Loading...
HomeMy WebLinkAboutWATER MAIN DIRECTIONAL BORING/2009WATER MAIN DIRECTIONAL BORING/ 2009 f a~ l~~`r~~`~ic~~ ~~~ri~~Z ~iZ ~C~ ~ J ~ g - l~A~ -O f ~'I 'i"l'I2 ~ I"S ~ f~ v ~ ~~~s-~ j f~~CZ yZS~ ~~~~~~ J a~-!~~ - of {~eSn~~~o~ Ocf - ~a Se-~-Fin~ ~ -~61-c. ~,.-e~r- n9 on ~~r+ 1 ~ (~ ~t3v ~f o n P ~ a ~.sf S+,o e"C.~ ~~ ccz-t- , a n.S , ~ r w, fir- CDr1~~.c~ eS-~-. ~a'~. ~ c~- -~vY- -t'h,e.. Cortis~c~ ~ ati-.. d~ --~~.-~ ~a~ ~1 wcr-t-er f'~R~ ~. ~J`~ +~c~-t-,c~n.c~ ~ ~r ~n9 ~r~ ~ec~', ~, rtc}~~ rt~ ~.~/ C. ~~r ~ -E-v aka ~ - s ~, r~~ ce. o~ Sa.; ~ ~.~ar'-v~q ~ a~~ rec~~ n~ C ~-ny: n leer -r!e ~ a c~e Sai ~ ~~~ n.s ara -~: ~~ ~ ~ 4~ ~; ~- . ~ ~ ~~~~ hs~ 2c.-F-* arL. (Q - .~-1P2- oq ~~Solu~-t-;or~ D5 - /O~ ~rau~~nol ~~~n5, .Spe.c;--~+ac~-F~onS~ -i~firr+~. o~ cOCt~tC'A~-7 E (~ t r~ a 1 ~ -,mc~~a DY- cD5't' -+v r -~-~.~- cor~r.,cc~-; ter, o'~ ~"~~ ~,oo~/ (t~,4~'.~ra ~A1f ~ ~ 12E~'t' ~ on).Rc- (3o rz ~ N ca f~2D?'~C.T~ e S-~~ ~ ~ 5 ~ ~, n q C~rno w~.'i~ o'F ~% d. S ~c~` ~ ~~r ~v acc~r~,any ec~c~, .b;~~ c~`.re~~~-,8 C:.~-Y Cler1L ~~ ~oubl:s~ ~dve~-~-;semen' ~C' ~:ciS/~ ~n~+. ~~X~YtiC~ ~,rn~ c~rc~ ~1Q.c~ ~~ ~~cf~~ a"~ ~h~QS. )3 ~: -o J $"~4y - 0~ Q~So 1 cl-i'~ ar.. ~ off- X53 C~.WGtrt~, r~8 C~a~ C ~ C~~i~-~o~!'c ~I ~ h~ J~ ~ ~ 10~,-~~rtn ~D S~Qrt Ct~ `.ly ~PvK~t.+ cc C.d+-,c-trra-~ '~D~ ~~tST~'u.L-t'~ ~r-~, o~ ~G anon ~~ t~~.a-• n ~'~r~ec-~; or~~./ l30 ~- ~ rt9 {~r~-e c-~- t~~ ~ of ~. ~ V o~t'~ c.~2 Off'" ~~,~. ~ ~ ~ ~ I~ Qtr, r~ - ~rpD~' v-~ ~t-~ ~-a ~ - ~~- O~ 9 N p~+ c2 ~ ~`~ d.d-Psr'S - ~r~5~- p'~ ~t.~ ~ ~~~ CA.~~~ ~h 1 .. off- ~ Vo1~ .~ ~ ~ ~2So~~.~.-~-i a--~, a ~?- 33 7 R cc~e ; n ~ic.. ~..~aY /~. -~o ~'' ~~~e.. ~or>~ Gl~tt~2r ~' . /Yl a ~ n -~ t r~e ~-~ ~ fl--.a..l ~ a rti r~, ~.~~'~c.7L, ENGINEER'S ESTIMATE OF COST March 18, 2009 City Clerk City of Iowa City, Iowa Re: 2009 WATER MAIN DIRECTIONAL BORING PROJECT Dear City Clerk: The estimated cost of this project is $135,000. Sincerely, Ronald R. Knoche, P.E. City Engineer r _,~ ®~,~ ,~®~~~ -•~...~ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org .....> ~~ ~ '~ `I"1 -I '...y ~ i ~ '~}/ ~~ J OOH CI T Y OF 10 WA CITY _ ~,, ~~ ~-~ ~.-~ ~ ~-' • ~ ~ , ~.. DEPARTMENT OF PUBLIC WORKS C~ ~'? `~" ENGINEERING DIVISION ;' ~~` ~' ~ ~.~, PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE 2009 WATER MAIN DIRECTIONAL BORING 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: ~,~~ S=----- 3/I 8 /zoo q Ronald R. Knoche, P.E. ~~ - - City Engineer Iowa Reg. No. 15570 - My license renewal date is December 31, 2010. SPECIFICATIONS TABLE OF CONTENTS Page Number TITLE SHEET TABLE OF CONTENTS NOTICE TO BIDDERS ............................................................................................ 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 CONTRACT COMPLIANCE (ANTI-DISCRIMINATION REQUIREMENTS) ................................................... CC-1 GENERAL CONDITIONS ........................................................................................ GC-1 SUPPLEMENTARY CONDITIONS ......................................................................... SC-1 TECHNICAL SECTION DIVISION 1 -GENERAL REQUIREMENTS Section 01010 Summary of the Work ......................................................... 01010-1 Section 01025 Measurement and Payment ................................................ 01025-1 Section 01310 Progress and Schedules ..................................................... 01310-1 DIVISION 2 -SITE WORK Section 02571 Directional Boring and Drilling ............................................. 02571-1 .................................................................................................................. PLANS P-1 .. c ~~ ~:; ;~;; ,,c, ..~ - ImPI ~~ ~ Q :'~ D w v NOTICE TO BIDDERS 2009 WATER MAIN DIRECTIONAL BORING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29th day of April, 2009. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma r~"",,~ ,~ J. Harvat Hall at 7:00 P.M. on the 5th day of May, ~ 2009, or at special meeting called for that ~ ~ O purpose. , The Project will involve the following: ~ ~ r~ ~.... Furnish labor, supplies and equipment to ,~ ~.- .,. ~ install PVC water main by directional boring. cy. - .~ Directional Bore 6-inch PVC - 2,225 LF ?: Directional Bore 8-inch PVC - 3,385 LF D _. All work is to be done in strict com liance with P the. plans and specifications prepared by the Iowa City Engineer's Office of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days 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 furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to AF-1 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 one (1) year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Site 1 -Roosevelt Street Working Days: 5 Specified Start Date: May 11, 2009 Liquidated Damages: $200.00 per day Site 2 -Keokuk Street Working Days: 15 Specified Start Date: June 8, 2009 Liquidated Damages: $200.00 per day Site 3 -Laura Drive/Knollwood Lane Working Days: 15 Specified Start Date: August 3, 2009 Liquidated Damages: $200.00 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 Iowa City Engineer's Office in Iowa City, Iowa, by bona fide bidders. A $20.00 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 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 shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. 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. r f~ ~-~ ._ r"+ - ~.. nip .~. r ~ ~ t~ ~;. :~ .. ~+ 6Af v AF-2 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 r. ~ Q C'~ w~' . C~ c L ..._.t ~- ...... ,w ~ '~` C::s O ra AF-3 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 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 _ A~ ,~ ~-~ ~ ~ ~ ~ ~m:~ ~ ~ ~~ ;~ .. :~ ~..~ V NB-1 FORM OF PROPOSAL 2009 WATER MAIN DIRECTIONAL BORING PROJECT CITY OF IOWA CITY NOTICE TO BIDDERS: PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder TO: City Clerk City of Iowa City City Hall 410 E. Washington St. Iowa City, IA 52240 The undersigned bidder submits herewith bid security in the amount of $ , in accordance with the terms set forth in the "Project Specifications." ran ~ ca Tula undersigned bidder, having examined and determined the scope of the Contract Dc~tame~r, hereby proposes to provide the required labor, services, materials and equipment ~ and` toform the Project as described in the Contract Documents, including Addenda ~~, ~, and ,and to do all work at the prices set forth herein. _ ,~ V~~rther propose to do all "Extra Work" which may be required to complete the work co m lat~l, at unit vices or lum sums to be a reed u on in writin rior to startin such work. `~ ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Site 1 -Roosevelt Street 1 Directional Boring 6" PVC Water Main LF 460 2 Mobilization LS 1 Site 2 -Keokuk Street 1 Directional Boring 6" PVC Water Main LF 1,265 2 Directional Boring 8" PVC Water Main LF 1,035 3 Mobilization LS 1 Site 3 -Laura Drive/Knollwood Lane 1 Directional Boring 6" PVC Water Main LF 500 2 Directional Boring 8" PVC Water Main LF 2350 3 Mobilization LS 1 TOTAL EXTENDED AMOUNT: $ FP-1 The names of those persons, firms, companies or other parties with whom we intend to enter into a subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract, are as follows: NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Firm: Signature: Printed Name: Title: Address: Phone: Contact: _ t :) r~J ;~~ , ,~- ,-, .i ;,~ _ ., y t~.w ~o ~ e> ~ :~' FP-2 BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated 2009 Water Main Directional Boring Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension.. The Principal and the Surety hereto execute this bid bond this r. ~ d , A.D., 20_ 00 ~ ;~ ~4 ~i --, , .' ~ Witness . ~ , . ,.. .~: °: ':~ O ~, _ Witness day of (Seal) Principal BY (Title) (Seal) Surety By (Attorney-in-fact) Attach Power-of-Attorney BB-1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the day of 20_, for the 2009 Water Main Directional Boring Project ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE., IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers ; b. "Standard Specifications for Highway and Bridge Construction," Se,ri~s of O ~' 2001, Iowa Department of Transportation, as amended; ~~ ~~~_' c. Plans; ~ -~, ~.+ ~'m~ .~ u V~ d. Specifications and Supplementary Conditions; ~ ~~ `' = ~ ;~ c~ .. e. Notice to Bidders; ~ ~~ v 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 day of , 20 C~ By Mayor ATTEST: City Clerk Contractor By (Title) ATTEST: (Title) (Company Official) M et ~ O ' EL _. LG1 ~~ ~, ;~- ~ ~ ~ ~ ~ l~. ..w'.:. ~. "-°~ C, ~. a C) r~+ Approved By: City Attorney's Office AG-2 PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and as (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ )for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. '3 WHEREAS, Contractor has, as of ,entered into a~' ,~~~, (date) , '°~"i ,, ..~... written Agreement with Owner for the 2009 Water Main Directional Boring Project; a~~~ ;e, ~~' 9 q yrr~~~t Bc~d, tom WHEREAS, the A reement re uires execution of this Performance and Pa _ j i~l be completed by Contractor, in accordance with plans and specifications ic~pare~l by ~... the Iowa City Engineer's Office, which Agreement is by reference made a part h~r'eof, a~ 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 Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) year 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 20 IN THE PRESENCE OF: (Principal) Witness r. ~ d "~ t,Y+~ ~ Witness ~ o* ~~~- ~; f',:~~ O (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) PB-2 Contract Compliance Program ~...~ y~ ;„s ,„ ` ~`.w ~„~ ~' r.a °;'::e `.i~ .,.,,,,. ~~ ~~~ ~"'~ "a~,.J W \! CITY OFIOWA CITY SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC-2 and CC-3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. h M Q L~ O ~ _ ~ •.~a~ ~ }. ~ ~ c'~a_ .~.,. c,~,. ~ ~ CC-1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 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 et sec..) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, federal and state law for the duration of the contract. NOTE: The City ca obtaining the necessary posters. all pesters rP~uired by n pro~d~ assi~3tance in `: '° ~~~ r.R~ ~ ~: a2 D ~ r~ CC-2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6, are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name cao m Q ~ ~~ ~ W -~ 1~9 ~ ~ ~~ U r~~a Phone Number Title Date CC-3 SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. ~ ,.~, .~- ~ '~ ~w 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER ~~ =-'~ ~~ """~ ~, _ Designate an equal employment opportunity officer or, at minimum, assign someorr~ ~e respons ty of -~: r°_ administering and promoting your company's Equal Employment Opportunity program.nTi,his verso ~ ould have a position in your organization which emphasizes the importance of the program.p %~ ..~, .~` a„ 3. INSTRUCT STAFF '~ ''"~ Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?" Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non-biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC-4 ~ r ~ni `t • w~®~~~ -~a.as._ ~~ City of ~~ C~ 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. ~ Q ~ ~Q ~ ~, -- ~ ~ v . ;~- .~. ~ ,~ ~M ~, Q ~ U E r•~ CC-5 2-3-1 CHAPTER3 2-3-1 DISCRIMINATORY PRACTICES SECTION: 2-3-1: 2-3-2: 2-3-3: 2-3-4: 2-3-5: 2-3-1: Employment; Exceptions Public Accommodation; Exceptions Credit Transactions; Exceptions Education Aiding Or Abetting; Retaliation; Intimidation EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, upgrade or refer for employ- ment, or to otherwise discriminate in employment against any other person or to discharge any employee be- cause of age, color, creed, disability, gender identity, marital status, nation- al origin, race, religion, sex or sexual orientation. B. It shall be unlawful for any labor orga- nization tv refuse tv admit to member- ship, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprentice- ship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or train- ing because of age, color, creed, disabipty, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such ap- plicant or member. C. It shall be unlawful for any employer, employment agency, labor organiza- tion or the employees or members thereof, to directly or indirectly adver- tise or in any other manner Indicate or publicize that individuals are unwel- come, objectionable or not solicited for employment or membership be- 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) D. Employment policies relating to preg- nancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this Title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscar- riage, childbirth and recovery there- from are, for all job-related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available In connection with employment or any written or unwrit- ten employment policies and practices involving terms and conditions of employment as applied to other tem- porary disabilities. E. It shall be unlawful solicit or require f employment of any Iowa City for any person to s a cond itjQ,p of em~yee c~,.,pro- ~ ~; v C7 -~ .r rte- ~ t'Pl "~..~ 897 ~ t7U D W U~ CC-6 2-3-1 2-3-1 spective employee a test for the pres- ence of the antibody to the human immunodeficiency virus. An agree- ment between an employer, employ- ment agency, labor organization or their employees, agents or members and an employee or prospective em- ployee concerning employment, pay or benefits to an employee or pro- spective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the State epidemiologist determines and the Director of Public Health declares through the utilization of guidelines established by the Center for Disease Control of the United States Depart- ment of Health and Human Services, that a person with a condition related to acquired immune deficiency syn- drome poses a significant risk of transmission of the human immunode- ficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this Section: 1. Any-bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifica- tions are related to a bona fide reli- gious purpose. A religious qualifica- tion for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or reli- gious institution shall be presumed to be a bona fide occupational qualifica- tion. (Urd. 94-3647, 11-$-1994) 897 Iowa City 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employ- ment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, mari- tal status, national origin, race, reli- gion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) 3. The employment of individuals fur work within the home of the employer if the employer or members of the family reside therein during such em- ployment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. 5. To employ on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted nar- rowly. 6. A State or Federal program de- signed to benefit a specific age classi- fication which serves a bona fide pub- lic purpose. 7. To employ on the basis of disability in those certain instances where pres- ence of disability is a bona fide occu- pational qualification reasonably nec- essary to the normal operation of a particular business or enterprise. The bona fide occupational qu~fication shall be interpreted ~~rrowt~'. (Ord. 94-3647, 11-8-1994) '~~ _.. ~,,, , ~ -..,{ C7 '~ ._,. -~i C"~ ~ -~G r° ~ rn CXy ~ ~ C7J CC-7 GENERAL CONDITIONS Division 11, General Requirements and Covenants of the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2001, as amended, shall apply except as amended in the Supplementary Conditions. a r, ~. . .~.. -~ r > -c : r' ~o 'I • r;~ o ~- ~. ~ w ors GC-1 SUPPLEMENTARY CONDITIONS ARTICLES WITHIN THIS SECTION S-1 Definitions S-2 Limitations of Operations S-3 Insurance S-4 Supervision and Superintendence S-5 Concerning Subcontractors, Suppliers and Others S-6 Compliance with OSHA Regulations S-7 Employment Practices S-8 Contract Compliance Program (Anti-Discrimination Requirements) S-9 Measurement and Payment S-10 Taxes S-11 Construction Stakes S-12 Restriction on Non-Resident Bidding on Non-Federal-Aid Projects Caption and Introductory Statements ;~~ These Supplementary Conditions amend or supplement Division 11 of the lowi~[~par'tr~ent of Transportation "Standard Specifications for Highway and Bridge Construction," Sie~ of ~01, X3'1 amended and other provisions of the Contract Documents. All provisions wf~~k~ are.,sot amended or supplemented remain in full force and effect. ~ c~ ~ ~ -G ~"" S-1 DEFINITIONS. C1 ~ ~ . ~ ~ aq ADD to or CHANGE the following definitions within 1101.03 of the IDO~I" STA~ARD SPECIFICATIONS. "ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa or his authorized representative. "OWNER" and "CITY" shall mean the City of Iowa City, Iowa acting through the City Council and duly authorized agents. "CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY" shall mean the CITY. "IDOT STANDARD SPECIFICATIONS" shall mean the Iowa Department of Transportation "Standard Specifications for Highway and Bridge Construction," Series of 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 properly maintain lights and barricades, no work will be permitted on Sundays or legal holidays without specific permission of the ENGINEER. R-1 S-3 INSURANCE. A. CERTIFICATE OF INSURANCE CANCELLATION OR MODIFICATION Before commencing work, the Contractor shall submit to the City for approval a Certificate of Insurance, meeting the requirements specified herein, to be in effect for the full contract period. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. 2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. 3. Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performed on the contract. B. MINIMUM COVERAGE Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: ~ ape of Coverage Comprehensive General Liability Each Occurrence Bodily Injury & Property Damage* $1,000,000 Automobile Liability Bodily Injury & Property Damage Excess Liability $1,000,000 '' _" $2,000,0 ~„ ~ Combined Sin imit~ $1,000,0 ~~ p ~ $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 provisions with respect to insurance coverage: The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and on the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction by virtue of investigation or defense costs 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. R-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, such exclusions or limitations shall be noted on the Certificate of Insurance. 4. The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims-made" insurance coverage, then the Contractor must comply with the following requirements: a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. b. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. c. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. d. "Tail" or "prior acts" coverage so provided shall have the same coverage, v the same limits, as the insurance specified in this Contract, and shall no~~ejsubj~ct to any further limitations or exclusions, or have a higher deductible o,~. ~If-irred"T1 retention than the insurance which it replaces. cti -< _. ~.. ~o 5. The City reserves the right to waive any of the insurance requirements her'`2~pro ~ ed. The City also reserves the right to reject Contractor's insurance if not ipmpnce with the requirements herein provided, and on that basis to either award ti"~e contract to the next low bidder, or declare a default and pursue any and all remedies~"availa~ 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. HOLD HARMLESS The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its R-3 officers, employees, and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operations under this Contract, whether such operations be by himself or herself or by any Subcontractor or by anyone directly or indirectly employed by either of them. 2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. S-4 SUPERVISION AND SUPERINTENDENCE. Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS: p ~ CONTRACTOR shall maintain a qualified and responsible person available 2 ~ur;~er "'T'1 day, seven days per week to respond to emergencies which may occur ~taJ' ho,,,~s. CONTRACTOR shall provide to ENGINEER the phone number and/or paging s~itge of~is individual. =~^ r ~ ~; o0 S-5 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS. A W 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 minority 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 Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Project Engineering prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and 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: R-4 To discriminate against any individual in terms, conditions, or privileges of employment because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age or disability unless such disability is related to job performance of such person or employee. To discharge from employment or refuse to hire any individual because of sex, race, color, religion, national origin, sexual orientation, gender identity, marital status, age, or disability unless such disability is related to job performance of such person or employee. S-8 CONTRACT COMPLIANCE PROGRAM (ANTI-DISCRIMINATION REQUIREMENTS). For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC-1. S-9 MEASUREMENT AND PAYMENT. Section 01025, Measurement and Payment, contained in Division 1 of these specifications defines all pay items and methods of measurement. The provisions of this section will supersede applicable sections in the IDOT STANDARD SPECIFICATIONS. S-10 TAXES. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. S-11 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. 3/09 data on citynt/EnglMasterspecs/frontend doc f rl r~' ~ ~ ~© ' ' ~ ~.. ~ ~_ ~. O R-5 SECTION 01010 SUMMARY OF THE WORK PART1-GENERAL General description, not all inclusive. A. Base Bid Work: 1. Furnish labor, supplies and equipment to install PVC Water Ma in by di rectional boring. B. Work to be Performed or Materials Supplied by the City of Iowa City: 1. 6" and 8" PVC Water Main carrier pipe, joint materials and fittings. 2. Potholing of existing utilities. ~ ~,~' 3. Excavation and backfill of jacking or boring pit. ,~~ """ =- °> ;~ ~ ,.... ~".~ _., e .r ~,.... 4. Excavation and backfill of receiving pit. =; C:a "~ ~~ 5. Disposal of waste excavated material. ~ ~7 ~ 6. Connections to existing in service main. ~ ~' w 7. Connections of existing services. 8. Disinfection and testing of water main and services. 9. Traffic control. 03/09 shared\engineer\specs-ii\OI010 01010-1 SECTION 01025 MEASUREMENT AND PAYMENT PART 1 -GENERAL 1.01 SUMMARY.• A. Procedures and submittal requirements for schedule of values, applications for payment, and unit prices. 1.02 STANDARD OF MEASUREMENTS: A. Work completed under the contract shall be measured by the Engineer. Payment will be based on the actual quantity of work performed according to the various classes of work specified unless noted in Part 3 of this Section. The Contractor will be given an opportunity to be present during measurement. 1.03 SCOPE OF PAYMENT: A. The Contractor shall accept the compensation as herein provided as full payment for furnishing materials, labor, tools and equipment and for performing work under the contract; also, for costs arising from the action of the elements, or from any unforeseen difficulties which may be encountered during the execution of the work and up to the time M ,~ of acceptance. >_ 0 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 ~.,. t,) Fes- not provided. Completion of this work is required. If a separate pay item is not provided for ~ '""" >~ tJ this work, it is to be considered incidental to the project and no separate payment will be l.L ~" ~-~= made. PAI' 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 after the project is accepted by the City. 01025-1 3.02 BID ITEMS: A. GENERAL The following subsections describe the measurement of and payment for the work to be done under the items listed in the FORM OF PROPOSAL. Each unit or lump sum price stated shall constitute full payment as herein specified for each item of work completed in accordance with the drawings and specifications, including clean up. It is the Contractor's responsibility to identify the locations of public and private utilities. No additional compensation will be made for any interference or delay caused by the placement and/or relocation of said utilities. No additional compensation will be made for repair costs to fix damage caused by the Contractor orhis/her Subcontractors. Work associated with existing items on private and/or public property that are to be protected, removed, relocated, replaced, reinstalled or modified is considered incidental unless it is listed as an item in the FORM OF PROPOSAL. Existing items damaged or unsuitable for relocation or reinstallation will be replaced with like item and painted, if necessary, at the Contractor's expense. All trees and shrubs shall remain and be protected from damage unless specially nca~d as "REMOVE" or "CLEAR AND GRUB" on the project plans and as otherw~e direct:~d by the Engineer. The prices for those items which may have any impact on exi~g treed and -~ shrubs shall include compensation for special precautionary measures requ~dto pF~vent -• injury or damage to said tree, shrub or root system. = ~ ~ :~ ~ ~~ G r'°- fi"1 ~- The prices for those items which involve grading or excavation shall include~~nperr~ation for top soil removal and replacement (unless it is listed as an item in t~e~FOR4~P OF PROPOSAL), disposal of surplus excavated material, handling water, ins~llation~f all necessary sheeting, bracing and temporary fencing around all open excavations and supply, placement and compaction of specified backfill. The prices for those items which involve surface removal adjacent to buildings or vaults shall include compensation to protect exposed surfaces from water which may leak or seep into vaults and/or basements. All labor, materials and equipment required to bring surfaces to the proper elevation and density including loading, hauling, and disposal of unsuitable material, below grade excavation, borrow and hauling, placing, forming, drying, watering and compaction of fill material, and all such work as may be required to make the grading work complete with a uniform surface free of rock, broken concrete, tree roots, limbs and other debris is incidental to this project unless it is listed as an item in the FORM OF PROPOSAL. The Contractor must pay for all parking permit fees, meter hoods, lot and ramp fees, and parking tickets. The Contractor must figure these costs into their bid prices. The City will not waive parking fees or fines. Permits paid for by the Contractor will be issued only for construction vehicles, not personal vehicles. The Contractor shall be responsible for continuous cleaning of mud and debris off adjacent driveways, streets, sidewalks and private property, when mud and debris is deposited there as a result of any construction activity. The cost of clean up shall be incidental. 01025-2 B. BID ITEM DESCRIPTIONS Site 1 Items 1 Directional Boring PVC Water Main (LF) Site 2 Item 1-2 Site 3 Item 1-2 The unit prices for these items will be paid based on the number of lineal feet bored as measured from end to end of the assembled pipe. The unit price shall include the labor, equipment and supplies necessary for the installation of the water main. The City shall supply the materials. The following items shall be considered incidental: a. Temporary support of existing utilities and service lines. b. Repair and replacement of utility services damaged by the Contractor. c. Protection of existing water main valves, such that they are accessible and fully operational during construction. Site 1 Item 2 Mobilization (LS) Site 2 Item 3 Site 3 Item 3 The unit price for this item will be paid based upon the percent of the complete project. This shall include the planning, organization and assembling of all labor, material and equipment on-site as necessary for the construction of the project. Also included is the setup of the office and sanitary facilities, storage areas, barriers and barricades. The unit price shall include demobilization which consists of removal of all labor, materials and equipment from the site. r+n ~ ~Q .cc W ..~ >- O~ U t-- ~ ~ U~ ~" O rW 03 /09 shared\engineer\specs-i i\01025.doc 01025-3 SECTION 01310 PROGRESS AND SCHEDULES PART 1 -GENERAL 1.01 SUMMARY.• A. Prepare, submit and update as necessary a schedule of the work. B. Time is of the essence. Minimizing inconvenience, disruption and duration of disruption to residences and businesses is a high priority. Scheduling of work shall be planned with this in mind. 1.02 SUBMITTALS: A. The Contractor shall submit prior to the Pre-Construction meeting a detailed schedule of the proposed work with the controlling operation identified. The schedule shall include proposed dates and durations of street closings. Work may not begin until the schedule is approved by the Engineer. B. The Contractor shall submit updated construction schedules at two week intervals throughout the project. _ 5~ ^~ V 4~ PART 2 -PRODUCTS ~ r~ : ~• None. ~ ~~~ -4 C`) _ r ~ ~ PART 3 -EXECUTION ~ ~ ©~'~-, ~ y o0 3.01 MEETINGS PRIOR TO CONSTRUCTION: y ~ A. APre-Construction meeting will be held prior to beginning work. 3.02 PROGRESS OF WORK: A. This contract is a working day count contract. Saturdays will not be counted as working days. 1. Site 1 -Roosevelt Street Work will be limited to 5 working days. The specified start date is May 11, 2009. Liquidated damages of $200 per day will be charged on work beyond 5 working days. 2. Site 2 - Keokuk St. Work will be limited to 15 working days. The specified start date is June 8, 2009. Liquidated damages of $200 per day will be charged on work beyond 15 working days. 01310-1 3. Site 3 - Knollwood Ln./Laura Dr. Work will be limited to IS working days. The specified start date is August 3, 2009. Liquidated damages of $200 per day will be charged on work beyond 15 working days. B. No work shall be done between the hours of 10:00 p.m. and 7:00 a.m. without the approval of the Engineer, with the exception of saw cutting freshly poured concrete. C. Work will proceed in a well organized and continuous manner to minimize the disruption to the general public (both pedestrian and vehicular) and the local businesses and residents. Access to businesses and residences shall be maintained at all times. D. Construction will proceed in phases. The particular phasing sequence is outlined in the project plans. Prior to advancing to the next phase or sub-phase, the existing phase or sub- phase shall be sufficiently complete to allow reopening to the public, as determined by the Engineer. E. Restoration activities such as pavement replacement will follow closely behind the work even if multiple mobilizations are necessary. F. The Contractor will become an active partner with the City in communicating with and providing information to concerned residents and businesses. G. Work will be staged to minimize the length of time parking spaces and parking revenue are lost. 3.03 COORDINATION WITH UTILITIES AND RAILROADS: A. It is anticipated that utility conflicts will occur which cannot be taken care of ahead of time. The Contractor shall work closely with the utility companies to aid in these relocations to keep the project on schedule. 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. cr. ~'"'- d ~ ~ © ~ (.~ " ..~ >- ~ o> C3 M- ..~,. ,'~, - C~ ~~ U~ ~~ O r~ 03/09 shared\engineer\specs-i i\01310. doc 01310-2 SECTION 02751 DIRECTIONAL BORING AND DRILLING PART 1 -GENERAL 1.01 SUMMARY.• A. Furnish labor, supplies, tools and equipment to install carrier pipe by directional boring and drilling. B. This specification covers thrust-restrained Polyvinyl Chloride (PVC) Pipe. Pipe is intended for use in pressure-related potable water delivery systems. C. Pipe material including carrier pipe and fittings will be provided by the City of Iowa ~ty. w O v D. Boring pits will be excavated and backfilled by the City of Iowa City. > n ~ ~ i„9 ~. r;a. r~ 1.02 REFERENCES: ~ ~ ,,~ -; r-- ~ A. American Society for Testing and Materials (ASTM) U ~ ~ ~ c~ 1. ASTM D1784 Standard Specification for Rigid PVC Compounds ail Chlo>~pated PVC Compounds ~ 2. ASTM D2837 Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials ' 3. ASTM D3139 Standard Specification for Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals 4. ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Jointing Plastic Pipe B. American Water Works Association (AWWA) AWWA C900: Polyvinyl Chloride (PVC) Pressure Pipe, 4 inch through 12 inch, for Water 2. AWWA C906-99: Polyethylene (PE) Pressure Pipe and Fittings, 4 inch through 63 inch, for Water Distribution and Transmission C. American Railway Engineering Association "Specifications for Pipelines Conveying Non- Flammable Substances," latest edition D. City of Iowa City Water Division: Policy and Procedures Manual 02751-1 E. Iowa Department of Transportation (IDOT) Standard Specifications, latest edition 1.03 SUBMITTALS: A. Carrier Pipe Materials: To be provided by the City of Iowa City Water Division B. Boring Pit: To be provided by the City of Iowa City Water Division C. When boring is complete, contractor shall provide Engineer with a plan and profile of the bore path. D. Record and submit notes of actual boring operations with field load conditions. 1.04 QUALITYASSURANCE: A. Only workers experienced in boring and jacking operations shall be used to perform the work. Statement of qualifications shall be submitted and approved by the Engineer prior to the start of work. M B. Q Provide efficient, useful monitoring devices on the equipment so the operator and Engineer d~ ~ ~ can compare the field conditions with the design and effectively monitor the loads on the ® ~ ~ -' pipe as it is being installed. ..a ?- ~ ~ C. `~ v Engineer will survey and record top of pavement elevations before and after boring „~ operations as necessary. ~° - C) PAID' 2 - PRODUCTS 2.01 CARRIER PIPE MATERIALS: A. PVC pipe for directional boring shall be C900/RJ. PVC restrained joint pipe (Certa-lok) from CertainTeed Corporation will be supplied by the City of Iowa City Water Division. PART 3 -EXECUTION 3.01 PROTECTION OF UNDERGROUND FACILITIES: A. City of Iowa City will locate underground facilities via potholing at critical locations. B. Contractor is responsible for modifying boring operations to prevent damage to existing faci I ities. 3.02 DIRECTIONAL BORING EQUIPMENT.• A. The drilling equipment shall be capable of placing the pipe as shown on the plans. The installation shall be by a steerable drilling tool capable of installing continuous runs of pipe without intermediate pits, a minimum distance of 400 feet. B. The directional boring machine shall be supplied with an output signal inside the housing of the drill bit. The output signal shall have a constant output signal to allow a person to track the location of the beacon at all times. 02751-2 C. The drilling machine shall be equipped with a drilling fluid compatible for the onsite conditions. D. The directional head shall be capable of accepting a variety of cutting bits for varied soil conditions. 3.03 CONTROL OF LINE AND GRADE: A. Engineer will provide control surveying and grade stakes as necessary. Engineer will survey and record top of pavement or rail elevations before and after boring operations as necessary. B. During the installation of carrier pipes, the Contractor shall be responsible for monitoring alignment and elevation of said pipes. The Contractor shall provide control points, reference marks and equipment for this purpose. The drill bit shall be located a maximum of every 5 feet. The operator of the drilling unit shall check the bore path and position of boring pit at every five feet and make necessary correction to stay along the alignment. C. Allowable deviations from the plan alignment and elevation are as follows: 1. The guidance system shall be capable of installing pie within 1-1/2 inch of the plan vertical dimensions and 2 inches of the plan horizontal dimensions. 2. In addition, care shall be taken to assure that continuous positive or ~gativeads, as shown on the plans, are maintained in the installed carrier pipe. ~ ~-; ~ ;' " , '"~~ 3. The Contractor shall be required to remove and reinstall pipes whic~?v~~-y in.liepth ~. and alignment from these tolerances. 1 ~ `~ ~ 3.04 PILOT HOLE INSTALLATIONS: ~ ~ ~. ~~ A. The pilot hole shall be drilled along the path shown on the project plans Duo B. At the completion of the pilot hole drilling, the Contractor shall provide a tabulation of coordinates, including elevation data, referenced to the drilled point entry, which accurately describe the location of the pilot hole. C. Pilot hole alignment shall be accepted and approved by the Engineer prior to reaming and pipe installation. 3.05 REAM and PULL BACK OPERATIONS: A. Reaming shall be sufficient to prevent damage to pipe or pipe crossing. B. The maximum allowable tensile load imposed on the pipeline pull section shall not exceed 90% of the product of the Specific Minimum Yield Strength of the pipe and the area of the pipe section, or as specified by the pipe manufacturer. C. A swivel shall be used to connect the pipeline pull section to the reaming assembly to minimize torsional stress imposed on the section. 02751-3 D. The pipeline pull section shall be supported as it proceeds during pull back so that it moves freely and the pie and pipe coating are not damaged. E. The pipeline pull section shall be installed in the ream hole in such a manner that external pressures are minimized. F. In case of a pull back where the bore hole will be abandoned or where voids are created, the Contractor shall fill voids with grout injected under pressure using approved methods. 3.06 DIRECTIONAL BORING OPERATIONS: A. The drilling machine shall be set up at such a location to avoid disruption of private yard and landscaping. B. Pipes shall be joined before being subjected to the boring process, or after they have reached final position, depending on the type of pipe and nature of the joint and jointing material. C. The method of boring, in each case, shall be in accordance with the requirements of the governing agency. D. Once boring has been started, it shall be continuous until completion of the boring operations in order to reduce the possibility of a so-called "stuck" pipe and to minimize the creep of the soil into the face, even though this may involve working outside the normal working days. The Contractor shall not be entitled to additional compensation for effort required to maintain continuous boring operations. The Engineer reserves the right to waive the requirement for continuous boring if such waiver is approved by the appropriate <G governing agency. '~ Q ~ E~ t? Care shall be taken during boring operations to ensure that the pipe remains true to line and ~,; grade. W a, ~ t~ .••~ F. ;,^- CJ No open cut within boring limits shown on the plans shall be permitted without written ~ `.=- '~ authorization of the Engineer and the governing agency. ~= U c~- p ~,~ G. -" Pull back forces shall not exceed the allowable pulling forces for the pipe being installed H. The drilling fluid, such as bentonite, shall be used for lubricating the pipe during pull-back, forcing spoils out of the pipe pit, assisting in holding the hole open during pull back, and hardening into a clay substance around the outside of the conduit, preventing settlement of the ground. Adequate drilling fluids shall be used to avoid a "hydra-lock" condition. Disposal of excess fluid and spoils shall be the responsibility of the Contractor. Any damage to property, landscaping or trees caused by Contractor's operation shall be replaced to the Owner's satisfaction and at no additional cost to the Owner. The Contractor shall make necessary provisions to keep water and soil out of the installed piping systems. K. Obstructions to the progress of the pipe, such as roots, boulders or portions of former structures, shall be removed and deviations from line and grade shall be avoided if such deviation will result in ill-fitting joints. The use of explosives for removing obstructions is 02751-4 prohibited. 3.07 RESTRAINED JOINT PVC PIPE ASSEMBLYAND INSTALLATION: A. Follow manufacture's instructions and recommendations for assembly and installation. B. Prevent dirt from getting into the couplings and, especially, the gasket grooves. If dirt does get into the gasket grooves, the gaskets must be removed and cleaned, and the grooves must be cleaned, and the gaskets then reinserted before they can be installed into the pipes. C. When pulling in restrained joint PVC pipe, do not exceed the maximum recommended pulling or bending limits for the pipe. When the pull-in is complete, apply pushing forces to each end of the pipeline to relieve any stretch that may be remaining. 3.08 CARRIER PIPE INSTALLATION.• A. The carrier pipes shall be the class, type and size as indicated on the plans and specified herein. This will be supplied by the City of Iowa City Water Division. B. If the plans call for the carrier pipe to be installed without a casing pipe, the requirements for installation of casing pipe as detailed herein shall apply. This shall include filling of voids between undisturbed embankment and outside of pipe with specified grout. 3.09 SEALING: A. After installation of carrier pipes within casing pipes, the Contractor shall seal ends of casing pipes with weak concrete bulkheads a minimum of one-foot thick or manufactured end seals as indicated. 3.10 TESTING: A. Testing procedures for carrier pipe shall follow those outlined in Sections 02660 -Water Distribution. END OF SECTION 03/09 shared\engineer\specs-ii\02751.doc Q ~,., V~ ~P C) -..; ~~ ~~ ~.p r`.} -~ ~._ ~ ~1 _~ ~ ~~ A ~ 02751-5 1 _. ~~I ___ -~ .-- . /! _`, _.. !~ d Y w /~ ~/ ~~ ~ ~~ ---~_ Ll.. .~: ~.~ ~ ~~ \~ ~~ 1, _ _ ~~\~ ~ ~ ~'~ i ~~ 5`- - ------ w z J Z ~ Q ~ Q ~ ~'' QQ' J~Fw-F ~ ~ F Q} Q N ~ 3i3oooa W O O O N N N~ ZZZOOOm ~_ ~ ~ F=Fr=aaa W ~ N N 0 0 0? ~ xxx~~~a wwwaaa~ ~~~ U o~- a~ ~ o a~ ~ Q:z ~~ X O ~ °~' ~`~~ ~, i' ~" -~ ~I ~~~ ~ ~~~ ae 0 , ~ z o ~~ ~ ~ ~ W 0 ~ ( ~ d U ~ \ -- \ ~ z Q ~ _1 ~ -- o ~ ' ~ ~ - ---- -- - ~d U w ~ d9 ~ C ~ ~ ----- 1LL' ~ ~ ~ 00 _ 1 ~ ~ ~ ~~ ~ _ Q O - ~ ~ °" ~ ~ 0 ~~) A : o a ' ' ' ' 1S PJD~o!d T .on arro roar .avr . Hl6 Hf6 1106 71/6 1117 C o :. _ L ., I = A li Q ~ ,011. POM RII: Dr11 : q10 z z 1J POOM~JIj~ ~ 3S aBp b < E > Z Q an 3 pPD St ~ J - ~ Z 'R R Q; c : >Z~wQd' - E ~ ~ £ Y 4. E tar Dan! an Den Isn orn' rrv : ' ~ _ ~ > 2 : . W O O O N N N a a ~ ~ ~ € ~ ~ m., ~., ~., ,.., a.,' ~., ,DDi , z z z o 0 0 ~ ~ ~ ~=FF=aaa :% ~ € ~ >, ~ ~ i Q ° W NNN000 ~S IlarnoH Hu n ' ~. a o ~ ~ g ' ' ~ x x x ~ tr ~ w w w d a d Iow Cosa-~6 tarn : ;Hn H 8. - . ;.. o ..... _ ~ ; w S : : Y C U '.007 Im /ne w0.7 /DO! w// IP16 : tort an aaa'.. ~' 1S ~uaasaJ~ oral. as S' i > ¢' ~ '¢ ~ 'i ~ : I,W Q T .. L ~ ~ ~ O C ' i sea eoa Dow root; aeor .ca-: oar rou eoH eon tort sort sat ear arrr rocr awr .ar Dwr arc 2 v ~ '... - 3 ... c _ ~ +~ ` £ ~ _. _.. rla cou roH uu sat root aarr car roof aacr ear oar tar ari .~ .. O o `u,. q ~ ~ ~ ~ '' ~ }g ,(uJOW ' _ MS r(o~ow y d : F ~ q.; ' Y _. osa era I art, ewr _ mr ...Door art Iai'.. aDrr loci Doer Dock acPr . ~ !Z ~I ~S n~oaN 8' 8 a q q !~ q ~ Dsa as sou uw uu au DPH ~ urd art cost uer ' sat ' S j ~ ~ a n-o __ - _ _.% -- ' q g S a 9 , t a ~ ~ q = S '. q _ q rolr ,~ Dar Wkr ~ q ,, 0 ~. y A .. - ~ . $ : ; - ` aru roa •y, ' ~ , ` W q $ ~S IIoJJO~ q v cote ax, urr ..' _ q q ~ q ti = = '~ ¢ rCDI w Y N ~ .. I.. Z ~ a, q R F _ .. n U w q - - a ~ Z w 9 » C~ ~ g ~ L .+ ~ r ~~ n g ~ q ~ S ~ 2 ~ +~ o ~ i ~ ~" ~ n l / O ~ e l0 ~. i/ r DPW ~~ DUDIQ : .,. +~ j10D' _ ` °4 soy . ~ y p- ~ ~ ~ ~ ~ .' ~ ~ ' ~ q ` _. ...... '~i owr sra raw seu ~ 4 ~ . 9 . ~1 °ri sro ' rm rn Plum St S ~ U .. ..... .. r.J ° O ... •,, aD saa B i ~ S 3 ~ ~ - G 9 + ra _ - a 0 '='~ : ~ O ~ wnJl(og ~S ~ N a a ~ t M~l r,~l~ dMO~ ~ d ..~ • 3 Y V V `' Y ~ : +>ol I m /n~-rsM 3~ PuDl46iH Ina woe aro L t -~ U t ~rd i ~~ (3~WL C G '1 "' ~ +o L ~ O ~ ~, woe rDO! ms /ln wn : 3~ n, ~ ~ ~ ~ ~~~ E ~ ~ Q~ _ ~ c o. ~ ~ O ~--% o .~ ~. ~ ~ ' rn . ~ ®, rn ' ~ ~ ~ ®lEEE;~ 752 .. __ _ ZQ~P BAR 14 Q3~ 8~ ~! t3 _ `, J Z ~ a Z ~yI O ~ W Q'w--~~~ ~ Q F Q } Q CITY Ct_ERK >x3 tOWA CITY, E©WA z W 3x3000 NNN 7,55 c~ ~ _ _.._ ~ ZZZ ~ !~ '' ~ ~ m _ W J N N N 0 0 0 XXX~~~ wwwaa~ Q ~ ~ ~ ~ 812 816 828 840..._ 820 ; .~ ~S p~~~~~W Q c~ -~ 837 825 841 845J ~,: (,/) 80'g ...815 ,, ~ 821 , ~ ~ .~ ., Q~ _ ^_ ~ ; ;, -~ _ } , r ., ~, __ o ~ ~; , ~ , 4~ ; ~, _ __ ~ __ i ~ '' 81Q 816 822 826 '832 838 _ `_ . ~ L __ _. v , -~~anasoo _ ~ ,. ^ T~R~~IN Wf _ _ _ r, ~ O 6 t PRQ.PSED ' ~' r 809 8r5. _.82.1 825 833 83 ~-, 8031__ ' T .r _ ~ ; ~ +~ C 1 ~ i n2 ~ ~ Q~ ~ ,~ - ~ ~N N a ., , ~ +, `~ ~ (n C .- p ~--' i ~ ~ t.f) ~ _ ~ __ ~ N ~ 806 816 824 830 834-36 ~ ~ ~ ~ - X26 ' O O I~ ;' ~ ~ O t~''-~ -, . o2~c~~ i~ rod Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240, (319)356-5138 RESOLUTION NO. 09-82 RESOLUTION SETTING A PUBLIC HEARING ON APRIL 6, 2009 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2009 WATER MAIN DIRECTIONAL BORING PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 6th day of April, 2009, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 24th day of ATTEST: CIT "LERK pweng\setph-09waterma in.doc 03-09 l2tca . -F/G.fQ->G-<c~Zl~~° ~jle~c"~ City Attorney's Office ~~~ `~~`'~ Resolution No. 09-82 _ Page 2 It was moved by O'Donnell and seconded by Champion the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Bailey x Champion x Correia x Hayek ~ O'Donnell _ x Wilburn x Wright wpdata/glossary/resolution-ic.doc Publish 4/1 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2009 WATER MAIN DIRECTIONAL BORING PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2009 Water Main Directional Boring Project in said city at 7:00 p.m. on the 6th day of April, 2009, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in the City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK P~ , -9- Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. 09-102 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE 2009 WATER MAIN DIRECTIONAL BORING 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 CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: 1. The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 29th day of April, 2009. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 5th day of May, 2009, or at a special meeting called for that purpose. Passed and approved this 6th day of ATTEST: /~' __~~~~ CITY -ERK pweng\res\res-plans&spe~s-09watermain.do~ 3/09 ,u~~~ . %i ~,~~, ~ , City Attorney's Office 3 ~ , ~ ~, Resolution No Page 2 09-102 It was moved by Wright and seconded by Champion the Resolution be adopted, and upon roll call there were: AYES: X ~_ x x x NAYS: ABSENT: X x Bailey Champion Correia Hayek O'Donnell Wilburn Wright wpdata/glossary/resolution-ic.doc Publish 4/13 NOTICE TO BIDDERS 2009 WATER MAIN DIRECTIONAL BORING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29th day of April, 2009. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 5th day of May, 2009, or at special meeting called for that purpose. The Project will involve the following: Furnish labor, supplies and equipment to install PVC water main by directional boring. Directional Bore 6-inch PVC - 2,225 LF Directional Bore 8-inch PVC - 3,385 LF All work is to be done in strict compliance with the plans and specifications prepared by the Iowa City Engineer's Office of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days 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 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 one (1) year from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Site 1 -Roosevelt Street Working Days: 5 Specified Start Date: May 11, 2009 Liquidated Damages: $200.00 per day Site 2 -Keokuk Street Working Days: 15 Specified Start Date: June 8, 2009 Liquidated Damages: $200.00 per day Site 3 -Laura Drive/Knollwood Lane Working Days: 15 Specified Start Date: August 3, 2009 Liquidated Damages: $200.00 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 Iowa City Engineer's Office in Iowa City, Iowa, by bona fide bidders. A $20.00 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 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 shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. 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 irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 05-05-09 t',~o~ 24 Prepared by: Ron Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319)356-5138 RESOLUTION NO. 09-153 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE 2009 WATER MAIN DIRECTIONAL BORING PROJECT. WHEREAS, Terrell Construction, Inc. of Swisher, Iowa has submitted the lowest responsible bid of $110,750.00 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 Terrell Construction, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 5th day of May , 20 09 A ATTEST: `7~ CITY ERK :~,/~ City Attorney's Office ~t-a~-~~ It was moved by wi 1 h>>rn and seconded by Hayek the Resolution be adopted, and upon roll call there were: AYES: x x X ~- x x NAYS: ABSENT: Bailey Champion Correia Hayek O'Donnell Wilburn Wright pweng\res\awrdcon-09 WM directional boring.doc 4/09 Printer's Fee $ ~ ~ - a.G CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, 55: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, RD~s' E ~ ~~r,JA-fZT'?_ ,being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper ~ .time(s), on the following date(s): A-PRiL ~, 200` Legal Clerk Subscribed and sworn to before me this ~s~ - ,day of A.D. 20~. y Public Li;dDA KROTZ ~~x~ ~ ~r 732619 a 1Comm;ssicn numb.. ~~ ° : ~ ~, ~ iv',V Commis 27 20 1pires r ~".~,~'~ January l.~v..~ .°°--~s--. OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR THE 2009 WATER MAIN DIRECTION- AL BORING PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALLTAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the 2009 Water Main Directional Boring Project in said city at 7:00 p.m. on the 6th day of April, 2009, said meeting to be held in the Emma J. Harvat Hall in the City Hall, 410 E. Washington Street in said city, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now oh 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 con- cerning said plans, specfications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK 71746 April 1, 2009 Printer's Fee $ ~yc6.0 I CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS: THE IOWA CITY PRESS-CITIZEN FED. ID # 42-0330670 I, ~ D~E~ S t~la~~_ ~re~a, being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS-CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper, following date(s): time(s), on the Ja-~~1~. l~ 1-04 Legal Cl Subscribed and sworn to before me this ~~~'~ .day of A.D. 20~_. Notary Public LINDA KROTZ ~,AC~, Commission dumber 732619 • ~` `' My Commiss~n Expires 2011 `v 27 °`~. ~ .. , _ Jor,u~ OFFICIAL PUBLICATION NOTICE TO BIDD R 2009 WATER MAIN DIRECTIONAL BORING PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 2:30 P.M. on the 29th day of April, 2009. Sealed pro- posals will be opened immedi-atety thereafter by the City Engineer or designee. Bids sub-miffed by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 5th day of May, 2009, or at special meeting called for that purpose. The Project will involve the follow- ing: Furnish labor, supplies and equip- ment to install PVC water main by directional boring. Directional Bore 6-inch PVC - 2,225 LF Directional Bore 8-inch PVC - 3,385 LF All work is to be done in strict com- pliance with the plans and specifica- tions prepared by the Iowa City Engineer's Office 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 furrnshed by the City and must be accompanied in a seated 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 satisfac- tory to the City ensuring the faithful pertormance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained fora 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 can- vass and tabulation of bids is com- pleted and reported to the City Council The successful bidder will be required to furnish .a bond in an amount equal to one hundred per- cent (100 %) of the contract price, said bond to be issued by a respon- sible 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 dam- ages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improve- ment for a period of one (1) year from end after its completion and formal acceptance by the City Council The following limitations shall apply to this Project: Site 1 -Roosevelt Street Working Days: 5 Specified Start Date: May 11, 2009 Liquidated Damages: $200.00 per ~~„ Site 2 -Keokuk Street Working Days: 15 Specified Start Date: June 8, 2009 Liquidated Damages: $200.00 per day Site 3 -Laura Drive/Knollwood Lane Working Days:'15 Specified Start Date: August 3, 2009 Liquidated Damages: $200.00 per day The plans, specifications and pro- posed contract documents may be examined at the office of the City Clerk. Copies Of said plans and specifications and form of proposal blanks may be secured at the Iowa City Engineer's Office in Iowa City, Iowa, by bona fide bidders. A $20.00 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 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 Prqposal the names of persons, firms,- companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the con- tract shall submit'a list on the Form of Agreement of the proposed sub- contractors, together with. quanti- ties, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to prod- ucts.and provisions grown and coal produced within-the State of Iowa, and to kwva domestic labor, to the ext®nt lawfully required under Iowa Statutes. The Iowa reciprocal resi- dent 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 techni- calities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK 71913 April 13, 2009 ENGINEER'S REPORT October 27, 2009 City Clerk City of Iowa City, Iowa Re: 2009 Water Main Directional Boring Project Dear City Clerk: ~ r ®~r,~ "~°~~~~ -•ti.~.._ CITY OF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 356-5009 FAX www.icgov.org I hereby certify that the construction of the 2009 Water Main Directional Boring Project has been completed by Terrell Construction, Inc. of Swisher, Iowa in substantial accordance with the plans and specifications prepared by the City of Iowa City Staff The final contract price is $71,360.00. I recommend that the above-referenced improvements be accepted by the City of Iowa City. Sincerely, R~ald R~. Knoche, P.E. C Eragr~eer -'~'i~ ~ ~w, ... ~~wP. c°~ ~-.~, ,,~._ ~ ~ ~~. ~~ ~:.,:~~ ,. _: ~,~, ~7`~~J Prepared by: Ronald Knoche, City Engineer, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5138 RESOLUTION NO. 09-337 RESOLUTION ACCEPTING THE WORK FOR THE 2009 WATER MAIN DIRECTIONAL BORING PROJECT WHEREAS, the Engineering Division has recommended that the work for construction of the 2009 Water Main Directional Boring Project, as included in a contract between the City of Iowa City and Terrell Construction, Inc. of Swisher, Iowa, dated May 8, 2009, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, the final contract price is $71,360.00. 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 2nd day of ATTEST: . ~a~r./ CIT LERK It was moved by Champion and seconded by n~n~nnetl _ the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x X _~ x x x x Bailey Champion Correia Hayek O'Donnell Wilburn Wright Pweng/res/09W MDirboring.doc 10/09 ~K~~G~-w ity Attorney's Office w~x~,l~,,