Loading...
HomeMy WebLinkAboutSANITARY SEWER REPAIR (2004)SANITARY SEWER REPAIR 20O4 FILED 2~I~L,,"6 30 Pti 2: 31~ CITY CLERK &~i\ CITY, IOWA CITY O? I0 I/FA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2004 SANITARY SEWER REPAIR PROJECT IOWA CITY, IOWA I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laws of the State of Iowa. SIGNED: DATE: Daniel R. Scott, P.E. Project Engineer Iowa Peg. No. 14048 My license renewal date is December 31,2004. FILED OF ¢O~liEN~ CITY E,I_~Rt( TITLE SHEET IOWA CIT']~ IOWA TABLE OF CONTENTS ADVERTISEMENT FOR BIDS ................................................................................ AF-1 NOTE TO BIDDERS ............................................................................................... NB-1 FORM OF PROPOSAL ............. ~ ............................................................................. FP-1 BID BOND ............................................................................................................... BB-1 FORM OF AGREEMENT ........................................................................................ AG-1 PERFORMANCE AND PAYMENT BOND .............................................................. PB-1 CONTACT COMPLIANCE (ANTI-DISCRI~INATION REOUlREMENTS) ................................................... CC-1 GENE~L CONDITIONS ........................................................................................ GC-1 SUPPLEMENTARY CONDITIONS ......................................................................... SC-1 SPECIFICATIONS DIVISION I - GENE~L REQUIREMENTS Section 01010 Summa~ of the Wo~ ......................................................... 01010-1 Section 01015 ~ternates ............................................................................ 01015-1 Section 01025 Measurement and Payment ...... .......................................... 01025-1 Se~ion 01310 Progress and Schedules ..................................................... 01310-1 Section 01570 Tra~c Control and Const~ction Facilities ........................... 01570-1 DIVISION 2 - SITE WORK Section 02766 Cured In Pla~ Pipe ............................................................. 02766-1 ADVERTISEMENT FOR BIDS 2004 SANITARY SEWER REPAIR PROJECT 20r. J~ ~,~t~, 30 p~ 2: 3[~ Sealed proposals will be received by the City Ci~'¥' CL~J~ Clerk of the City of Iowa City, Iowa, until 10:30 J©~"~//"~ CJI'~/, J©WA A.M. on the 5th day of October, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid". for purposes of this Project. Pro- posals 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 5th day of October, 2004, or at such later time and place as may be scheduled. The Project will involve the following: 180 L.F. of 24" O C.I.P.P., 345 L.F. of' 12" O C.I.P.P, 400 L.F. of 8~ O C.I.P.P. Reinstatement of 25 sewer services and removal of 11 protruding service taps. All work is tO be done in strict compliance with the plans and specifications prepared by Daniel R. Scott, of Iowa City, Iowa, which have hereto- fore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and mainte- nance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15} calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnis.h a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment AF-1 pement (100%) of the contract price, said bend 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 ~00[~ hUG 30 ~'H 2: 3[~ operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and after its completion IOWA CITY, IOWA and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: June 30, 2005 Liquidated Damages: $400 per day The plans, specii"~cafions and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer, 410 E. Washington St., Iowa City, Iowa, 52240, by bona fide bidders. A $30 nen-refundab e fee s requ red for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa city. Prospective bidders are advised that the City of Iowa City desires to employ minodty contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239- 1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcon- tract. This list shal! include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit-a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully re- quired under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularifies. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK AF-2 NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB-1 FORM OF PROPOSAL F/LED 2004 SANITARY SEWER REPAIR PROJECT CITY OF IOWA CITY ZO0~ ~UG 30 pp, 2:34 NOTICE TO BIDDERS: ,.~,CITY,... CL. ERK uYvA C TV PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE 'BOt:IND~ VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City Civic Center 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda , and , and to do all work at the prices set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit pdces or lump sums to be agreed upon in writing prior to starting such work. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Mobilization Lump Sum 1 $ $ 2. Traffic Control Lump Sum 1 3. Remove Protruding Each 11 Service Taps 4. 8' O CIPP Short Liner, Each 4 10 foot section 5. Cured In Place Liner L.F. 180 for 24" ~ RCP and CMP 6. Cured In Place Liner L.F. 345 for 12" ~ VCP FP-1 7. Cured In Place Liner L.F. 400 for 8" OVCP FILED 8. Reinstate Lateral Service Each 25 Connections L~'J~ CJi"( Oi FRk' TOTAL EXTENDED AMOUN'~ ' / 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 apcroval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: 24-Hour Contact Telephone: FP-2 BID BOND ., as Principal, and FI! ~[") , as Surety declare that we are held and are firmly bound gnto the City of Iowa City, Iowa, z[J0 AU6 30 PH 2: hereinafter called "OWNER," in the sum of Dollars ($ ~o pay.~alo, sum as nere~n iOWA (";I~[Y..t ,VA©~,~ . provided. We as Principal and Surety further promise and declare tliat tt~ese"obli{;]~10ns shall b~nd our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for the 2004 Sanitary Sewer Repair 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 bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the .full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of , A.D., 20 (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into b~l?~_d.,~_~t~een the City of Iowa City, Iowa ("City"), and ?.'?; ,~.lJC ~0 ~ ~ ~ ("ContractoP'). Whereas the Ci~ has prepared ~Aain plans~ci~, proposal and bid documents dated the __ day of IV'~ '%i ~6r Sanita~ Sewer Repair Project ("Project"), and Whereas, said plans, specifi~tions, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to pedorm the Project. NOW, THEREFORE, IT IS AGREED: 1. The Ci~ hereby ac~pts the a~ached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement ~nsists of the following ~mponent pa~s which are in~rporated herein by referent: a. Addenda Numbe~ ; b. "Standard Specifi~tions for Highway and Bridge Construction," Sedes of 2001, Iowa DepaAment of TranspoAation, as amended; c. Plans; d. Spedfi~tions and Supplementa~ Conditions; e. Adve~isement for Bids; f. Note to Bidders; g. Pedorman~ and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract ~mplian~ Program (Anti-Dis~imination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above ~mponents are deemed ~mplementa~ and should be read together. In the event of a discrepan~ or in~nsistency, the more specific provision shall prevail. AG-1 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown~h' a~'attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this day of 20__ Onntr~ctor By By (Title) Mayor ATFEST: AFrEST: .R'itle) City Clerk (Company Official) Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND FILErD -,,','., ,i-- ~.: , as (insert the name and address or legal title of the Contr~'C]r) Principal, hereinafter called the Contractor and (insert tlle~l.eg~, I ~!e~'~f l;.h~Arety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of , entered into a (date) written Agreement with Owner for the 2004 Sanitary Sewer Repair Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Daniel R. Scott, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 funds to pay the cost of completion, less the balance of the Contract Pdce, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. ' C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. © SIGNED AND SEALED THIS DAY OF .~.-¢-~ ~ , IN THE PRESENCE OF: ~.~__ ::~ (Principal) Witness (Title) (Surety) Witness (Title) (Street) (City, State, Zip) (Phone) PB-2 FILED ~&% .~U~ 30 P~ 2:35 CITY CLERK iOWA CITY, IOWA Contract Compliance Program CITY OF I0 WA CITY It is the policy of the City of Iowa City to require equal employment opportunity in all City cons . This policy prohibits discrimination by the City's contractors, consu tants and vendors and requ, iros~e~n to ensure that applicants seeking employment with them and the r emp oyees are tre~,~u~,qua,~,~ut regard to race, color, creed, religion, national origin, sex, gender identity, sexual orient~(~r~,~'Ui~l~il~ty,l~l~l~l status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by , another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts 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 assudng that City contractors, vendors, and consultants ara 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. Pdor to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required matedal must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC-1 The fo ow ng sets forth the minimum requirements of a satisfactory Equal F_~,,ploy,m,~ent Opportunity Program wh ch w be rev ewed for acceptab ty. PLEASE RETURN PAGES CC2 ANE) ¢C3~ 01~ TR!,S ~S;E~ION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. ~iot~ t ~eeS ~ ~ ~ et hs eo fP ~hr f~Tn~n~ r~ u° fmt hr ~q~rnet~;~'t ~h, ,e, co~ l~ac~:toC~r,' s~ ~i~' tc~u~dd ;O~z(~ ne ?uu'~'~t~ r~ ~]/~eS nf ~ Iol ~sW. ¢ a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, madtal status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Cor~tracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 P_.t ~-q.) 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 pdnt) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (in~;luding unions) that you are an Equal Employment Opportunity employer?. The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Pdnt Name Date 1-71 CC-3 SECTION III- SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPOI~T ,~I,_N!~EL~ 1. COMPANY POLICY 3 0 2:3 5 Determine your company's policy regarding equal employment opportunities. Document the-I~pli,cy~and.gost t n a consp cuous p ace so that it is known to all your employees. Furthermore dissenfin~tt~e 'pb i~{~) all · . . ~ V_v~_ .'~jv ,~-~ potential sources of employees and to your subcontractors asking their cooperation. Me policy stafe~r~ 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 §ubcontractors, 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 cun'ent equal employment opportunity laws. 4. RECRUITMENT ia) 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 ara 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. id) 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. if) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?." Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. ih) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforoe 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. CC-4 FILED CiTY IOWA Cil'~ IOWA Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC-5 2-$-1 r--~, ..2-3-1 CHAPTER 3 41 O 30 pl l 2= 35 DISCRIMINATORY PRACTICES C/-/'¥' C.~ ~,- 0VVA CITy 10WA SECTION: , C. It shaJl be unlawful for any employer, employment agency, labor crganiza- 2-8-1: Employment; Exceptions lion or the employces or members 2-3-2: Public Accommodation; thereof, to directly or indirectly adver- Exceptions rise or in any other msnner Indi¢,~te or 2-3-3: Credit Transactions; Exceptions publicize that Individuals are unwel- 2-3-4: Education come, objectionable or not-solicited 2-3-5: Aiding Or Abetting; Retaliation; for employment Or membership be- Intimidation cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 2-3-1: EMPLOYMENT; EXCEPTIONS: O. Employment policies relating to preg- A. It shall be unlawful for any emp!oyer nancy and childbirth shall be governed to refuse to hire, accept, register, by thefollowlng: classify, upgrade or refer for employ- ment, or to otherwise discriminate in 1. A written or unwritten employment employment against any other person policy or practice which excludes from or to discharge any employee be- employment applicants or employees cause of age, color, creed, disability, because of the employee's pregnancy gender Identity, marital status, nation- is a prima facle violation of this Title. al origin, race, religion, sex or sexual 2. Disabilities Caused or contributed to orientation. . by the employee's pregnancy, mtscar- B. It shall be unlawful for any labor orga- riage, childbirth and recovery there- nization to refuse to admit to member- from era, for all Job-related purposes, ship, apprenticeship or training an temporary disabilities and shall be applicant, to expel any member, or to treated as such under any health or othenvise discriminate against any temporary disability Insurance or sick applicant for membership, apprentice- leave plan available In connection with ship or training or any member in the employment or any written or unwrit- privileges, rights or benefits of such ten employment policies and practices membership, apprentiqeship or train- involving terms and conditions of lng because of age, color, creed, employment as applied to other tern- disability, . gender Identity, marital porary disabilities. status, national origin, race, religion, sex or sexual orientation of such ap- E. It shail be unlawful for any person to plicant or member, solicit or require as a condition of emplol~ment of any employee or pro- 897 Iowa City CC-6 spective employee a test for the pres-2. ;Ah eYrtCloyer or employment agency ence of the antibody to the human r-m,, /--,, whip. h chooses to offer employment or ~mmunodeflclency virus. An agree~,,~? 1_~A-a~fYertlse for employment to only the ment between an employer, employ/L)W~, L;lT,V,,d~b'l~ or elderly. Any such emp oy- ment agency, labor organization or meet or offer of employment shall not their employees, agents or members discriminate among the disabled or and an employee or prospective em- elderly on the basis of age, color, ployee 6onceming employment, pay creed, disability, gender identity, mad- or benefits to an employee or pro- Iai status, national origin, race, reli- spective employee in return for taking gion, sex or sexual orientation. (Ord. a test for the presence of the antibody 95-3697, 11-7-1995) to the human Immunodeficiency virus, is prohibited. The prohibitions cf this 3. The employment of individuals for subsection do not apply if the State work within the home of the employer epidemlologist determines and the if the employer or members of the Director of Public Health declares family reside therein dudng such em- through the utilization of guidelines ployment. established by the Center for Disease Control of the United States Depart- 4. The employment of individuals to meet of Health and Human Services, render personal service to the person that a person with a condition related of the employer or members of the to acquired Immune deficiency.syn- employer's family. drome poses a significant risk of transmission of the human immunode- 5. To employ on the basis of sex in ficlency virus to other persons in a those certain instances where sex is a speclficoccupation, bona fide occupational qualification reasonably necessary to the normal F. The following are exempted from the operation of a particular business or previsions of this Section: enterprise. The bona fide occupational qualification shall be interpreted nar- 1. Any bona fide religious institution or rowly. its educational facility, association, corporation or society with respect to 6. A State or Federal program de- any qualifications for employment signed to benefit a specific age classi- based on religion when such qualifica- ficatlon which serves a bona fide pub- tlons are related to a bona fide reli- lic purpose. glous purpose. A religious qualifica- tion for instrhctional personnel or an 7. To employ on the basis of disability administrative officer, serving in a in those certain instances where pres- supervisory capacity of a bopa fide ence of disability is a bona fide occu- religious edugatlonal facility or reli- pational qualification reasonably nec- glous institution shall be presumed to essary to the normal operation of a be a bona fide occupational qualifica- particular business or enterprise. The tlon.(Ord. 94-3647. 11-8-1994) bona fide occupational qualification shall be interpreted narrowly. (Ord. 94-3647, 11-8-1994) 80'7 lowa City CC-7 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Lowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. GC-1 FILED SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION CI-Pi' CLERK IOWA Cl'F¥ IOWA S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects Captinn and Introductary ~t~tP. mP. nt.~ These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. S-1 DEFINITIONS. ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bddge Construction," Series of 2001, as amended. S-2 LIMITATIONS OF OPERATIONS. Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS: Except for such work as may be required to propedy maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. SC-1 S-3 INSURANCE. A. CERTIFICATE OF INSHRANCE: CANCELLATION OR MODIFICATION --,,-..L.,....' 1. Before commencing work, the Contractor shall submit to the City~'~t3o~alPa~ 2: 36 Certificate of Insurance meeting the requirements specified herein to be~in~effect for~, the full contract period. The name, address and phone number o[,th~l, in~su~r~r~-~t\ company and agent must accompany the certificate. The liability/~li~i~,''"';'- "~l~l~'e~-'~WA hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Comprehensive General Liability E~c.h Oc.c.~rr~nr.~. A~orP.0~tP. Bodily Injury & Property Damage* $1,000,000 $2,000,000 Automobile Liability C(3mhinRd Rin_nlP. I imit Bodily Injury & Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. *Property Damage liability insurance must provide explosion, collapse and underground coverage when determined by City to be applicable. The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following previsions with respect to insurance coverage: 1. The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs incurred by Contractor's insurer. 2. The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-'insured retention. SC-2 3. If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, rsuch ~x~ sions or limitations shall be noted on the Certificate of Insurance. ~- ILL L, 4. The City prefers that Contractor provide it with occurrenceJ~orrr~ coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: IOWA CITV, IOWA a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is aIIowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carder, covering pdor acts dudng the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not, be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces. 5. The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance' with the requirements herein provided, and on that basis to either award the contract to the next Iow bidder, or declare a default and pursue any and all remedies available to the City. 6. In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such' losses reduce the aggregate limits of Contractor's liability insurance below the limits required hereunder, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 7. In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. C. 1. The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attomey's fees and court costs) resulting from, arising SC-3 out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. CD ~-' Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: ~ ~ CONTRACTOR shall maintain a quahfied and responsible person avallabl_e~_~242hoLJ~ per-~-, day, seven days per week to respond to emergencies which may occur ~f~er ~l~urs'.-:-; CONTRACTOR shall prowde to ENGINEER the phone number and/or pag~n~s0r~cer~ th~s-j S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. Add the following paragraph to 1108.01 of the IDOT STANDARD SPECIFICATIONS: Bidders shall list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required for approval by the City and as noted on the Form of Proposal and the.Agreement. If no minodty business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's'. S-6 COMPLIANCE WITH OSHA REGULATIONS. Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS: The Contractor and all subcontractors shall comply with the requirements of 29 CFR 1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard). The Contractor and all subcontractors are solely responsible for compliance with said regulations. The Contractor will provide Matedal Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right-to-know. S-7 EMPLOYMENT PRACTICES. Neither the Contractor nor his/her subcontractors, shall employ any person whose physical or mental condition is such that his/her employment will endanger the health and safety of them- selves or others employed on the project. Contractor shall not commit any of the following employment practices and agrees to include the following clauses in any subcontracts: To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national odgin, sexual orientation, gender identity, SC-4 marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-I. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division I of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in accordance with local law as outlined in 1109.07 of the IDOT Standard Specifications. The City of Iowa City does not issue tax exemption certificates to preclude the payment of sales tax. Prior to project acceptance by the City Council, the Contractor shall submit to the Engineer a statement of taxes paid, including all information required by the State of Iowa for reimbursement of taxes. The City will reimburse Contractor for taxes approved and reimbursed by the State of Iowa. Reimbursement to the Contractor will occur within 30 days of the City receiving reimbursement from the State. Tax statements submitted after the project has been accepted by the City Council will not be accepted or reimbursed. S-ll CONSTRUCTION STAKES. Replace the last paragraph of 1105.06 of the IDOT Standard Specifications with the following: The Contractor shall be responsible for the preservation of stakes and marks. Any necessary re-staking will be at the Contractor's expense and will be charged at a rate of $75 per hour. SC-5 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAI- - ECTS 200 UC- 30 2:36 PROJECT NAME: ~l~: ,-, ~-~m,, IOWA CI ', IOWA TYPE OF WORK: DATE OF LE'FTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: 8/04 R-1 SECTION 01010 FILED hug 30 PN 2:36 SUMMARY OF THE WORK CIPf CLERK iOWA ,, IOWA PART 1 - GENERAL General description, not all inclusive. 1. General A. Furnish and install Cured-In-Place Pipe (CIPP) into manhole-to-manhole sections of 8", 15" and 24" sanitary and storm sewer mains. B. Remove protruding clay service taps from 8" and 12" diameter VCP sewer mains. C. Reinstate lateral service connections. 2. Site Locations A. Project locations are shown on Figure 1 in this section. Penfro Drive Location: This section of 8" 13 V.C.P sanitary sewer requires two 10' CIPP Short Liner sections and the removal of a clay service tap protruding 3" into the sewer main ~ 109.6 feet from MH #75. The short liner section shall be installed at 109.6 feet from MH #75. MH #75 is located in the sidewalk along Sunset Street. MH #76 is located in the backyard area behind the home at 16 Penfro Drive. Access is along the 10 foot wide sewer easement from Sunset Street. Grand Avenue Location: This is a 24" 13 storm sewer running under Riverside Drive to the Iowa River Outlet. MH #1 is located in the grass area along Grand Avenue and ~ #2 is located under the sidewalk ramp adjacent to the bridge. The sidewalk ramp is a pedestrian overpass over Riverside Drive. This storm sewer requ'tred a CIPP Lining to be installed from MH #1 to MH #2. There is approximately 150 feet of 24" 13 RCP and then approximately 30 feet of 24" 13 CMP. The bottom of the CMl? is missing. The video begins at MH #1. Hotz Street Location: Th/s section of sanitary sewer is located in the paving of Hotz Street from Clapp Street to MH //4 in front of 1133 Hotz Street. This section required 400 feet of CIPP and reinstatement of 18 lateral services. There are six protruding service taps to be removed also. The video begins at NIH/14. The protruding taps are localed below: 10.4 feet 98.2 feet 151.0 feet OlOlO-1 276.4 feet 331.7 feet 2Dt]~ A[IG 30 ~.~ 2:36 Ridge Street Location: CII 'r (~LE~/{ This section of clay sanitary sewer is located in the paving of ~c~?S~re~tYfrc]~¥i~hland Avenue to Cottonwood Avenue. The video begins at MH #20. This section requires 345 feet of 12" 13 CIPP and the reinstatement of 5 service connections. There is one protruding service tap to be removed located 258.6 feet from MH g02. Lakeside Drive Location: This 8" 13 VCP sewer section required a 10' CIPP short liner and the removal of 3 protruding service taps. Access to the sewer is a 20-foot wide sewer easement from Lakeside Drive. MH #7C is the video beginning. Access to the manholes is from a 10' wide easement from Regal Lane. A 10' CIPP short liner is required at 477 feet from MH #7C. Three protruding taps shall be removed at the locations below: 38.5 feet 218.3 feet 332.5 feet Shamrock Drive Location: This 8" 13 VCP sanitary sewer requires a 10' CIPP short liner and removal of a protruding service tap and the reinstatement of 1 service tapall located 140 feet from MH #1.13. This manhole is located in the paving of Shamrock Drive and manhole #1.1.2 located in the driveway of 23304 Shamrock Drive. The video begins at MH #1.1.3. Bowery Street Location: This 12" 13 VCP sanitary sewer requires a 10' CIPP short liner to be installed 150 feet from MH #2. MI1 #1 is located at the Dodge and Bowery Street intersection. MH #2 is located at the Lucas and Bowery Street intersection. The video begins at MI-I #2. B. The approximate depths of manholes from top of rim to invert and the locations are as follows: Manhole Depth to Invert I ne~tion MH 75 14 ft Sidewalk along Sunset Street. (see sheet 2) Ivll-I 76 13 ft Backyard behind 16 Penfro Drive (see sheet 2). Storm MH 1 6 ft Grass area along Grand Avenue (see sheet 3). StormMH2 6fi Under sidewalk ramp adjacent to Burlington Street Bridge (see sheet 3). MI10 8 fi Clapp St/Hotz St. intersection (see sheet 4). IVlH 4 7 fi In front of 1133 Hotz Avenue (see sheet 4). MH 20 9 ft Ridge St. and Cottonwood Ave. intersection (see sheet 5). IVlI-I 21 8 ff. Near Highland Ave. and Ridge Street intersection (see sheet 5). MH 7A 12 fi Behind 58 Regal Lane (see sheet 6). 01010-2 MH 7B 12 ft Behind 54 Regal Lane (see sheet 6). MH 7C 12 fi Behind 42 Regal Lane (see sheet 6). MH 1.1.2 11 ft Driveway of 3304 Shamrock Drive (see sheet 7). MH 1.1.3 10 ft In front of 3322 Shamrock Drive (see sheet 7). 3. Previous Televising - All six sections of sanitary sewer main have been televised within the last one to three years. A copy of the videotapes and televising reports are provided for the Contractor's reference and information only. Each section shall be televised and assessed for suitability of proposed work by the Contractor pricer to impregnation of the liner. MH 1 12ft Dodge Street/Bowery Street intersection (see sheet 8). MH2 12ft Lucas Street/Bowery Street intersection (see sheet 8). 01010-3 FILED SECTION 01025 21~ ~.Ug 30 PN 2:36 MEASUREM-ENT AND PAYMENT CITY CLERK IOWA CITY, IOWA PART 1 - GENERAL LO1 SUMMARY: A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEdSUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PA YMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or fi'om any unforeseen difficulties which may be encountered during the execution of the work and up to the time of acceptance. B. Construction items may be bid as a lump sum or as itemized work, which will be paid on a unit cost basis. In either case, some work may be required for which a separate pay item is not provided. Completion of this work is required. If a separate pay item is not provided for this work, it is to be considered incidental to the project and no separate payment will be made. PART 2 - PRODUCTS 2.01 NONE PART 3 - EXECUTION 3.01 PROCEDURE: A. Payment under this contract shall occur no more than once per month for work completed by the Contractor. Payment is based on an estimate of the total amount and value of work completed minus 5% retainage. It is not the City's policy to pay for materials and equipment stored or furnishings fabricated off site. The 5% retainage will be released 31 days after the project is accepted by the City Council, provided no.claims against the project have been filed within 30 days of project acceptance. Chapter 573 of the Code of Iowa will govern the release of retainage and resolution of claims. 01025-I 3.02BID ITEMS: ^. FILED The following subsections describe the measurement ~a~n~;nf~or2t[~ ~ork to be done under the items listed in the FORM OF PROPOSAL. CITY CLERK' Each unit or lump sum price stated shall constitute full payrnemt as nerem~pem~led for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utility fixtures. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said fixtures. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified such as, but not limited to, parking posts, shop signs, post fencing, monitoring wells or trees is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees shall remain and be protected from damage unless specifically noted as "REMOVE" on the project plans and as otherwise directed by the Engineer. The prices for those items which may have any impact on existing trees shall include compensation for special precautionary measures required to prevent injury or damage to said tree or root system. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. B. BID ti'EM DESCRIPTIONS Item 1. Mobilization. The lump sum price for this item Will be paid based on furnishing, installing, maintaining, moving, relocating, and removing all equipment, materials and labor necessary to complete the Work. This item includes any necessary relocation of equipment and materials for any and all subcontractors to complete all work. Item 2. Traffic Control. The lump sum price bid for this item will include furnishing, installing, maintaining, moving, relocating, and removing all traffic control devices including barricades, drams, lights, standard signs, temporary barrier mils, sequential flashing arrows, taggers, uniformed officers, temporary pavement markings and orange safety fence at road closures. Item 3. Remove Protruding Service Taps. The unit price for this item shall include all equipment, material, labor, power and water necessary to remove the protruding clay service taps to a smooth level surface at 01025-2 the sewer main and television inspection after the taps have been repaired. A copy of the television inspection shall be provided to the owner. Items 4, 5, 6, and 7. Cured-In-Place Pipe. Liner pipe will be paid for at the unit price bid per lineal foot for the various pipe sizes indicated as measured in place from centerline of manhole to centerline of manhole, which price shall include alt costs for furnishing all material, labor, power, water, and equipment to install the liner pipe as indicated by the plans including television inspection of sewer prior to liner installation, television inspection after line installation, transfer of existing flows to facilitate liner installation, and any other incidental items necessary to complete the work in conformance to the plans and specifications. Item 8. Reinstatement of Service Laterals. This item will be paid at the unit price bid per each active service lateral reinstated, which price shall include all costs for furnishing all material, labor, power, water and equipment and any other incidental items necessary to complete the work in conformance to the plans and specifications. Television inspection documentation after reinstatement shall be provided to the owner. 01025-3 Fl ~F'~ SECTION 01310 PROGRESS AND SCHEDULES CffY CLERK luWA CiT'~ I()WA PART 1 - GENERAL 1. O1 S UMMAR Y: A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. PART 2 - PRODUCTS None. PART 3 - EXECUTION 3.01 PRECONSTRUCTIONMEETING: A. A preconstruction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. The specified completion date is June 30, 2004. Liquidated damages of $400/day will be charged on work beyond this date. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer. C. Work will proceed in a well-organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local residents. F. The Contractor will become an active partner with the City in communicating with and providing information.to concerned residents and businesses. 01310-I 3.04 STREET CLOSINGS: A. Notify the Engineer four days in advance of street closings so that a press release can be issued. No street may be closed without the Engineer's approval and said notification, B. The Contractor shall submit a traffic control plan for each street closure and/or work area. 8/04 pwcag/~4sswer/01310.doc 01310-2 SECTION 01570 FILED ~O'~k ~,tJC 30 ?H 2: 3-/ TRAFFIC CONTROL AND CONSTRUCTION. F~ACII JTIES PART 1 - GENERAL IOW), CIq-'~ IOWA 1.01 SUMM~LI~Y: ·A. Furnish, install and maintain traffic control and construction facilities required for the work, Remove when work is completed. 1.02 REFERENCES: A. IDOT Standard Specifications. B. U.S. Department of Transportation Federal Highway Administration "Manual on Uniform Traffic Control Devices for Streets and Highways," 1988 Edition, as revised. C. Traffic Control Notes on project plans. 1.03 SUBMITTALS: A. Submit a traffic control plan for all activities requiting traffic control not specifically addressed by the project plans. PART 2 - PRODUCTS 2.01 MATERIALS: A. Traffic control devices may be new or used, but must meet the reqtfirements of the IDOT Standard Specifications. 2.02 EQUIPMENT: A. Portable generators may not be used to power traffic control devices within 300 feet of residential dwellings, including apartments, between the hours of 10:00 p.m. and 7:00 a.m. PART 3 - EXECUTION 3.01 TECHNIQUES: A. Except as amended in this document, the work in this section will conform with the following divisions and sections of the IDOT Standard Specifications: Division 11. General Requirements and Covenants· Section 1107.09: Barricades and Warning Signs. Division 25. Miscellaneous Construction. Section 2528. Traffic Control. 01570-1 3.02 NO PARKING SIGNS: A. The City will furnish "NO PARKING" signs to facilitate removal of parked vehicles ahead of scheduled work. The Contractor is responsible for installation and maintenance of the signs 48 hours in advance of when the vehicles must be removed. 3.03 MAINTENANCE OF FACILITIES: A. The Contractor shall monitor the condition of traffic control and construction facilities at all times, including non-work hours. Repair, replace and maintain as necessary. B. Pedestrian access to homes and businesses shall be maintained at all times. Temporary gravel surfaces shall be provided as directed by the Engineer. 3.04 EXCAVATIONS: A. All excavations shall be fenced. 3.05 ADDITIONAL FACILITIES: A. All signs, barricades and fences within and beyond the project area deemed appropriate by the Engineer shall bc the responsibility of the Contractor. 01570-2 FILED SECTION 02766 ~00~ ~t~ 30 PI~ 2:37 CURED-IN-PLACE PIPE (CIPP) CiTY CI.ERK INo~x IOV'~A m-,, ~II ~, 10WA PART ! - GENERAL 1.1 Intent 1.2 Referenced Documents 1.3 Prequalification 1.4 Submittals PART 2 - PRODUCTS 2.1 Materials 2.2 Structural Requirements 2.3 Testing Requirements PART 3 - EXECUTION 3.1 Responsibilities For Incidental Items 3.2 Installation 3.3 Reinstatement Of Branch Connections 3.4 Inspection 3.5 Clean Up 3.6 Protection Of The Public 3.7 Payment PART 1 - GENERAL 1.1 INTENT It is the intent of this specification to provide for the reconstruction of pipelines and conduits by the installation of a resin-impregnated flexible tube which is inverted into the original conduit by use ora hydrostatic headl The resin is cured by circulating hot water within the tube. When cured, the 'cured-in-place pipe' (CIPP) will be continuous and tight fitting. The installation will provide the required structural integrity and corrosion resistance and will prevent infiltration and exfiltration along the length of the CIPP liner. 1.2 REFERENCED DOCUMENTS A. ASTM F 1216 (Rehabilitation of Pipelines by Inversion and Curing a Resin Impregnated Tube) or ASTM D5813 (Cured-in-Place, Thermosetting Res/n Sewer Pipe) and ASTM D790 which are made part hereof by such reference and shall be the latest edition and revision thereof. In case of conflicting reauirements between this specification and those standards, this specification will govem. B. This specification references the Sewer Pipe and Lining Insertion-Trenchless: General Guidelines section of "Specification Guidelines for Sewer Maintenance and Rehabilitation", Ninth Effttion, prepared by the National Association of Sewer Service Companies (NASSCO), 1996, which is made part hereof by such reference and shall be the latest edition and revision 02766-1 thereof. In case of conflicting requirements between this specification and those start ' specification will govem. ~00//~ U~ 3 0 ~]~ 1.3PREQUALI~CATION The process (materials, methods, and wurkrmnship) must be proven through ~eUv~t~ installations m this Agency's sewer collect]on system or other sewer systems to an extent and nature satisfactory to the Owner (Agency) and commensurate with the size of the project under the proposed contract. Only proposals far pre-qualified products will be read. Proposals submitted for products or from contractors that have not been prequalified will be returned unopened. 3~he Contractor, the proposed method of reconstruction, and the product manufacturer's name shall be clearly identified on the proposal envelope. 1.4 SUB1VII'I'I'ALS A. Manufacturer's product data and installation requirements. B. Manufacturer's product certification for materials used in liner. C. Umer Pipe Thickness Design in accordance with Appendix XI of ASTM fl 216. D. Post construction videotape upon completion of sanitary sewer lining of each roach of sewer with the voice description, as appropriate with stationing of services indicated. Data and stationing to be on video. Videotapes to remain property of Owneg, Contractor to reta'm second copy for his use. E. Accurately recorded locations of pipe runs, connections, manholes, cleanouts, and depths to invert. F. Test Results. G. Identify and describe unexpected variations to subsurface conditions or discovery of uncharted utilities. PART 2 - PRODUCTS 2.1 MATERIALS A. ' All. materials used to perform the tasks outlined in this specification must conform to the guidelines for C1PP, in "Specification Guidelines for Sewer Maintenance and Rehabilitation", and to product manufacturer's recommendations. B. Tube - The tube shall meet the requirements of ASTM P1216, Section 5.1 and shall not contain fiberglass continuous strand matt. The tube shall be constructed to withstand inversion pressures, have sufficient strength to bridge missing pipe, stretch to fit irregular pipe sections, and shall invert smoothly around bends. 1. The wetout tubes shall have a uniform thickness that when compressed at installation pressures will meet or exceed the Design thickness. 02766-2 2. The tube shall be fabricated to a size that when installed will tightly fit the internal 2rd0[t ~.UC~ 30 P[~ 2: 3"] circumference and length of the original pipe. Allowance should be made for circumferential stretching during inversion. CITY ' 10WA Ci 'P(, 1,3WA3. The outside layer of the tube (before wetout) shall be polyethylene coated, a translucent flexible material that clearly allows inspectiofi of the resin impregnation (wetout) procedure. The plastic coating shall hold the resin inside the tube without leakage, accommodate inversion, stretch to size and shall not delaminate before, during, or after curing of the CIPP. 4. The tube shall be homogenous across the entire wall thickness containing no intermediate or encapsulated elastomeric layers. No material shall be included in the tube that may cause delamination in the cured CI]?P. No dry or unsaturated layers shall be evident. 5. The wall color of the interior pipe surface of the CIPP after installation shall be a light reflective color so that a clear detail examination with closed circuit television inspection equipment may be made. 6.. Seams in the tube shall be stronger than the unseamed felt. Where the length requires joining, the seam shall not be perpendicular to the long axis but spirally formed and joined. 7. The outside of the tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 ft. Such markings shall include the Manufacturer's name or identifying symbol. C. Resin - The resin system shall be a corrosion-resistant polymer, vinyl ester, or epoxy and catalyst system that meets the requirements of ASTM Fl216, and the physical properties herein. 2.2 STRUCTURAL~ REQUIREMENTS A. The CII'P shall be designed per ASTM F 1216, Appendix X 1. The CIPP design shall assume no bonding to the original pipe wall. CIPP thickness shall not be less than that which is computed from the Dimensional Ratios (DR's) given in ASTM F1216, Appendix X1. The DR shall be based on the physical properties of the resin system and the existing pipe condition, as detailed in ASTM F1216, Appendix X1. B. The layers of the cured CI?P shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife so that the layers separate cleanly or the probe or knife blade moves freely between the layers. If separation of the layers occur during testing of field samples, new samples will be cut from the work. Any re- occurrence may cause rejection of the work. 02766-3 C. The cured pipe material (CIPP) shall conform to the structural standards, as listed Result C/~xl~ (;~,~_~lS/V,~\t I~ Minimum Physicals Resin Wi~ [OW[[ C/'[g ,x~,',- Test Me,od Resin per ASm F1216 4~,~0 psi empe~ies Modulus of Elasticity AS~ D-790 250,000 400,000 psi Flex,al S~ess ASTM D-790 4,500 4,500 psi D. The Contractor shall furnish, prior to use of the lining materials, satisfactory written guarantee of his/her compliance with the liner manufacturer's standards for all materials and techniques being used in the inversion lining process. 2.3 TESTING REQUIREMENTS A. Chemical Resistance - The Clip shall meet the chemical resistance requirements of ASTM F1216, Appendix X2. CIPP samples for testing shall be of tube and resin system similar to that proposed for actual construction. It is required that Clip samples with and without plastic coating meet these chemical testing requirements. B. Hydraulic Capacity - Overall, the Hydraulic profile shall be maintained as large as possible. The Clip shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly-accepted roughness coefficient for the existing pipe material taking into consideration its age and condition. The roughness coefficient of the C/I~P shall be verified by third party test data. C. C[PP Field Samples - When requested by the Owner, the Contractor shall submit test results from previous field installations in the USA of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the ClIP physical properties specified in Section 2.2.C have been achieved in previous field applications. Testing samples for this project shall be made and tested as described in Section 3.4.A. PART 3 - EXECUTION 3.1 RESPONSIBILITIES FOR INCIDENTAL ITEMS A. Investigative and preparatory work - The unit prices for the appropriate subdivisions under this item shall constitute full payment for pipe repair' based on the number of lineal feet repaired. All costs associated with the following items shall be considered incidental to sewer pipe repair unless they are included with other items listed in the BID Schedule. 1. It shall be the respo~sibility of the Owner to locate and designate all manhole access points open and accessible for the work, and provide rights of access to thes~ points. If a street must be closed to traffic because of the orientation of the sewer, the Owner shall institute the actions necessary to do this for the mutually agreed time period. 2. Water Supply - Water required for Contractor to perform all necessary Work shall be obtained from City fire hydrants or the bulk water filling station. The 02766-4 Contractor shall follow City guidelines for use of hydrants as specified in the ~1~[~ [t3~ ~0 ~ ~: ~'~ attached GUIDELINES FOR USE OF HYDRANT METER. The Contractor shall contact the City Water Division one (1) week in advance of Project start r,~T ~' (3L ~_~i date to obtain approval for hydrant use and to coordinate meeting time for ~ ~ ~ ' , hydrant meter installation. 10WA GIT'( tOV/A 3. Cleaning of Sewer Lines - The Contractor, when required, shall remove all internal debris, including scale, mineral deposits and roots, and clear any blockages or obstructions out of the sewer line that will interfere with the installation of CIPP. The Owner shall also provide a dumpsite for all debris removed from the sewers during the cleaning operation. Unless stated otherwise, it is assumed this site will be at or near the sewage treatment facility to which the debris would have arrived in the absence of the cleaning operation. Any hazardous waste material encountered during this project will be considered a changed condition. 4. Inspection of Pipelines - Inspection of pipelines shall be performed, prior to impregnating the liner with resin, by experienced personnel trained in locating breaks, obstacles and service connections by closed circuit television. The interior of the pipeline shall be carefully inspected to determine the location of any conditions that may prevent proper installation of CIPP into the pipelines, and it shall be noted so these conditions can be corrected. Inspection of pipelines and associated manholes shall be completed prior to impregnating the liner with resin. A videotape and suitable log shall be kept for later reference by the Owner. 5. Field verification - The Contractor shall field verify the physical dimensions and conditions of the existing pipeline, including segment lengths, pipe diameters and other dimensions pertinent to the work to be performed, prior to tube impregnation. The Contractor shall report to the Engineer, prior to proceeding with corrective action, any phy§ical conditions differing from those indicated in t~is contract as discovered through field verification or during the progress of work. 6. Bypassing Sewage - The Contractor, when required, shall provide for the flow of sewage around the section or sections of pipe designated for repair. The bypass shall be made by plugging the line at an existing upstream manhole and pumping the flow into a downstream manhole or adjacent system, The pump and bypass lines shall be of adequate capacity and size to handle the flow. The Owner may require a detail of the bypass plan to be submitted. ° 7. Line Obstructions - It shall be the responsibility of the Contractor to clear the line of obstructions such as solids and roots that will prevent the insertion of CIPP. If pre-installation inspection reveals an obstruction such as a protruding service connection, dropped joint, or a collapse that will prevent the inversion process, and it cannot be removed by conventional sewer cleaning equipment, then the Contractor shall make a point repair excavation to uncover and remove or repair the obstruction. Such excavation shall be approved in writing by the Owner's representative prior to the commencement of work and shall be considered as a separate pay item. 8. The Contractor shall make every effort to maintain service usage throughout the duration of the project. In the event that a service will be temporarily out of 02766-5 PI_, LE~~) service, the maximum amount of time of no service shall be 12 hours for any property serviced by the sewer. The Contractor shall be required to notify the 20011 p~[lg 30 [~'1 2:3-1 City and all affected properties whose service laterals will be out of commission and to advise.against water usage until service is restored. Such notifidation shall CiTY CLC_[ ~!( be provided to the Utility Department at least one week prior to service IOWA CITY, IOWA disconnecting. 9. Public Notification - A public notification program shall be implemented, and shall as a minimum, require the Contractor to be responsible for contacting each home or business connected to the sanitaxy sewer and informing them of the work to be conducted, and when the sewer will be off-line. The Contractor shall also provide the following: a. Written notice to be delivered to each home or business describing the work, schedule, how it affects them, and a local telephone number of the Contractor they can call to discuss the project or any problems that could arise. b. Personal contact and attempted written notice the day prior to the beginning of work being conducted on the section relative to the residents affected. c. Personal contact with any home or business that cannot be reconnected within the time stated in the written notice. 10. The Contractor shall be responsible for con£mXang the locations of all branch service connections prior to inversion and curing the CIPP. If sewage backup occurs and enters buildings, the Contractor shall be responsible for cleanup, repair, property damage cost and claims. 3.2 INSTALLATION A. CIPP installation shall be in accordance with the following: 1. ASTM F1216, Section 7 2. Sewer Pipe and Lining Insertion-Trenehless: General Guidelines section of "Specification Guidelines for Sewer Maintenance and Rehabilitation", NASSCO, 1996. 3. Product manufacturer's recommendations B. In addition, CIPP installation shall be in accordance with the following additional requirements: 1. Resin Impregnation - field verification of the physical dimensions and conditions of the existing pipeline, including segment lengths, pipe diameters and other dimensions pertinent to the work shall be completed, prior to resin impregnation. The quantity of resin used for the tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. The leading edge of the resin 02766-6 FILED slug shall be as near to perpendicular as possible. A roller system shall be used to ~IJG 3 0 P ~1 2:3 8 uniformly distribute the resin throughout the tube. CiTY CLb_RX 2. No Pull-in method shall be utilized. The unrolling action of the tube during inversion is necessary to minimize gouging and stretching and accommodating IOWA CITY, IOWA bends encountered or non-circular sections accommodated. 3. Liner Curing - After inversion is completed, the Contractor shall supply a suitable heat source and water re-circulation equipment. The equipment shall be capable of delivering hot water to the far end of the liner through a hose, which has been perforated per liner manufacturer's recommendations, to uniformly raise the water temperature in the entire liner above the temperature required to effect a cure of the resin. This temperature shall be determined by the resin/catalyst system employed. The heat source shall be fitted with suitable monitors to gauge the temperature of the incoming and outgoing heat exchanger circulating water. Thermocouples shall be placed between the liner and the invert at the near and far access to determine the temperatures of the liner and time of exotherm. Water temperature in the line during the cure period shall not be less than 150° f or more than 200°T, as measured at the heat exchanger return line. Initial cure shall be deemed to be completed when, upon inspection, the exposed portions of the liner appear to be hard and sound and the thermocouples indicate that an exotherm has occurred. The cure period shall be of the duration recommended by the resin manufacturer, as modified for the inversion lining process, during which time the recirculation of the water and cycling of the heat exchanger to maintain the temperature in the liner continues. 4. Cool-dom - The Contractor shall cool the hardened liner to a temperature below 100° F before relieving the static head in the inversion tube. Cool-down may be accomplished by the introduction of cool water into the inversion tube to replace water being drained from a small hose made in the end of the liner at the downstream end. Care shall be taken in the release of the static head such that a vacuum will not be developed that could damage the newly installed liner. 5. Finish - The fmished liner shall be continuous over the entire length of an insertion mn and be as free as commercially practical from visual defect such as foreign inclusions, dry spots, pinholes, and delamination. The lining shall be impervious and flee of any leakage from the pipe to the surrounding ground or from the ground to the inside of the lined pipe' 6. Sealing finer'at the Ends - If due to a misaligned pipe at the access point, the lining fails to make a tight seal, the Contractor shall apply a seal at that point. The seal shall be of a resin mixture compatible with the liner. 3.3 REINSTATEMENT OF BRANCH CONNECTIONS A. It is the intent of these specifications that branch connections to buildings be reopened without excavation, utilifflng a remotely controlled cutting device, monitored by a video TV camera. Branch connections shall be re-established to not less than ninety percent (90%) capacity. The Contractor shall certify he has a minimum of 2 complete working cutter units plus spare key components on the site before each inversion. No additional payment will be 02766-7 71 , r spo sible for all costs and liability associated with such excavation and restoration work. 2OOh ,U8 30 t':h B. Reinstate openings to manhole drop sections as required to maintain proper flow capacities C]-[Y L,'LEF;, d charactensttcs. IOW'A Oil-Y, IOWA 3.4 INSPECTION A. CIPP samples shall be prepared and physical properties tested in accordance with ASTM F 1216, Section 8.1 using either method proposed. The flexurat modules must meet or exceed the value used in design in Section 2.2, structural requirements for the DR are determined in accordance with ASTM F 1216, Appendix X 1. B. Leakage testing of the CIPP shall be accomplished during cure while under a positive head. CIPP products in which the pipe wall is cured while not in direct contact with the pressurizing fluid (e.g., a removable bladder) must be tested by an alternative method approved by the Owner. C. Visual inspection of the CIPP shall be in accordance with ASTM F1216, Section 8.4. 1. After the existing sewer is completely relined, internally inspect with television camera and videotape as required. The finished tape shall be continuous over the entire length of the sewer between two manholes and to be free from visual defects. 2. Defects that may affect the integrity or strength of the pipe in the opinion of the Engineer shall be repaired or the pipe replaced at the Contractor's expense. 3. Should any portion of the inspection tapes be of inadequate quality or coverage, as determined by the Owner, the Contractor will have the portion reinspected and videotaped at no additional expense to the Owner. D. The Contractor shall report to the Engineer, any existing conditions, observed during the normal course of this project, which may require attention and/or impact upon the performance and/or desigh life of the project. 3.5 CLEAN UP The Contractor shall store materials and equipment where directed by the Owner and shall move same, if and when it becomes necessary, at their own expense. The Contractor shall have control over their employees parking of automobiles on the site and shall provide receptacles for depositing waste paper and garbage. The Contractor shall keep the site neat and shall clean up any debris when directed to do so by the Owner. Upon completion of the work, the site shall be left in a condition acceptable to the Owner. Failure to keep the site neat or clean up debris when directed to do so shall be just cause for withholding payments due the Contractor and final acceptance will not be made until the site is in a condition acceptable to the Owner. 02766-8 3.6 PROTECTION OF THE PUBLIC The' Contractor shall erect and maintain sufficient signs, bardcades, lights, fences, and shall supply competent flagmen and watchmen to warn and guard the public against the hazards created by the reconstruction operation. The Contractor shall not allow hazardous conditions to remain without affording the adequate protection to the public. If in the opinion of the Owner, a hazardous condition exists and the Contractor fails to correct the condition or to protect the public, the Engineer may order the necessary precautions to safeguard the public and the cost of safeguarding the public will be deducted from the payments due the Contractor. Flagrant disregard for the safety of the public shall constitute just reason for the Owner to order cessation of work. 3.7 PAYMENT Liner pipe will be paid for at the unit price bid per lineal foot for the various pipe sizes indicated as measured in place from centerline of manhole to centerline of manhole, which price shall include all costs for furnishing all material, labor, power and equipment to install the liner pipe as indicated by the plans including television inspection of sewer prior to liner installation, television inspection after liner installation, transfer of existing flows to facilitate liner installation, and any other incidental items necessary to complete the work in conformance to the plans and specifications. 08/04 pweng/mO4sawr/O2766.doc .-< r- ltl 02766-9 &UG 30 Pi HOTZ GRAND AVE= SHAMROCK DR ~m~ BOWERY ST PENFRO DR RIDGE ST '---' LAKESIDE DR PROJECT LOCATION MAP I0 ['VA CITY 2004 D,,W,:°ES'C": HT,""S I SC,~E: ,'=3000' SANITARY SEWER FILE #: SA221 DATE: 2004 ENGINEERING DIVISION REHABILITATION PROJECT DRAWING: SanRehab04 SHEET: 1 of 8 EFn~$t HoFn School ...... II 2~ PH 2:38 B~TO~ s~ ~ .?~'" ~A cn'~ iOWA ,~.~,', ~ - ~ , ~ ' INSTALL 10 SE ~ ~ ~ 8" ~ VCP BE~~~~--~ ''l REMOVE 3" PRO~ERVICE TAP AT 109.6' ~ ~ PENFRO Penfro Drive Repair Plan CITY 2004 DESIGN: DRS SCA~: IOWA SANITARY S~ER ~ATE: 2004 ~N~N~N~ ~V~S~ON REHABiLiTATiON PROJECT DRAWING: SanRehab04 SHEET: FEED 200q AUG 30 PI't 2:38 CITY CLERt( IOWA Ct7"( IOWA INSTALL CIPP IN 180 L.F. OF 24" ~ RCP AND CMP ~OWA B~EEN MH~I AND MH~2 RIVER STORM MH#2 STORM MH#1 STATE HWY 1 IOWA RIVER \ g \ Grand Avenue Repair Plan I DESIGN: DRS I SCALE: 1": 100' I0 WA CITY 2004 OFIAWN: HTL SANITARY SEWER F~LE #: SA221 DATE: 2004 ENGINEERING DIVISION REHABILITATION PROJECT DRAWING: SanRehab04 SHEET: 3 "~' ' '~''" ~ ~ '~ F-~ J [ INSTALL CIPP IN 400 L.F. OF 8"D VCP BE~EEN U ~ '~ j MH~O+OOANDMH~4+O0 / ~ o+oo u. ' UFT Hotz Street Repair Plan CITY 2004 DESIGN: DRS SCALE: 1"=20ff IO~A ~: H~ SANITARY SEWER DATE: ~4 ~N~NE~N~ DMS~ON REHABILITATION PROJECT D~W[NG: SanReha~4 SHE~: 4 ENTER AVE .......... CiTY CLER ~ i FRIENDLY AVE HIGHLAND AVl[ __ __~~ e ........ I---I I~-'~I~T^L' O'PP ,N 34~ IL. :. OF 8"~ voP / TAP AT 258 6' LE~ TA~AT~ COIIO~O~ ~ ~ ~ ~ DEFOREST A~ Ridge Street Repair Plan I DESIGN: DRS [ SCALE: 1"= 200' I0 fCA C I T Y 2004 DRAWN: HTL FILE #: SA221 SANITARY SEWER DATE: 2004 ENGINEERING DIVISION REHABILITATION PROJECT DRAWING: SanRehab04 SHEET: 5 IOWA Ct3T'~A ' .~¢~'~ / /~/' OF ClPP SHORT LINER~"~ ~oirmeodo~,s ~ / IN 8"0 VCP BETVVEEN /( REMOWa / [ PROTRUDING TAPS LAKESIOE 0RI~ MH #'~ B MH # ~C Lakeside Drive Repair Plan IOWA O.AW.: .Tt I F,LE ~: SA22, SANITARY SEWER I DATE: 2004 ENGINEERING DIVISION __ REHABILITATION PROJECT DRAWING: SanRehab04 SHEET: 6 cOURT ST ........... %-)t_Ct-~ 21~(]q ~UG 30 Pit 2:38 J CITY CLERK iOWA CITY, iOWA RAVEN ST FRIENDSHIP MH #1.1 MH #111 INSTALL 10' SECTION OF CIPP SHORT LINER IN 8"0 VCP BETWEEN MH #1.1.2 AND MH # 1.1.3 REMOVE PROTRUDING ;E TAP Shamrock Drive Repair Plan DRAWN: HTL FILE #: SA221 SANITARY SEWER DATE: 2004 ENGINEERING DIVISION REHABILITATION PROJECT DRAWING: SanRehab04 SHEET: 7 COURT ST 280qt~UG 0 ?H 2: CLERK IOWA MH #1 BOWERY ST Bowery Street Repair Plan I0 [FACITY 2004 D~L~¥¥~:DESIG[~:.TLDES ,I SCA~E: "=2001 SANITARY SEWER D^TE: 2004 FILE #: SA221 ENGINEERING DIVIS)ON REHABILITATION PROJECT DRAWING: SanRehab04 SHEET: 8 Prepared by: Daniel Scott, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 04-232 RESOLUTION SETTING A PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2004 SANITARY SEWER REPAIR PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENNGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 14m day of September 2004, at 7:00 p.m. in Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 3].st day of Au(~ust ,20 04 . Approved by CI'~CLERK ~ ~'/;~/~-'t- It was moved by 0' Donnel 1 and seconded by E 11 i ott the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO. 04-259 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2004 SANITARY SEWER REPAIR PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH ADVERTISEMENT FOR BIDS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held. NOW, THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. 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 City Hall, until 10:30 a.m. on the 5t~ day of October, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Thereafter the bids will be opened by the City Engineer or his designee, and thereupon referred to the Council of the City of Iowa City, Iowa, for action upon said bids at its next meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 5~h day of October, 2004, or at a later date and/or time as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Passed and approved this 14th .dayof September ,20 04 Approved by CITY'CLERK - ~it~ ~,t~orne~'s Of~e Pw~ng/res/a pp&sA)4sewen-epair,doc Resolution No. 04-259 Page 2 It was moved by ~li ] burn and seconded by Vanderhoef the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X EIliott X Lehman X O'Donnell X Vanderhoef X Wilburn NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2004 SANITARY SEWER REPAIR PROJECT 1N THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of conlxact and estimated cost for the construction of the 2004 Sanitary Sewer Repair Project in said City at 7:00 p.m. on the 14th day of September, 2004, said meeting to be held in the Emma J. Harvat Hall in the City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of makdng said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK ADVERTISEMENT FOR BIDS 2004 SANITARY SEWER REPAIR PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 10:30 A.M. on the 5th day of October, 2004, or at a later date and/or th~ne as determined by the Director of Public Works or designee, with notice of said later date and/or time to be published as required by law. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals 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 5th day of October, 2004, or at such later time and place as may be scheduled. The Project will involve the following: 180 L.F. of 24" O C.[.P.P, 345 L.F. of 12" O C.1.P.P, 400 L.F. of 8" O C.I.P.P. Reinstatement of 25 sewer services and removal of 11 protruding service taps. All work is to be done in strict compliance with the plans and specifications prepared by Daniel R. Scott, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public exami- nation in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to conttact as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made pay- able 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 qfthe contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the conttact, or until rejection is made. Other bid bonds will be returned afier the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of two (2) year(s) from and a~er its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: June 30, 2005 Liquidated Damages: $400 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at the Office of City Engineer, 410 E. Washington St., Iowa City, Iowa, 52240, by bona fade bidders. A $30 non-refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to the City of Iowa City. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Ecunomic Development at (515) 242-4721 and the Iowa Department of Transpox~ation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, fu'ms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subconttact a~ount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. 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. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK PrePared by: Daniel Scott, Civil Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5144 RESOLUTION NO. 04-280 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO A'I-rEST A CONTRACT FOR CONSTRUCTION OF THE 2004 SANITARY SEWER REPAIR PROJECT. WHEREAS, Municipal Pipe Tool Company of Hudson, iowa, has submitted the lowest responsible bid of $53,705 for construction of the above-named project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY; IOWA, THAT: 1. The contract for the construction of the above-named project is hereby awarded to Municipal Pipe Tool Company, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance cedificates, and contract compliance program statements. Passed and approved this 5th day of October ,2004. Approved by CITY OEERK C~ [y' ,~t (~'n e y~-s~O ffi c e It was moved by Champ'ion and seconded by 0'Donne] ] the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Bailey X Champion X Elliott X Lehman X O'Donnell X Vanderhoef X Wilburn pweng/res/2004sswrawrdcon:doc 09/04 CE~FICA~ OF P~CATION AOVER~SEME~ FOR BIDS ~ dir~ or indi~y W ~e ~r- STATE OF ]O~A, 2~SAN~A~SEWER a~onof~e~n~,a~all~guar- &O~SON COUP, SS: ~ pm~.ls ~11 ~ r~ ~ me~ for a ~fl~ of ~ (2) ~ar(s).from PuUic Wo~ or d~nee, ~ ~fice of S~fi~ ~mple~n ~ate: June 30, Linda KroY, being duly sworn, ~y: designee.' Bids. surmised by~ ~ at ~e 0ffme ~ffie Ci~ Cle~,~piesof that I am ~e legal clerk of the IOWA' ~ ~r pu~ ~ ~is ,~. ,= .of p=~ =~n~ m~ be ==r~ at published in ~id counW, and ~at a '5~o~r.~.orats~h~r A~0~n-r~nd~e~eis~ui~r notice, a printed copy of which is ~epmj~lri~e~l~ng: ~d~to~dde~oro~ri~erest~r- hereto a~ached, was published in' e c.~.P.R 40o L.F. of e' e C.~.P.P. ~ made p~. to ~ ~ O~ ~a ~id paper } time(s), on the m~ o~ ~1 prot~,g ~ m=. P=~ bidde~ are ~ ~at  ~ a~m~ni~ in a ~al~ e~lo~, Pm~l ~e names of pe~, fi~s, A.D. ZU {) ~ . to en~r Into a Nota~ Public sua~ ~o ~e' p~-~o,s~o~ ~ ~ Apdl 2, 2005 ~e Ci~ ~u~ll. C~ C~RK Printer's Fee $ ~ ~ CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: TIlE IOWA CITY PRESS-CITIZEN OFFICIAL PUBLICATION FED. ID #42-0330670 NOTICE OF PUOL~C HEARING oN pEANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMAT' ED 'C~ST FOR THE 2004 SANITARY SEWER REPAIR PROJECT IN THE l, CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF Linda Krotz, being duly sworn, say ~OWA CITY, OWA, AND .TO OTHER INTERESTED PERSONS: that [ am the legal clerk of the IOWA pt~blic notice is hereby given that the CITY PRESS-CITIZEN, a newspaper wi,;'con-~ct a public hearing on plans, published in said county,, and that a r~ated cost for ~the con-struction of the notice, a printed copy of which is ~d'city at 7:00 ~.m. on the 14th day of hereto attached, was publishedin held~in the Emma J. Harvat Hall n the said paper I time(s), on the ~nce,ed;at the nex~ meeting of the City following date(s): C~e~k. ~ '~ Legal Clerk This notice is given by o~der of the City Subscribed and swqrn to before me as provided by law. this,~'~, ,~ dayof __~ .~.~-~.~ MA~RIAN. K. KARR, CITY CLERK~_ A.D. 20 O~/ . I 5~3s"' ~ -~ - ~ Notan~ Public FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and [X~i(-i pG-i ~ ~D~T-(::x:)[ ~0.l ~'tq~' . ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the ~)-(-1,~ day of {")('J~D JORi/' ., 20 C/J,-, for the 2004 Sanitary Sewer Repair Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums lisied therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers O { ; b, "Standard Specifications for Highway and Bridge Construction," Series of 2001, Iowa Department of T~ansportation, as amended; c. Plans; d. Specifications and Supplementary Conditions; e. Adver[isement for Bids; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non-Resident Bidding on Non-Federal-Aid Projects; i. Contract Compliance Program (Anti-Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG-1 ¢ 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows (or shown on an attachment): 4. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. DATED this ~'~ dayof ~',~ ~ V ~('~.~ ,20_~. (Title) P~feC~l.~' e~ Mayor A'FFEST: A'FFEST: City Clerk (Company Official) Approved By: '6i¢ A~oFney~'s Office /~-J~ AG-2 FORM OF PROPOSAL 2004 SANITARY SEWER REPAIR PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Address of Bidder ¢,j~ ~-~¼ ,,,.~; ~H.~.~,0A.}, ~'-A ~O~---2, TO: City Clerk City of Iowa City Civic Center 410 E. Washington St. Iowa City, IA 62240 The undersigned bidder submits herewith bid secudty in the amount of. $ iO~lo O[ ~(~ , in accordance with the terms set forth in the "Project Specifications." The undersigned bidder, .having examined and determined the scope of the Contract Documents, hereby proposes to provide the required labor, services, materials and equipment and to perform the Project as described in the Contract Documents, including Addenda t',~t~,c, ~1~ , and , and to do all work at the pdces set forth herein. We further propose to do all "Extra Work" which may be required to complete the work contemplated, at unit pdces or lump sums to be agreed upon in writing prior to starting such work. ESTIMATED UNIT EXTENDED ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT 1. Mobilization Lump Sum 1 $ 2. Traffic Control Lump Sum I IOOO ,OO 3. Remove Protruding Each 11 Service Taps 4. 8" O ClPP Short Liner, Each 4 ,~00. O0 ~<~ ~0,4DO 10 foot section 5. Cured In Place Liner LF. . i80 for 24" ~ RCP and CMP 6. Cured In Place Liner LF. 345 ~C~.O(~ I ~/H ~5'. OO for 12" O VCP FP-1 / '~.! 7. Cured In Place Liner L.F. 400 · .' for 8" 0 VCP · *~' 8. Reinstate Lateral Service Each 25 ~)C). CY..D I ~O. C)C) · ;~ Connections / TOTAL EXTENDED AMOUNT --- $ ~,-7~)~, O~) 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: NoNg NOTE: All subcontractom are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other persor~ or persons bidding on the work· The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: ,~ I,h41,; [ .~J Pdnted Name: Address: Phone: , lq q-Z05 24-Hour Contact Telephone: FP-2 Bond No. IAC 40721 PERFORMANCEANDPAYMENT BOND Municipal Pipe Tool Co., Inc., P.O. Box 398, Hudson. IA 50643 .as (insert the name and address or legal title of the Contractor) Principal, hereinafter celled the Contractor and Merchants Bondinq (;omDanv fMutual ) (insert the legal title of the Surety) , as Surety, hereinafter celled the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter celled the Owner, in the amount of Fifty Three Thousand, Seven ~ Jive and No/100Dollars ($ 53~705.00 ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, iointly and severally. WHEREAS, Contractor has, as of /075-/O 4 , entered into a (clare) written Agreement with Owner for the 2004 Sanitary Sewer Repair Project; and WHEREAS, th~ Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Daniel R. Scot~, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFQRE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B, Whenever Conf. ractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project .in accordance with the terms and conditions of the Agreement;, and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make avaiIable, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient PB-1 funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof, The term "balance of the Contract Price." es used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. ' C, The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of two (2) years from the date of formal acceptance of the improvements by the Owner. No fight of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Prindpal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS ~J~' DAY OF 20 04. IN THE PRESENCE OF: Municipa'.~ Pipe Tool ~lo., I~nc. Merchants Bondinq Company (Mutual (Surety) -Witness Martha Lathrum - / (Title) Dianne-XJ. Riley~, Attorney-in-fact P.O. Box 9207 (Street) Des Moines~ Iowa 50306-9207 (City, State, Zip) 515-223-6800 (Phone) PB-2 Merchants Bonding Company (Mutual) POWER OF ATTORNEY Know Ali Persons By These Presents, that the MERCHANT8 BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, 8tats of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint Craig E. Hansen, Jay D. Freiermuth, Dianne S. Riley, Janet Alessio, Martha Lathrum, or Brian M. Deimerly of Des Moines and State of Iowa its true and lawful Attomey-in-Fact, with ~ll power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other wdtten obligations in the nature thereof, subject to the limi~tion that any such instrument shall not exceed the amount of: TEN MILLION ($10,000,000.000) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following Amended Subsbtuted and Restated By- Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE II, SECTION 8 - The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or CettificaBon thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affixed, this 1st day of September, 2004. o' k~k~' 'Cd;'.. MERCHANTS BONDING COMPANY (MUTUAL) By · Commission Number 173504 My Commission Expires March 16, 2006 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this day of ,2004. . . POA 0001 (9/04) CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov,org ENGINEER'S REPORT July 8, 2005 ~ C:)~._~'~ Clerk ?~ ~'~' City /-7- ~ Ci~ of Iowa City, Iowa ~ ~ ~ Re: 2004 Sanita~ Sewer Repair Project ~ ~ Dear City Clerk: I hereby cedify that the construction of the 2004 Sanita~ Sewer Repair Project has been completed by Municipal Pipe Tool Company of Hudson, Iowa in substantial accordance with the plans and specifi~tions prepared by the City of Iowa City. The final ~ntract price is $105,455.00. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, ~onald R. Knocho, ~.E. City fin~inoer ~F~TIC)N II - A~Rt IRAN~F OF ~(3MPI lANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES CC2 AND CC3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) a. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer;, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C. § 1608 P.,t -~P-q.) 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 Oppdrtunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity (Please pdnt) 5'h~-i(~) D - ~ ~..~ ~"(~-Y't Phone numar Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC-2 ' '/" ./~. How does your business currently inform applicants, employees, and recruitment soumes (including / unions) that you am an Equal Employment Opportunity employer? The above responses to questions I through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signa~m 0 ~e Pdnt Name Date CC-3 RESTRICTION ON NON-RESIDENT BIDDING ON NON-FEDERAL-AID PROJECTS TYPE OF WORK: ,~?"/~-A.l"bd ~ DATE OF LE']-I'ING:_ ~'~)~.~L ~.~'--/,~0('"'}(-/' A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or. required by the state or foreign country in which the non-resident bidder is a resident. "Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: r~,L/'I[ '(~/,,O~ i -~/~(~T-ct"~l ("o.;.~¢ . / CORPORATE OFFICER: ~)~/~-~'{~J/'~ 0 TITLE: (~.~('~ DATE: 8/04 R-1 Prepared by: Daniel Scott, Project Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144 RESOLUTION NO, (~s-2'~ RESOLUTION ACCEPTING THE WORK FOR THE 2004 SANITARY SEWER REPAIR PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2004 Sanitary Sewer Repair Project, as included in a contract between the City of Iowa City and Municipal Pipe Tool Company, Inc. of Hudson, Iowa, dated October 5, 2004, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond has been filed in the City Clerk's office; and WHEREAS, the final contract price is $105,455.00. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 19th day of Jul~ ,20 05 Approved by CIT~'-C LERK ~ity'~ It was moved by ~ and seconded by Elliott the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x . Bailey x Champion x Elliott X Lehman x O'Donnell × Vanderhoef × Wilburn