02/2020) and seconded by Thomas the Resolution be Nays: Absent: Cole Mims Salih Taylor Teague Thomas Throgmorton r I i PRESS -CITIZEN MEDIA PART OF THE USA TODAY N ETWORK State of Wisconsin County of Brown, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and tha 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: 0004243662 6/22/20 06/22/2020 $44.08 Copy of Advertisement Exhibit "A" Subscri60 and sworn to before me by said affiant i 's 22 day of June 2020 { a - Notary Public 9S- 13 Commission expires SHELLY H 0 " A Notary Public State of Wisconsin 2DZ6 �}${%JI�QiI CITY CLERK CITY OF IOWA CITY S2ESU'('F4G.I Y1� ICPD 410 E WASHINGTON ST This is not an invoice IOWA CITY IA 522401825 # of Affidavits 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 duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and tha 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: 0004243662 6/22/20 06/22/2020 $44.08 Copy of Advertisement Exhibit "A" Subscri60 and sworn to before me by said affiant i 's 22 day of June 2020 { a - Notary Public 9S- 13 Commission expires SHELLY H 0 " A Notary Public State of Wisconsin mla NOTICE OF PUBLIC HEARING }JGTICE OF PUBLIC HEARING ON PROJECT MANUAL AND f.� ESTIMATED COST FOR THE ASPHALT RESURFACING 200 PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWACITY, IOWA, PAND TO ERSONS OTHER INTERESTED Said Project Manual and estimated cost are now on file in the office of the City Clerk in City Hall which is Cased to the public because of ��cYyolanovirus. These anyame documents bursaarsct� by oniptting the City Clerk at 319 356 5043 or em Kellie-fluehlia90jowo-City.orgollin9 Any Interested persons may appear of said meeting of the City Council for the purpose of making objections to and Comments concerning sold Protect Manual or he cast ofmaking said improvement. If City Hall r¢ [lased to the public, the meeting will be an electronic meeting using the Zoom Meetings Platform. For Information On haw to participate n the electronic meeting, see t.ic9w.or lsounci(docs elephone the City Clerk of 31941565043. This notice is given by order of the City Council of the City of Iowa City, law. and as Provided by law. Kellie K. Freehling, City Clerk P� A-10 h Prepared by Joe Welter, Public Works, 410 East Washington Street, Iowa City, Iowa 52240, (319) 356-5144 Resolution No. 20-175 Resolution approving the project manual and estimate of cost for the construction of the 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Construction 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 Main Replacement; Account Number V3101. Now, therefore, be it resolved by the 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 Ill day of August, 2020. 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 11 day of September, 2020, or at a special meeting called for that purpose. If City Hall is closed to the public due to the health and safety concerns from COVID-19, sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 E. Washington St., Iowa City, Iowa, and upon arrival telephone the City Clerk at 319/356-5043. 5. City Hall is currently closed to the public because of the coronavirus. If City Hall remains closed to the public, the meeting will be an electronic meeting using the Zoom Meetings Platform. For information on how to participate in the electronic meeting, see www.icgov.oro/councildocs or telephone the City Clerk at (319) 356-5043 a Resolution No. 20-175 Page 2 Passed and approved this 21st day of July , 2020 MayqV Appr ed by Attest: 4.0 ` City Clerk City Attorney's Office (Sara Greenwood Hektoen — 7/16/2020) It was moved by Salih and seconded by Taylor the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: x Bergus x Mims x Salih x Taylor x Teague x Thomas x Weiner 0 o �, 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 - 2020 Sanitary Sewer Rehab Pipes Classified ID: 127536 A printed copy of which is attached and made part of this certificate, provided on 07/22/2020 to be posted on the Iowa League of Cities' internet site on the following date: July 23 , 2020 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 7/22/2020 Alan Kemp, Executive Director 0100 NOTICE TO BIDDERS 2019-2020 ANNUAL SANITARY SEWER PIPE 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 111 day of August 2020. 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 15' day of September, 2020, or at special meeting called for that purpose. The Project will involve the following: Lining of approximately 10,600 linear feet of sewer pipe, reinstatement of approximately 236 service connections, and other associated work for various locations across the City of Iowa City. All work is to be done in strict compliance with the Project Manual prepared by AECOM Technical Services, Inc., of Des Moines, 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 five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: September 14, 2020 Substantial Completion: November 11, 2020 Final Completion: December 11, 2020 Liquidated Damages: $500.00 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 $20.00 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 Technigraphics, a division of Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Sewer Inspection Videos: Video files for the project locations can be provided, upon request of the bidder. Any data supplied on the videos 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. Video is unavailable for Segment 548-89 to 548-89A on the Derwen Drive Location. 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 1 DAILY NOTICE TO BIDDERS construction update 0100 NOTICE TO BIDDERS 2019-2020 ANNUAL SANITARY SEWER PIPE 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 111 day of August 2020. 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 11 day of September, 2020, or at special meeting called for that purpose. The Project will involve the following: Lining of approximately 10,600 linear feet of sewer pipe, reinstatement of approximately 236 service connections, and other associated work for various locations across the City of Iowa City. All work is to be done in strict compliance with the Project Manual prepared by AECOM Technical Services, Inc., of Des Moines, 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 five (5) years from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Start Date: September 14, 2020 Substantial Completion: November 11, 2020 Final Completion: December 11, 2020 Liquidated Damages: $500.00 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 $20.00 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 Technigraphics, a division of Rapids Reproductions. The fee is refundable if returned within 14 days of award of the project by City Council in re -usable condition. Sewer Inspection Videos: Video files for the project locations can be provided, upon request of the bidder. Any data supplied on the videos 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. Video is unavailable for Segment 548-89 to 548-89A on the Derwen Drive Location. 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: Joe Welter, Public Works, 410 East Washington Street, Iowa City, Iowa 52240 (319) 356-5144 Resolution No. 20-207 Resolution awarding contract and authorizing the Mayor to sign and the City Clerk to attest a contract for construction of the 2019- 2020 Annual Sanitary Sewer Pipe Rehabilitation Construction Project. Whereas, Insituform Technologies USA, LLC of Chesterfield, Missouri, has submitted the lowest responsive, responsible bid of $267,781.00 for construction of the above-named project; and Whereas, funds for this project are available in the Annual Sewer Main Replacement Project, Account Number 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 Insituform Technologies USA, 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 1st day of September 2020 Attest City Clerk 9pproved City Attorney's Office (Sara Greenwood Hektoen - 08/27/2020) It was moved by Salih and seconded by Mims the Resolution be adopted, and upon roll call there were: Ayes: Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner 6q/ Bond No.107310887 0510 PERFORMANCE, PAYMENT, AND MAINTENANCE BOND 2019-2020 ANNUAL SANITARY SEWER PIPE REHABILITATION PROJECT CITY OF IOWA CITY KNOW ALL BY THESE PRESENTS: That we, Insituform Technologies USA, LLC — Chesterfield, Missouri, as Principal (hereinafter the "Contractor' or "Principal") and Travelers Casualty and Surety Company of America , 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 sixty-seven thousand, seven hundred eighty-one dollars ($267,781.00), 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 approximately 10,600 linear feet of sewer pipe, reinstatement of approximately 236 service connections, and other associated work for various locations across the City of Iowa City. 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. 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: 1. 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 Contractors 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 employeeslurnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed t6 pay 61111.just claims submitted by persons, firms, subcontractors, and corporations furnishing maferials 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 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0510 — Page 1 of 4 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 five years (5) 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 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 and indemnify"ihe 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. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0510 — Page 2 of 4 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 mentioned and shall not limit liability hereunder. The Contract is hereby made a part of this Bond. 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0510 — Page 3 of 4 0 r W ri+ 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0510 — Page 3 of 4 Insituform Technologies USA, LLC PRINCIPAL:17988 Edison Avenue, Chesterfield, MO 63005 Janet Hass Printed Name of Contractor Officer BY L:�BY I ature ot Contraor Officer Contracting & Attesting Officer Title of Contractor Officer SURETY: Travelers Casualty and Surety Company of America Surety Company Name Sign re q Attomey-in-Fact Officer Andrew P. Thome, Attomey-in-fact Printed Name of Attomey-in-Fact Officer Travelers Casualty and Surety Company of America Company Name of Attorney -in -Fact One Tower Square Company Address of Attomey-in-Fact Hartford, CT 06183 City, State, Zip Code of Attorney -in -Fact 860-277-0111 relephone Number of Attomey-in-Fact 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0510 — Page 4 of 4 N O lV O r C W m 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Project 0510 — Page 4 of 4 State of Missouri County of St. Louis On 9/8/2020 before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Andrew P. Thome known to me to be Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. Michelle ils n, Notary Public MICHELLE WILSON t� �J NOTgRYPUB LIC-NOTgRYSEAL STATE OF MISSOURI ' ....- �� � y., $ COMMISSIONED FOR JEFFERSON COUNTY MY COMMISSION EXPIRES � � yl --a ro .... JUN. 23, 2023 My Commission Expires: a P w Travelers Casualty and Surety Company of America TRAVELERST Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and Sl. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Andrew P. Thome, of Chesterfield, Missouri, their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut By: City of Hartford as. Robert L. Raney, See r Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. oto My Commission expires the 30th day of June, 2021 y�y���+-� C J1�ARAlIlL.A �,.Hup ♦ Made C. Tetresult, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this s day of seyemL<r , 2020 1V MP yn'-� vux .t ,(L r, is.:- je � Kevin Hughes, esus. ,A.ss, i tant Secretary To verify the auhhentizfhy of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-nan;ed Attwr .y -in -Fact and the details of the bond to which the power is attached. ENGINEER'S REPORT January 7, 2021 City Clerk Iowa City, Iowa CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240 - 1826 (319) 356 - 5000 (319) 356 - 5009 FAX www.icgov.org Re: 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Construction Project Dear City Clerk: I hereby certify that the 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Construction Project has been completed by Insituform Technologies USA, LLC of Chesterfield, Missouri, in substantial accordance with the Project Manual developed by AECOM Technical Services of Des Moines, Iowa. The project was bid as a unit price contract and the final contract price is $255,770.50. There was one (1) change or extra work order for the project as described below: 1.) Adjustment of quantities for actual conditions $12,010.50 encountered in the field and change of diameter of some of the intended pipe to be lined I recommend that the above -referenced improvements be accepted by the City of Iowa City. Sincerely, .' �_ fJ� Jason Havel City Engineer FILED _p JAN 14 2021 t?�7P City Clerk Iowa City, Iowa Prepared by: Joe Welter, Public Works, 410 East Washington Street, Iowa City, IA 52240 (319) 356-5144 Resolution No. 21-11 Resolution accepting the work for the 2019-2020 Annual Sanitary Sewer Pipe Rehabilitation Construction Project Whereas, the Engineering Division has recommended that the work for construction of the 2019- 2020 Annual Sanitary Sewer Pipe Rehabilitation Construction Project, as included in a contract between the City of Iowa City and Insituform Technologies USA, LLC of Chesterfield, Missouri, dated September 16, 2020, 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 Annual Sewer Main Replacement, Account Number V3101;and Whereas, the final contract price is $255,770.50. 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 19th day of Attest: January 2021 Mayo It was moved by Thomas adopted, and upon roll call there were: Ayes: App d by (%// 4 . City Attorney's Office (Sue Dulek - 01/12/21) and seconded by Taylor the Resolution be Nays: Absent: Bergus Mims Salih Taylor Teague Thomas Weiner f p,e,