HomeMy WebLinkAboutSEWER REHABILITION/20172017 SEWER REHABILITATION
26 -Jul -2017 Plans, Specs, proposal and contract
01 -Aug -2017 Res 17-256, setting a public hearing
08 -Aug -2017 Notice of Public Hearing
15 -Aug -2017 Res 17-276 approving plans, specs, form of contract and estimate of cost
16 -Aug -2017 Notice to Bidders
19 -Sept -2017 Res 17-297, awarding contract (Municipal Pipe Tool Company)
07 -Mar -2018 Performance and Payment Bond (Municipal Pipe Tool Company)
20 -Mar -2018 Res 18-67, accepting the work
CITY OF IOWA CITY
DEPARTMENT OF PUBLIC WORKS
ENGINEERING DIVISION
FILED
2017 JUL 26 PM 3: 23
CITY CLERK
10`AVA CITY. 10''
PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT
FOR THE
2017 ANNUAL SEWER REHABILITATION
IOWA CITY, IOWA
I hereby certify that this
supervision and that I
Iowa.
SIGNED:
Harmanjit MAN, PE
Project Engineer
Iowa Reg. No. 20806
engineering document was prepared by me or under my direct personal
,n a duly licensed Professional Engineer under the laws of the State of
My license renewal date is December 31, 2018.
DATE:
D -T/ i (,1 t-+
FILED
2017 JUL 26 PM 3: 23
CITY CLERK
10i A CITY, IOWA
PRELIMINARY OPINION OF PROBABLE CONSTRUCTION COST
ANNUAL SEWER REHABILITATION
IOWA CITY, IOWA
PREPARED BY: AECOM
July 24, 2017
ITEM NUMBER
DESCRIPTION
UNIT
QUANTITY
UNIT COST
TOTAL COSTS
1
MOBILIZATION AND GENERAL ITEMS
LS
1
$
31,000
$
31,000
2
TRAFFIC CONTROL
LS
1
$
30,000
$
30,000
3
81NCH CIPP LINING
LF
4387
$
28
$
124,400
4
12 INCH CIPP LINING
LF
1257
$
36
$
45,300
5
18 INCH CIPP LINING
LF
285
$
85
$
24,300
6
REINSTATE LATERAL SERVICE CONNECTION
EA
97
$
110
$
10,700
7
MANHOLE LINING WITH CENTRIFUGALLY CAST
CEMENTITIOUS MORTAR LINER WITH EPDXY SEAL
VLF
1831$
295
$
54,000
8
MANHOLE INFILTRATION BARRIER, URETHANE
CHIMNEY SEAL
EA
1 241$
523
$
12,600
TOTAL
1 $
332,300
FILED
2017 JUL 26 PM 3: 23
CITY CLERK
10i A CITY, IOWA
SPECIFICATIONS
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO BIDDERS .......................
NOTICE OF PUBLIC HEARING ........
FILED
2017 JUL 2Pa A ' 96r
CITY CLERK
IJWA CITY, IOWA
NOTETO BIDDERS...............................................................................................
FORM OF PROPOSAL...........................................................................................
BIDBOND...............................................................................................................
FORM OF AGREEMENT........................................................................................
PERFORMANCE AND PAYMENT BOND..............................................................
CONTRACT COMPLIANCE
(ANTI -DISCRIMINATION REQUIREMENTS)
GENERAL CONDITIONS ....................................
SUPPLEMENTARY CONDITIONS.........................................................................
TECHNICAL SPECIFICATIONS.............................................................................
INSPECTION VIDEOS............................................................................................
PLANS
LOCATION MAP
SITES 1 THROUGH 12
SUDAS SECTION 8030 - TEMPORARY TRAFFIC CONTROL
AF -1
NPH -1
NB -1
FP -1
BB -1
AG -1
ISM
CC -1
GC -1
SC -1
SP -1
VID-1
NOTICE TO BIDDERS
2017 ANNUAL SEWER REHABILITATION
Sealed proposals will be received by the City FILED
Clerk of the City of Iowa City, Iowa, until 100
P.M.. on the 12' day of September. 2017. Seale
proposals will be opened immediately thereafterdZol 26 PM 3 23
by the City Engineer or designee. Bids submitted
by fax machine shall not be deemed a "sealed CITY CLERK
bid" for purposes of this Project. Proposals IOWA CITY. IOWA
received after this deadline will be returned to the
bidder unopened. Proposals will be acted upon
by the City Council at its next regular meeting to
be held in the Emma J. Harvat Hall at 7:00 P.M.
on the 19P' day of September. 2017, or at a
special meeting called for that purpose. The
Project will involve the following:
Lining of 4,387 LF of 8 -inch diameter sewer
pipe, 1,257 LF of 12 -inch diameter sewer
pipe, 285 LF of 18 -inch diameter sewer pipe,
183 VLF of manhole lining, 24 manhole
Infiltration barriers, 97 service connection
reinstatements, and other associated sewer
lining work.
All work is to be done in strict compliance with the
plans and specifications prepared by the City of
Iowa City Engineering Division, of Iowa City,
Iowa, which have heretofore been approved by
the City Council, and are on file for public exami-
nation in the Office of the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be accompanied
in a sealed envelope, separate from the one
containing the proposal, by a bid bond executed
by a corporation authorized to contract as a
surety in the State of Iowa, in the sum of 10% of
the bid. The bid security shall be made payable to
the TREASURER OF THE CITY OF IOWA CITY,
IOWA, and shall be forfeited to the City of Iowa
City in the event the successful bidder fails to
enter into a contract within ten (10) calendar days
and post bond satisfactory to the City ensuring
the faithful performance of the contract and
maintenance of said Project, If required, pursuant
to the provisions of this notice and the other
contract documents. Bid bonds of the lowest two
or more bidders may be retained for a period of
not to exceed fifteen (15) calendar days until a
contract is awarded, or until rejection is made.
Other bid bonds will be returned after the canvass
and tabulation of bids is completed and reported
to the City Council.
The successful bidder will be required to furnish a
bond in an amount equal to one hundred percent
(100%) of the contract price, said bond to be
issued by a responsible surety approved by the
City Council, and shall guarantee the prompt
payment of all materials and labor, and also
protect and save harmless the City from all claims
and damages of any kind caused directly or
AF -1
indirectly by the operation of the contract, and
shall also guarantee the maintenance of the
improvement for a period of two (2) years from
and after its completion and formal acceptance by
the City.
The following limitations shall apply to this
Project:
Specified Completion Date: December 6, 2017
Liquidated Damages: $400 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifi-
cations and form of proposal blanks may be
secured at the Office of City Engineer, City Hall,
Iowa City, Iowa, by bona fide bidders.
A $25 refundable fee is required for each set of
plans and specifications provided to bidders or
other interested persons. The fee shall be in the
form of a check, made payable to the City of Iowa
City.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s). The
Contractor awarded the contract shall submit a
list on the Form of Agreement of the proposed
subcontractors, together with quantities, unit
prices and extended dollar amounts. If no
minority business enterprises (MBE) are utilized,
the Contractor shall furnish documentation of all
reasonable, good faith efforts to recruit MBE's.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Economic Development at
(515)242-4721.
By virtue of statutory authority, preference will be
given to products and provisions grown and coal
produced within the State of Iowa, and to Iowa
domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa Reciprocal
Preference Act applies to the contract with re-
spect to bidders who are not Iowa residents.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
Kellie Fruehling, City Clerk
M
FILED
2017 JUL 26 PM 3: 23
CITY CLERK
IOWA CITY. I�' ;`.
NOTICE OF PUBLIC HEARING ON PLANS,
SPECIFICATIONS, FORM OF CONTRACT 1E�
AND ESTIMATED COST FOR THE
2017 ANNUAL SEWER REHABILITATION
PROJECT IN THE CITY OF IOWA CITY, IOWA.L6 pp 3- 23
TO ALL TAXPAYERS OF THE CITY OF IOWP11
CITY, IOWA, AND TO OTHER INTERESTED 1-f CURK
PERSONS: ILIA CITY,
Public notice is hereby given that the City
Council of the City of Iowa City, Iowa, will conduct
a public hearing on plans, specifications, form of
contract and estimated cost for the construction
of the 2017 Annual Sewer Rehabilitation Project
in said city at 7:00 P.M. on the 15"' day of August.
2017, said meeting to be held in the Emma J.
Harvat Hall in the City Hall, 410 E. Washington
Street in said city, or if said meeting is cancelled,
at the next meeting of the City Council thereafter
as posted by the City Clerk.
Said plans, specifications, form of contract and
estimated cost are now on file in the office of the
City Clerk in the City Hall in Iowa City, Iowa, and
may be inspected by any interested persons.
Any interested persons may appear at said
meeting of the City Council for the purpose of
making objections to and comments concerning
said plans, specifications, contract or the cost of
making said improvement.
This notice is given by order of the City Council
of the City of Iowa City, Iowa and as provided by
law.
KELLIE FRUEHLING, CITY CLERK
AECOM 1160539072 NPH -1
NOTE TO BIDDERS 11, " F
1. The successful bidder and all subcontractors are required to submit, FII.4Fps prior
to award, three references involving similar projects, including at least one municipal
reference. Award of the bid or use of specific subcontractors m ig if PWWRO
favorable references are not verified or may be denied basedpexperience on
projects with the City of Iowa City. TY MERK
IR A CITY, IOWA
2. References shall be addressed to the City Engineer and include the ame, address and
phone number of the contact person, for City verification.
3. Bid submittals are:
Envelope 1: Bid Bond
Envelope 2: Form of Proposal
AECOM #50539072 NB -1
FORM OF PROPOSAL
2017 ANNUAL SEWER REHABILITATION
CITY OF IOWA CITY FILED
NOTICE TO BIDDERS:
2017 JUL 26 PH 3: 23
PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED INTftND
VOLUME OF THE SPECIFICATIONS. SEPARATE COPIES OF THIS11E
CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. 'ka p N
Name of Bidder
Address of Bidder
TO: City Clerk
City of Iowa City
City Hall
410 E. Washington St.
Iowa City, IA 52240
The undersigned bidder submits herewith bid security in the amount of
$ , in accordance with the terms set forth in the "Project Specifications."
The undersigned bidder, having examined and determined the scope of the Contract
Documents, hereby proposes to provide the required labor, services, materials and equipment
and to perform the Project as described in the Contract Documents, including Addenda
, and , and to do all work at the prices set forth herein.
We further propose to do all "Extra Work" which may be required to complete the work
contemplated, at unit prices or lump sums to be agreed upon in writing prior to starting such work.
ESTIMATED UNIT EXTENDED
ITEM DESCRIPTION UNIT QUANTITY PRICE AMOUNT
1. Mobilization and General
Items
L.S.
1
2. Traffic Control
L.S.
1
3. 8 -Inch CIPP Lining
L. F.
4,387
4. 12 -Inch CIPP Lining
L. F.
1,257
5. 18 -Inch CIPP Lining
L. F.
285
6. Reinstate Lateral Service
Each
97
Connection
AECOM #60539072 FP -1
ITEM
Manhole Lining With
Centrifugally Cast
Cementitious Mortar Liner
With Epoxy Seal
ESTIMATED UNIT EXTENDED
UNIT QUANTITY PRICE AMOUNT
VLF 183 ' L E D
2017 JUL 25 PM 3= 23
Manhole Infiltration Barrier, Each 24 CITY CLERK
Urethane Chimney Seal elf !'.!OVA
TOTAL EXTENDED AMOUNT $
The names of those persons, firms, companies or other parties with whom we intend to enter into
a subcontract, together with the type of subcontracted work and approximate dollar amount of the
subcontract, are as follows:
NOTE: All subcontractors are subject to approval by City.
The undersigned bidder certifies that this proposal is made in good faith, and without
collusion or connection with any other person or persons bidding on the work.
The undersigned bidder states that this proposal is made in conformity with the Contract
Documents and agrees that, in the event of any discrepancies or differences between any
conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the
more specific shall prevail.
Firm:
Signature:
Printed Name
Title:
Address:
Phone:
Contact:
AECOM 860539072 FP -2
BID BOND
, as Principal, and FILED
as Surety declare that we are held and are firmly bound unto the City of Iowa Ci 121,
JULereinafter called "OWNER," in the sum of Z911 - 26 ii
provided
Dollars ($ ) to pay(J4it((�fibE`n herein
We, as Principal and Surety, further promise and declare tha1q";T&t19ns shall
bind our heirs, executors, administrators, and successors jointly and severally. This obligation is
conditioned on the Principal submission of the accompanying bid, dated
the 2017 Annual Sewer Rehabilitation project.
4
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
for
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract
in the form specified, and the Principal shall then furnish a bond for the Principal's
faithful performance of said Project, and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects
perform the Project, as agreed to by the City's acceptance of said Bid,
then this obligation shall be void. Otherwise, this obligation shall remain in full force and effect,
provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the amount of the obligation stated herein.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the
Owner in the event that the Principal fails to execute the contract and provide the bond, as
provided in the Project specifications or as required by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its bond shall in no way be impaired or affected by any extension of the time within
which the Owner may accept such Bid or may execute such contract documents, and said Surety
does hereby waive notice of any such time extension.
The Principal and the Surety hereto execute this bid bond this
A.D., 20_.
Witness
Witness
AECOM #60539072 BB -1
day of
(Seal)
Principal
By (Title)
Surety
By—
Attach
y—
Attach Power -of -Attorney
(Seal)
(Attorney-in-fact)
FORM OF AGREEMENT
THIS AGREEMENT is made and entered into by and between the Cit f;f6EtDowa
("City"), and 2k
taZg ("Contra t r" 'L• n �u� 'pn
Whereas the City has prepared certain plans, specifications, proposal and i�l6 V"nts
dated the _ day of , 2017, for the 2017 Annual Sewer F,*iAi'lllifa 1i %- �iYoj t
("Project"), and
Whereas, said plans, specifications, proposal and bid documents accurately and fully
describe the terms and conditions upon which the Contractor is willing to perform the Project.
NOW, THEREFORE, IT IS AGREED:
1. The City hereby accepts the attached proposal and bid documents of the
Contractor for the Project, and for the sums listed therein.
2. This Agreement consists of the following component parts which are incorporated
herein by reference:
a. Addenda Numbers ;
b. "Standard Specifications for Highway and Bridge Construction," Series of
2015 Iowa Department of Transportation, as amended;
C. Plans;
d. Specifications and Supplementary Conditions;
e. Notice to Bidders;
f. Note to Bidders;
g. Performance and Payment Bond;
h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects;
i. Contract Compliance Program (Anti -Discrimination Requirements);
j. Proposal and Bid Documents; and
k. This Instrument.
The above components are deemed complementary and should be read together. In the
event of a discrepancy or inconsistency, the more specific provision shall prevail.
AECOM #60539072 AG -1
3. The names of subcontractors approved by City, together with quantities, unit
prices, and extended dollar amounts, are as follows (or shownF 4rattL—k- nt):
2011 JUL 26
4. Payments are to be made to the Contractor in accordance with the Supplementary
Conditions.
DATED this day of 20_
CCS
ATTEST:
Mayor
City Clerk
AECOM #60539072 AG -2
Contractor
(Title)
ATTEST:
(Title)
(Company Official)
Approved By:
City Attorney's Office
PERFORMANCE AND PAYMENT BOND
FILED
, as
(insert the name and address or legal title of the Contractor) PM 3: 21
Principal, hereinafter called the Contractor, and Z(jll JUi 26
(insert the legal title�ljf yyC
as ,Qr% etc ailed
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner. in the amount of
for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly
and severally.
WHEREAS, Contractor has, as of
entered into a written
(date)
Agreement with Owner for the 2017 Annual Sewer Rehabilitation project; and
WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications in the Iowa City
Engineer's Office, which Agreement is by reference made a part hereof, and the agreed-upon
work is hereafter referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly:
1. Complete the Project in accordance with the terms and conditions of the
Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in
accordance with the terms and conditions of the Agreement; and upon determina-
tion by Owner and Surety of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available, as work progresses (even
though there may be a default or a succession of defaults under the Agreement or
subsequent contracts of completion arranged under this paragraph), sufficient
funds to pay the cost of completion, less the balance of the Contract Price, but not
AECOM #60539072 PB -1
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price," as used in this paragraph, shall meanto r1i�,unt
payable by Owner to Contractor under the Agreement, together it �ny Dda
and/or amendments thereto, less the amount properly idd b 5OTWr3tq,
Contractor. 2017 JULtt t7 CC
C. The Contractor and Contractor's Surety shall be obligated to keep tlidTn`ipfivY�$
covered by this bond in good repair for a period of two (2) years froMe date of formal
acceptance of the improvements by the Owner.
D. No right of action shall accrue to or for the use of any person, corporation or third party
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner.
IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in
accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or
corporations having contracts directly with the Principal, including any of Principal's subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance of the
Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are
a part of this bond to the same extent as if it were expressly set out herein.
SIGNED AND SEALED THIS DAY OF 20_
IN THE PRESENCE OF:
(Principal)
Witness (Title)
Witness
AECOM #60539072 PB -2
(Surety)
(Title)
(Street)
(City, State, Zip)
(Phone)
FILED
2411 JUL 26 Pk T 21
ctTY CLG'i�yx
CITY.
Contract
Compliance Program
00 �.. •rrrr
1
CITY OF IOWA CITY
SECTION I- GENERAL POLICY STATEMENT F I L E D
It is the policy of the City of Iowa City to require equal employment oppCM9iU% 2I6CiW0yr?4t work.
This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them
to ensure that applicants seeking employment with them and their empICWfyQE(Wed equally
without regard to race, color, creed, religion, national origin, sex, gender(IfWXiIaJ Fyc9glffi jentation,
disability, marital status, and age.
It is the City's intention to assist employers, who are City contractors, vendors or consultants, in
designing and implementing equal employment opportunity so that all citizens will be afforded equal
accessibility and opportunity to gain and maintain employment.
PROVISIONS:
All contractors, vendors, and consultants requesting to do business with the City must submit an
Equal Opportunity Policy Statement before the execution of the contract.
2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less if
required by another governmental agency) must abide by the requirements of the City's Contract
Compliance Program. Emergency contracts may be exempt from this provision at the discretion
of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are
subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code.
3. Contracting departments are responsible for assuring that City contractors, vendors, and
consultants are made aware of the City's Contract Compliance Program reporting
responsibilities and receive the appropriate reporting forms. A notification of requirements will be
included in any request for proposal and notice of bids.
4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located
on pages CC -2 and CC -3) or other required material must be received and approved by the City.
5. Contracting departments are responsible for answering questions about contractor, consultant
and vendor compliance during the course of the contract with the City.
6. All contractors, vendors, and consultants must refrain from the use of any signs or designations
which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and
instead use gender neutral signs.
All contractors, vendors, and consultants must assure that their subcontractors abide by the
City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code,
Section 2-3-1.
mgAassftontractcompliance.doc CC -1
SECTION II - ASSURANCE OF COMPLIANCE
The following sets forth the minimum requirements of a satisfactory F$LE,Dnent Opportunity
Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS
SECTION ACT. THE CONTRACTING DEPARTMENT PRIOR2J�1,T,►IE6EXECUTI01 OF THE
CONTR
With respect to the performance of this contract, the contractor, consu�t .j res as follows:
(For the purposes of these minimum requirements, "contractor" shall i . tt�n nd vendors.)
a. The contractor will not discriminate against any employee or applicant for employment and will
take affirmative efforts to ensure applicants and employees are treated during employment
without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender
identity, disability, marital status, and age. Such efforts shall include, but not be limited to the
following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship.
b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of
the contractor, state that it is an equal opportunity employer.
Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and
the regulations (see generally 29 U.S.C. § 1608 et sec.) and relevant orders of the U.S.
Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and
orders.
3. Provide a copy of your written Equal Employment Opportunity policy statement.
Where is this statement posted?
4. What is the name, telephone number and address of your business' Equal Employment
Opportunity Officer?
(Please print)
Phone number Address
5. The undersigned agrees to display, in conspicuous places at the work site, all posters required
by federal and state law for the duration of the contract. NOTE: The City can provide assistance
in obtaining the necessary posters.
6. How does your business currently inform applicants, employees, and recruitment sources
(including unions) that you are an Equal Employment Opportunity employer?
mgnasst%contractcompliance.doc CC -2
The above responses to questions 1 through 6 are true and correctly reflect trurillw loyment
Opportunity policies.
1811 JUL 26 PM 3' 24
Business Name
Signature
Ct i Y CLERK
n1TV t(14?�
Phone Number ril.,
Title
Print Name Date
mgAas0contractcompiiance.doc CC -3
SECTION III - SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORP7ITIE.
COMPANY POLICY L�
ED
Determine your company's policy regarding equal employment opportunities. Do¢Qtrjej{>J( $olR4 aakd24
post it in a conspicuous place so that it is known to all your employees. Furthermore, dissel nnt¢e
policy to all potential sources of employees and to your subcontractors asking their �VV=11
ttA
policy statement should recognize and accept your responsibility to provide WWA &hh=i 1t
opportunity in all your employment practices. In regard to dissemination of this policy, this can be done,
for example, through the use of letters to all recruitment sources and subcontractors, personal contacts,
employee meetings, web page postings, employee handbooks, and advertising.
2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER
Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility
of administering and promoting your company's Equal Employment Opportunity program. This person
should have a position in your organization which emphasizes the importance of the program.
3. INSTRUCT STAFF
Your staff should be aware of and be required to abide by your Equal Employment Opportunity
program. All employees authorized to hire, supervise, promote, or discharge employees or are involved
in such actions should be trained and required to comply with your policy and the current equal
employment opportunity laws.
4. RECRUITMENT
(a) Let potential employees know you are an equal opportunity employer. This can be done by
identifying yourself on all recruitment advertising as "an equal opportunity employer".
(b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth
recruitment will only perpetuate the current composition of your workforce. Send recruitment
sources a letter annually which reaffirms your commitment to equal employment opportunity and
requests their assistance in helping you reach diverse applicant pools.
(c) Analyze and review your company's recruitment procedures to identify and eliminate
discriminatory barriers.
(d) Select and train persons involved in the employment process to use objective standards and to
support equal employment opportunity goals.
(e) Review periodically job descriptions to make sure they accurately reflect major job functions.
Review education and experience requirements to make sure they accurately reflect the
requirements for successful job performance.
(f) Review the job application to insure that only job related questions are asked. Ask yourself "Is
this information necessary to judge an applicant's ability to perform the job applied for?" Only
use job-related tests which do not adversely affect any particular group of people.
(g) Monitor interviews carefully. Prepare interview questions in advance to assure that they are only
job related. Train your interviewers on discrimination laws. Biased and subjective judgments in
personal interviews can be a major source of discrimination.
(h) Improve hiring and selection procedures and use non -biased promotion, transfer and training
policies to increase and/or improve the diversity of your workforce representation. Companies
must make sure procedures for selecting candidates for promotion, transfer and training are
based upon a fair assessment of an employee's ability and work record. Furthermore, all
companies should post and otherwise publicize all job promotional opportunities and
encourage all qualified employees to bid on them.
12/01
mgAasstcontractcompliance.doc CC4
Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of
Ordinances which prohibits certain discriminatory practices in employment. Fle+Ln fi Q the
protected characteristics include some not mandated for protection by Federal or State law. As
a contractor, consultant or vendor doing business with the City of lowall" StAig6reQNral2h
abide by the provisions of the local ordinance in conjunction with your pe ri`t��I r a
contract with the City. W
IOWA CITY, f01'1A
CC -5
2-3-1: EMPLOYMENT; EXCEPTIONS:
A. It shall be unlawful for any employer to refuse to hire, accept, register, FaI4 FwDte or refer for
employment, or to otherwise discriminate in employment against any other person or to discharge any
employee because of age, color, creed, disability, gender identity, mafjja{ Statur�Sn igni L (goin, race,
religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) d �t JUL
IOWTY CLERK
A CITY. IOWA
B. It shall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or
training an applicant, to expel any member, or to otherwise discriminate against any applicant for
membership, apprenticeship or training or any member in the privileges, rights or benefits of such
membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital
status, national origin, race, religion, sex or sexual orientation of such applicant or member.
C. It shall be unlawful for any employer, employment agency, labor organization or the employees or
members thereof to directly or indirectly advertise or in any other manner indicate or publicize that
individuals are unwelcome, objectionable or not solicited for employment or membership because of
age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual
orientation. (Ord. 95-3697, 11-7-1995)
D. Employment policies relating to pregnancy and childbirth shall be governed by the following:
1. A written or unwritten employment policy or practice which excludes from employment applicants or
employees because of the employee's pregnancy is a prima facie violation of this title.
2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and
recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such
under any health or temporary disability insurance or sick leave plan available in connection with
employment or any written or unwritten employment policies and practices involving terms and
conditions of employment as applied to other temporary disabilities.
E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee
or prospective employee a test for the presence of the antibody to the human immunodeficiency virus.
An agreement between an employer, employment agency, labor organization or their employees, agents
or members and an employee or prospective employee concerning employment, pay or benefits to an
employee or prospective employee in return for taking a test for the presence of the antibody to the
human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state
epidemiologist determines and the director of public health declares through the utilization of guidelines
established by the center for disease control of the United States department of health and human
services, that a person with a condition related to acquired immune deficiency syndrome poses a
significant risk of transmission of the human immunodeficiency virus to other persons in a specific
occupation.
CC -6
F. The following are exempted from the provisions of this section
1. Any bona fide religious institution or its educational facility, association, corporation or society with
respect to any qualifications for employment based on religion when such qualifications are related to a
bona fide religious purpose. A religious qualification for instructional personnel or an administrative
officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution
shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994)
2. An employer or employment agency which chooses to offer employment or advertise for employment
to only the disabled or elderly. Any such employment or offer of employment shall not discriminate
among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status,
national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995)
3. The employment of individuals for work within the home of the employer if the employer or members
of the family reside therein during such employment.
4. The employment of individuals to render personal service to the person of the employer or members
of the employer's family. (Ord. 94-3647, 11-8-1994)
5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational
qualification reasonably necessary to the normal operation of a particular business or enterprise. The
bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003)
6. A state or federal program designed to benefit a speck age classification which serves a bona fide
public purpose. (Ord. 94-3647, 11-8-1994)
7. The employment on the basis of disability in those certain instances where presence of disability is a
bona fide occupational qualification reasonably necessary to the normal operation of a particular
business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-
4105,12-16-2003)
8. Any employer who regularly employs less than four (4) individuals. For purposes of this section,
individuals who are members of the employer's family shall not be counted as employees. (Ord. 08-
4312, 8-11-2008)
CC-7
CC-7
O Z:ZCI)
C-
CC-7
CC-7
SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY
To all employees of
This Company and its employees shall not discriminate against any employee or applicant for employment
based on his or her age, color, creed, disability, national origin, gender identity, marital status, race,
religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring,
promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay
or other forms of compensation; and selection for training, including apprenticeship. Further, this Company
and its employees will provide a working environment free from such discrimination.
All employees are encouraged to refer minority and women applicants and applicants with disabilities for
employment.
The Equal Employment Opportunity Officer for the
Name:
Address:
Telephone Number:
is:
NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to
formulate a policy which specifically meets the needs of your company.
o
r.n
�
r
m
-o
m
_
0
N
U
CC -8
GENERAL CONDITIONS
Division 11, General Requirements and Covenants of the Iowa Department of Transportation
"Standard Specifications for Highway and Bridge Construction," Series of 2015 as amended, shall
apply except as amended in the Supplementary Conditions.
GC -1
N
d
ze
�F6;0�W
-C
m
0
r.
ro
GC -1
SUPPLEMENTARY CONDITIONS
ARTICLES WITHIN THIS SECTION
S-1 Definitions
S-2 Limitations of Operations
S-3 Insurance
S-4 Supervision and Superintendence
S-5 Concerning Subcontractors, Suppliers and Others
S-6 Compliance with OSHA Regulations
S-7 Employment Practices
S-8 Contract Compliance Program (Anti -Discrimination Requirements)
S-9 Measurement and Payment
S-10 Taxes
S-11 Construction Stakes
Caption and Introductory Statements
These Supplementary Conditions amend or supplement Division 11 of the Iowa Department of
Transportation "Standard Specifications for Highway and Bridge Construction," Series of 2015, as
amended and other provisions of the Contract Documents. All provisions which are not so
amended or supplemented remain in full force and effect.
S-1 DEFINITIONS.
ADD to or CHANGE the following definitions within 1101.03 of the IDOT STANDARD
SPECIFICATIONS.
"ENGINEER" shall mean the Director of Public Works for the City of Iowa City, Iowa, or his
authorized representative.
"OWNER" and "CITY" shall mean the City of Iowa City, Iowa, acting through the City Council
and duly authorized agents.
"CONTRACTING AUTHORITY," "DEPARTMENT OF TRANSPORTATION," or "COUNTY"
shall mean the CITY.
"STANDARD SPECIFICATIONS" shall mean the
"Standard Specifications for Highway and Bridge
amended.
AECOM #60539072 SC -1
Iowa Department of Tranklortation
Construction," Seraes of 1015,
as
A rG—
C7 "E N
.M
M
=
Q
r71 to
ry
cm
S-2 LIMITATIONS OF OPERATIONS.
Add the following paragraph to 1108.03 of the IDOT STANDARD SPECIFICATIONS:
F. Except for such work as may be required to properly maintain lights and barricades,
no work will be permitted on Sundays or legal holidays without specific permission of
the ENGINEER.
S-3 INSURANCE.
Replace 1107.02 with the following:
A. CERTIFICATE OF INSURANCE: CANCELLATION OR MODIFICATION
Before commencing work, the Contractor shall submit to the City for approval a
Certificate of Insurance, meeting the requirements specified herein, to be in effect for
the full contract period. The name, address and phone number of the insurance
company and agent must accompany the certificate. The liability limits required
hereunder must apply to this Project only.
2. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to
any change or cancellation of said policy or policies.
3. Cancellation or modification of said policy or policies shall be considered just cause for
the City of Iowa City to immediately cancel the contract and/or to halt work on the
contract, and to withhold payment for any work performed on the contract.
B. MINIMUM COVERAGE
Any policy or policies of insurance purchased by the Contractor to satisfy his/her
responsibilities under this contract shall include contractual liability coverage, and shall be in
the following type and minimum amounts:
Type of Coverage
N
Comprehensive General Liability Each Occurrence Aggregate
o
Bodily Injury & Property Damage' $1,000,000
$2,000,000 ,
J
Automobile
Automobile Liability
Property Damage
27 -
Combined CM 3Te Lirrilt
$1,000,000 c rn
—�
r
Bodily Injury &
Excess Liability $1,000,000
$1,000,000 �t�
rn
Worker's Compensation Insurance as required by Chapter 85, Code of Iowa.
Q
'Property Damage liability insurance must provide
explosion, collapse Yhd
urFgArground
coverage when determined by City to be applicable.
The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best.
In addition, the Contractor shall be required to comply with the following provisions with
respect to insurance coverage:
The entire amount of Contractor's liability insurance policy coverage limits, identified in
the policy and on the Certificate of Insurance, must, under the policy, be available to
pay damages for which the insured Contractor becomes liable, or for which the insured
assumes liability under the indemnity agreement herein contained, and such coverage
amount shall not be subject to reduction by virtue of investigation or defense costs
AECOM #60539072 SC -2
incurred by Contractor's insurer.
2. The entire amount of the Contractor's liability insurance policy coverage limits shall be
payable by the Contractor's insurer, with no deductible to be paid by, or self-insured
retention to be attributed to, the Contractor unless this requirement is waived by the
City. Contractor's Certificate of Insurance must set forth the nature and amount of any
such deductible or self-insured retention.
3. If Contractor's liability insurance coverage is subject to any special exclusions or
limitations not common to the type of coverage being provided, such exclusions or
limitations shall be noted on the Certificate of Insurance.
4. The City prefers that Contractor provide it with "occurrence form" liability insurance
coverage. If Contractor can only provide "claims -made" insurance coverage, then the
Contractor must comply with the following requirements:
a. If the Contractor changes insurance carriers, or if Contractor's insurance coverage
is canceled, during the contract period or within two years after City's acceptance
of the work, Contractor agrees to immediately notify the City of such event.
b. If Contractor's insurance is canceled or is allowed to lapse during said period,
Contractor shall be required to obtain replacement insurance coverage to fulfill its
obligation hereunder.
C. If, during said period, Contractor voluntarily changes insurance carriers or is
required to obtain replacement coverage from another carrier, Contractor shall
either (1) purchase "tail" coverage from its first carrier effective for a minimum of
two years after City Council acceptance of the work, or (2) purchase "prior acts"
insurance coverage from its new carrier, covering prior acts during the period of
this Contract from and after its inception.
d. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the
same limits, as the insurance specked in this Contract, and shall not be subject to
any further limitations or exclusions, or have a higher deductible or self-insured
retention than the insurance which it replaces.
5. The City reserves the right to waive any of the insurance requirements herein provided.
The City also reserves the right to reject Contractor's insurance if not in compliance
with the requirements herein provided, and on that basis to either award the contract to
the next low bidder, or declare a default and pursue any and all remedies available to
the City.
6. In the event that any of the policies of insurance or insurance coverage identified on
Contractor's Certificate of Insurance are canceled or modified, or in the event that
Contractor incurs liability losses, either due to activities under this Contract, or due to
other activities not under this Contract but covered by the same insurance,d such
losses reduce the aggregate limits of Contractor's liability insurance-belowMe limits
required hereunder, then in that event the City may in its discretiheousp�
Contractor's operations or activities under this Contract, or terminate o¢�act, arm
withhold payment for work performed on the Contract. n -G ro"'o
--�C) 0%
7. In the event that any of the policies or insurance coverage identifie-dam C -"trach
Certificate of Insurance are canceled or modified, the City may in iflPcrAn e
suspend Contractor's operations or activities under this Contractor terh*ate
Contract, and withhold payment for work performed on the Contract. N
CM
AECOM #80539072 $C-3
C. HOLD HARMLESS
The Contractor shall indemnify, defend and hold harmless the City of Iowa City and its
officers, employees, and agents from any and all liability, loss, cost, damage, and
expense (including reasonable attorney's fees and court costs) resulting from, arising
out of, or incurred by reason of any claims, actions, or suits based upon or alleging
bodily injury, including death, or property damage rising out of or resulting from the
Contractor's operations under this Contract, whether such operations be by himself or
herself or by any Subcontractor or by anyone directly or indirectly employed by either of
them.
2. Contractor is not, and shall not be deemed to be, an agent or employee of the City of
Iowa City, Iowa.
S-4 SUPERVISION AND SUPERINTENDENCE.
Add the following paragraph to 1105.05 of the IDOT STANDARD SPECIFICATIONS:
CONTRACTOR shall maintain a qualified and responsible person available 24 hours per
day, seven days per week to respond to emergencies which may occur after hours.
CONTRACTOR shall provide to ENGINEER the phone number and/or paging service of this
individual.
S-6 CONCERNING SUBCONTRACTORS, SUPPLIERS AND OTHERS.
Add the following paragraphs to 1108.01 of the IDOT STANDARD SPECIFICATIONS:
G. Bidders shall list those persons, firms, companies or other parties to whom it
proposestintends to enter into a subcontract regarding this project as required for
approval by the City and as noted on the Form of Proposal and the Agreement.
H. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish
documentation of all efforts to recruit MBEs.
S-6 COMPLIANCE WITH OSHA REGULATIONS.
Add the following paragraphs to 1107.01 of the IDOT STANDARD SPECIFICATIONS:
F. The Contractor and all subcontractors shall comply with the requirements of 29 CFR
1910 (General Industry Standard) and 29 CFR 1926 (Construction Industry Standard).
The Contractor and all subcontractors are solely responsible for compliance with said
regulations.
G. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous
chemicals or materials that will be at the job site. The Material Safety Data Sheets will
be submitted to the Project Engineering prior to the start of construction and
supplemented as necessary throughout the project. This data is being provided for
informational purposes only and does not relieve the contractor of any oblig4ons for
compliance with applicable OSHA and State laws regarding hazardor8 chem4gals and
right -to -know. <_
y� r
`C7'E N
H. The Contractor and all subcontractors shall comply with the p1! reElTlired For
confined space standard 1910.146 of OSHA. All manholes shall be c inaidered pen",
E3-'
::E
ca
AECOM #60539072 SC -4
T\)
required confined spaces as defined by OSHA regulations and shall be entered in
accordance with all OSHA standards. The Contractor shall inform the City of the permit
space program they will use, coordinate any entry operations and obtain any available
information on permit space hazards and entry operations from the City.
All Contractor employees working on site will be required to have a certification from
the Wastewater Contractor Orientation Program Class administered through Kirkwood
Community College. This one hour class is available online. The Contractor shall
provide the City with all employee certification prior to beginning work. For class details
contact Chris Gilstrap at (319) 887-6105.
S-7 EMPLOYMENT PRACTICES.
Add the following to Division 11 of the General Conditions
"Neither the Contractor nor his/her subcontractors shall employ any person whose physical or
mental condition is such that his/her employment will endanger the health and safety of them-
selves or others employed on the project.
"Contractor shall not commit any of the following employment practices and agrees to include the
following clauses in any subcontracts:
"To discriminate against any individual in terms, conditions, or privileges of employment
because of sex, race, color, religion, national origin, sexual orientation, gender identity,
marital status, age or disability unless such disability is related to job performance of such
person or employee.
"To discharge from employment or refuse to hire any individual because of sex, race, color,
religion, national origin, sexual orientation, gender identity, marital status, age, or disability
unless such disability is related to job performance of such person or employee."
S-8 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS)
Add the following to Division 11 of the General Conditions
"For all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's
Contract Compliance Program, which is included with these Specifications beginning on page CC -
1."
S-9 TAXES.
Replace Section 1109.07 with the following:
"Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to
purchase building materials, supplies, or equipment in the performance of the contract. The
Contractor shall submit the information necessary for the certificates to be issued."
S-10 CONSTRUCTION STAKES
N
Q
Replace the last paragraph of 1105.15 of the IDOT Standard Specifications with the folloMg:
D. The Contractor shall be responsible for the preservation of stakes and js 4s.
Ry
--�
necessary re -staking will be at the Contractor's expense and will be clgg(4d
do
(�
rate of $75 per hour. -- C)
;<Ir—n
—o
m
v
w
AECOM #60539072 SC -5
TECHNICAL SPECIFICATIONS
The technical specifications, method of measurement, and basis of payment for this project
shall be the Iowa Department of Transportation (IDOT) Standard Specifications for Highway and
Bridge Construction, Series 2015, including Supplemental Specifications, and Special
Provisions contained in this project manual and contained in the plan set, and are by this
reference made a part hereof as though fully set out and incorporated herein. A full copy of the
IDOT specifications is available at the following web address:
http://www.iowadot.gov/specifications/index.htm
The following specification sections are brought to the Contractor's attention:
Section 2549 Pipe and Manhole Rehabilitation
Section 4147 Pipe and Manhole Rehabilitation Materials
The following notes are to serve as a supplement to Section 2549 and are made a part of these
contract documents:
2.
3.
4.
5.
Replace Section 2549.03.A.2.b with:
"Notify the "OWNER'S" Water Works Department to use meter and pay for water. Iowa
City's bulk water use policy must be followed and can be found here: http://www8.iowa-
city.org/webl ink/O/doc/1506458/Electron ic. aspx."
Add the following to 2549.05.8:
"3. If services are not connected in
Section 2549.03.6 may be enforced.
are considered incidental to this item.
Add the following to 2549.05.A:
a timely manner, language detailed in
Any cost the contractor may incur for this
"3. Costs incurred for water usage are considered incidental to this item.
"4. Root removal and other obstructive material removal is considered incidental to
pipe lining. Use preliminary videos included with bidding materials to determine
scale/size of obstruction. Excavation of pipe to remove obstruction is not
anticipated for this project."
Add the following to 2549.03.A.4:
"d. Provide a traffic control plan detailing traffic control during bypass pumping."
Replace 2549.02.A.2.a.7 with the following:
"Typical lining thickness for pipe sizes included in the project. Include carMlations
detailing how the thickness was arrived at, based on the depth of th®ipe.
It�"dximua�
pipe depths are detailed below:
C
r
�
)
r
�O
rn
�1
=
.o
L.?
s'
N
La
AECOM #60539072 SP -1
Location
Depth
(ft)
Tower Court
10
Market Street
13
H Street
13
Normandy Drive
7
East Davenport Street
is
Maple Street
11
East Washington Street
11
North Westminster Street
11
Woodlawn Avenue
13
BlackspringTrunk
26
Governor Street
12
AECOM #60539072 SP -2
N
O
J
7V-4
r
cr%
rri
S
W
tN+
AECOM #60539072 SP -2
INSPECTION VIDEOS
Inspection videos for the project sites are included on the flash drive provided with the bid
documents. Jurisdiction does not warrant, impliedly or explicitly, the nature of the work, the
conditions that will be encountered by the bidder, the adequacy of the contract documents for
the Contractor to perform the work, or the conditions or structures to be encountered. Any such
data supplied on the videos, plans or other contract documents, or interpretation thereof by the
Engineer, are merely for the convenience of the prospective bidders, who are to rely upon their
own explorations of latent or subsurface site conditions, before completing and filing their
proposal.
AECOM #60539072 VID-t
N
O
J
o
r
y"*
N
m
AECOM #60539072 VID-t
PLAN SHEETS
• Location Map
• Tower Court
• Market Street and Clinton Street Alley
• H Street Alley
• Normandy Drive
• East Davenport Street
• Maple Street
• East Washington Street
• North Westminster Street
• Woodlawn Avenue
• Blackspring Trunk
• South Riverside Drive
• North Governor Street
N
O
c
='
z
c
D�
r
m
S
Q
l
T>
N
�n
l+ n
a1\1I\ 10
MGM,
1
a
v
6 i
u NII
GENERAL NOTES
1. CONTRACTOR SHALL PROVIDE TRAFFIC CONTROL IN ACCORDANCE
WITH MUTCD REQUIREMENTS, SODAS STANDARD SPECIFICATIONS
SHOWN ON PLANS ARE ONLY A GUIDELINE FOR BIDDING PURPOSES.
ACTUAL TRAFFIC CONTROL SHALL BE DETERMINED IN FIELD BASED
ON EXACT LOCATION OF MANHOLES, TRAFFIC PATTERNS AND
OTHER ON SITE FACTORS. TRAFFIC CONTROL SHOWN IS FOR LINING
OPERATIONS ONLY. SEE SPECIFICATIONS FOR TRAFFIC CONTROL
FOR BYPASS PUMPINGOPERATIONS.
2. CONTRACTOR SHALL ASSUME 48- DIA MANHOLES FOR MANHOLE
L LINING. LINE MANHOLE DOWN TO AND INCLUDING FILLET/BENCH.
2017i
AcCOM CIPP SANITARY SEWER
591 Sycamore Streal. Sa8e 222 REHABILITATION
Wa164Pa,Iowa W7W-1497 CITY OF IOWA CITY
T319.2 3].6531
I
K
u
n
LEGEND2 /
1. TOWER COURT
MARKET STREET
H STREET ALLEY
4!. NORMANDY DRIVE
_C3 5.. DAVE TREET
�0 B.�!MAPLES
7 WASHING STREET
D--4 8.'WESTMAOM STREET
C7� 9.NWOODVENUE
�t..�
I LACKSPRING TRUNK
H. S RIVE RIVE
�{m 12.—W.OVER O EET
s
LOCATION I !
MAP T-" Apo; i�-
Scale: 1"= 3000' SHEET 1 OF 13 CITYIOWA CITY
_J
-
-
x
All
I I I tza I' I. is 92 76 60 NO MANHOLE LINING (TYP)
MH 383-38 MH 383-3A MARIETTA AVENUE —
it I l I
tooa
1112 I 1108 I 1104 11100 0 eo0 ozo 1016 I, 1012 I, 1008 I /, 1000 /
1116
'MH 383-5 _�-- -- H3
t —
9 I 0
I — - - 1021 1017 7073 7009 - 1005 1003
u 127-112 21.11 1117 1113 7709 1105 1101 1025
I. � I� I II �
yl H LINIiJG WITH NO;MANHdLE LINING.
I CHINIILEYS L -(TY _-SEdLW1FHJNTERNAL-
1 o
OAKCREST STREET — —
NOTES:
r 1. MH 383-5 REQUIRES LINING ONLY TgPP 2' OF MANHOLE
(BRICK PORTION) AND SEALINaWIT»NTERNAL
CHIMNEY SEALS. c � .�
2. TRAFFIC CONTROL: _I y — GEORGE ST: SUDAS 8030.114 00103 r
TOWER CT: SUDAS 8030.104 %al OR 8030-,j(!
r J MARIETTA AVE: SUDAS 8030.1%T fhb 1
4 LEGEND ITEM:K 4? UNI QUANTITY
O MANHOLE - NO LINING 3 8" DIA CIPP LINING rn LF 1,439
& 6 SERVICE RECONNECTION EA 30
Q MANHOLE- NO LINING W/ CHIMNEY SEAL
7 MANHOLE LINING VLF 18
® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 4
//��—�yyCOM
TOWER COURT t
MGVM CIPP SANITARY SEWER
sol Sywmam S9eet. suite 222 REHABILITATION
Welvr ,laze 507041491 CITY OF IOWA CITY
T319232.6531 Scale: 1' = 150 SHEET 2 OF 13 CITY 01' IOWA CITY
i
i
NO MANN
LINING
I
I
n� n-
-------------
I
I I li j l I
I I li i t i
E MARKET STREET
T
12* i,09
i O
124 HL ii I I
121
120
L15._I
I
I
I
104
E JEFFERSON STREET
t
o
m
0
N
—1—
L—� NOTES:
— — — 1. TRAFFIC CONTROL:
DUBUQUE ST: SUDAS 8030.110 0
CLINTON ST: SUDAS 8030.103 —�
L CONTRACTOR IS TO RESTRICT♦RPtIN N THe TWO
— STALLS CLOSEST TO MH 34-1 Ab—I ES'I=DE
— OF CLINTON STREET. r
LEGEND 2. WORK TO BE DONE BETWEEN 8 D §�4M. M
ADEQUATE FLASHERS ON VEHICpIR f1RRIQAL�ES
0 MANHOLE -NO LINING TO INSURE VISIBILITY DURING NI IMEoHOU
ITEM A IT QUANTITY
0 MANHOLE -NO LINING W/ CHIMNEY SEAL
3 8" DIA CIPP LINING LF 407
Q MANHOLE - LINING AND CHIMNEY SEAL 6 SERVICE RECONNECTION EA 10
2017 MARKET STREET AND i 1
A=COM CIPP SANITARY SEWER CLINTON STREET m
w+
s91 sy<«oa"stre.t. sun"222 REHABILITATION ALLEY �
W"tob .laveW7U-1491 CITY OF IOWA CITY
T 319.232.5531 Scale: 1" = 100' SHEET 3 O 13 CITY Of IOWA CITY
F-1
Ii
s
I 4=4I
NOYvIATOL�
11N�IV
M�I
H STREET
W
z
H
1STREET
LEGEND
O MANHOLE - NO LINING
I
3 ® MANHOLE -NO LINING W/ CHIMNEY SEAL
Q MANHOLE - LINING AND CHIMNEY SEAL
2017
AECOM CIPP SANITARY SEWER
501 sycamma street. 5a9e 222 REHABILITATION
Walanoa,ro 250704.1497 CITY OF IOWA CITY
T 319.232.6531
1. TRAFFIC CONTROL: ,fp-
5TH AVE: SUDAS 8030.104 ALT j<1
6TH AVE: SUDAS 8030.102 6%
ITEM i5
3 8" DIA CIPP LINING
6 SERVICE RECONNECTION
7 MANHOLE LINING
8 INFILTRATION BARRIER, CHIMNEY SEAL
rn
3 0
W
UNIT
QUANTITY
LF
473
EA
o
VLF
10
EA
1
H STREET
ALLEY
Scale: 1" = 100' SHEET OF 13 CITY OF IOWA CITY
MH 457-15-
/- NO MANHOLE LINING
`
c,>0 cn r`'
— — NOTES: {r m
d 1. TRAFFIC CONTROL:
NORMANDY DR: SUDAS 8030. 3; w 0
LEGEND ITEM D fV UNIT QUANTITY
Q MANHOLE— NO LINING 3 8" DIA CIPP LINING LEA
400
1 6 SERVICE RECONNECTION 2
O MANHOLE -NO LINING WI CHIMNEY SEAL
se
7 MANHOLE LINING 3
Q
MANHOLE- LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL 1
2017 NORMANDY DRIVE ^ !
AcCOM CIPP SANITARY SEWERadi¢4
501 Syo me SSeet Suds 222 REHABILITATION ' li '�
MiT
Weler ,Iowa 50704-149) CITY OF IOWA CITY '
7919.232.6531 Scali i" = 100' SHEET 5 O 13 CITY Of IOWA CITY
N
709
/
AHOLE LINING WITH
CHIMNEY SEAL
E // \•.
/ 700 � \�
7
\
R t 701
458-f6-,,
�'
\
Q
-7
4 /
MANOR DRIVE
MH 457-15-
/- NO MANHOLE LINING
`
c,>0 cn r`'
— — NOTES: {r m
d 1. TRAFFIC CONTROL:
NORMANDY DR: SUDAS 8030. 3; w 0
LEGEND ITEM D fV UNIT QUANTITY
Q MANHOLE— NO LINING 3 8" DIA CIPP LINING LEA
400
1 6 SERVICE RECONNECTION 2
O MANHOLE -NO LINING WI CHIMNEY SEAL
se
7 MANHOLE LINING 3
Q
MANHOLE- LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL 1
2017 NORMANDY DRIVE ^ !
AcCOM CIPP SANITARY SEWERadi¢4
501 Syo me SSeet Suds 222 REHABILITATION ' li '�
MiT
Weler ,Iowa 50704-149) CITY OF IOWA CITY '
7919.232.6531 Scali i" = 100' SHEET 5 O 13 CITY Of IOWA CITY
I
-_7] N
I i
--- - -
j r CEDAR STREET
- - - - -
j-
.L -
�� F
Z
405 I J 414 I �-1I
1304 I 1324
'MH 69 $ I MANHbLE Ll ING W
CHIMNEY SEAL (TYP.11j
E DAVENPORT STREET MH 254-1 MH 254-3249
1239 , 1303 1305 I 1313 1327
I I i
@i6g +I I I I
_ I i❑ Ili i I ! ! � � J -�-
NOTES:
- ' - - - _ - I 1. MH 245-3249 REQUIRES LININ TOP 2'" VANHOLE
3 (BRICK PORTION) AND SE IN H I�-ER j�J
___-_-.---.-- ----- I CHIMNEY SEAL. p w
t 2. TRAFFIC CONTROL: a N
E EAVENPORT ST: SUDAS 8030.104 ALTgM
LEGEND ITEM UNIT QUANTITY
O MANHOLE - NO LINING 3 8" DIA CIPP LINING LF 227
6 SERVICE RECONNECTION EA 6
O MANHOLE -NO LINING W/ CHIMNEY SEAL
7 MANHOLE LINING VLF 22
® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 3
w-tOAA 2017 E DAVENPORT STREET
CIPP SANITARY SEWER
Wl syoma. 51ro.1. 9.9. 222 REHABILITATION
Waterloo.Iowa 5010.-0.91 CITY OF IOWA CITY
T 319.232.6531 Scale: 1" = 100' SHEET 6 OF 13 CITY OF IOWA CITY
Ld
E COURT STREET
a I I
MAPLE AVENUE W
F_
qqI
I ! 113 I I I 1143 ! 1147
1119 1123 1127 1133 ��
-- - -- --- --- Ib1H 388-2------�
O AIN —
ED
MH 88-1 I--- ------
MANHOLE LINING WITH
CHIMNEY SEAL (TY
P)
o I HENRY
LONGFELLOW
SCHOOL
LEGEND ITEM •" UNIT QUANTITY
O MANHOLE - NO LINING 3 8" DIA CIPP LINING LF 486
6 SERVICE RECONNECTION EA 7
O MANHOLE -NO LINING W/ CHIMNEY SEAL
a 7 MANHOLE LINING VLF 31
® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 3
�S
2017 MAPLE STREET _=
A=COM CIPP SANITARY SEWER 1—mo— ^mit
01 Sywmom Stmet, SuMe 222 REHABILITATION � '��
w.t.noo,Io.,eso7oa-tae? CITY OF IOWA CITY -
T 318.232.8531 Scale: 1"= 100' SHEET 7 OF 13 CITY OF IOWA QTY
I 'of
mRl7 Wj_
22
\ f E WASHINGTON STREET
MH 46-1
i I 415
I
I 505 I I I I I
NOTES:
I
1.
TRAFFIC CONTROL:
E WASHINGTON ST: SUDAS 8030.102 OR 8030.104 ALT #1
— —
VAN BUREN ST: SUDAS 8030.104 ALT #1
2.
WORK TO BE DONE FROM 8 PM THROUGH 6 AM.
ADEQUATE FLASHERS ON VEHICLES OR
BARRICADES
i LEGEND
TO INSURE VISIBILITY DURING NIGHT TIME HOURS.
s
O MANHOLE - NO LINING
ITEM
UNIT QUANTITY
'
3
8" DIA CIPP LINING
LF 100
C MANHOLE- NO LINING WI CHIMNEY SEAL
7
MANHOLE LINING
VLF 16
® MANHOLE -LINING AND CHIMNEY SEAL
8
INFILTRATION BARRIER, CHIMNEY SEAL
EA 2
3
2017
E WASHINGTON STREET
I 1
CIPP SANITARY SEWER
*mat
y
so, sycamore sveet. smis uz
REHABILITATION
'iii
I'M
w,kibo. Bowe 50104-,4w
T 018.z32853t
CITY OF IOWA CITY
Scale: 1'= 100' SHEET 8 OF 13
OF
CITY O
CIN IOWA CITY
I
i
p ` I
— " — NO MANHOLE
LINING (TYP)
LT I I ss
15
L -II
L I
i I 9
I 3
MH 675.11
4 E WASHINGTON STREET
I
❑ I ) NO
LEGEND 1
O MANHOLE- NO LINING
C MANHOLE -NO LINING WI CHIMNEY SEAL
® MANHOLE - LINING AND CHIMNEY SEAL
2017
/ OcoM CIPP SANITARY SEWER
501 Sycamere Street. Suite 222 REHABILITATION
wetenoo,Imre W701-1497
T 319.232.6531 CITY OF IOWA CITY
lI
-i
N WESTMINSTER ST: SUDAS 8030.104 ALT #1 AND
8030.114 (IF NEEDED AT INTERSECTION)
ITEM UNITI QUANTITY
8" DIA CIPP LINING LF 325
SERVICE RECONNECTION EA 6
N WESTMINSTER STREET —Il _
Scale: 1"=100' SHEET9 OF 13 CITY OF IOWA CITY
EJEFFERSON STREET
---- - -- - -- - ----T-
I
' i_ i � i i ❑i I �'
hoto I toza i Itons i
eas II I I oez
_IOWA AVENUE ENU
— — — — — M —
MH 50-1
MH 50-2-
HOLE
OM{4fyHOLELININIG' , IMCHIMNEy,S AN WIPE
\ tnn 1
roar104
I I 947
\ 1033 II I
I i \
�cl) Im
U!
1. TRAFFIC CONTROL:
I i i I
IOWA AVE: SUDAS 8030.104 ALT #1
CONTRACTOR IS TO RESTRICT PARKING
SOUTH SIDE OF IOWA AVE.
ALONG THE
_
LEGEND
ITEM
UNITI QUANTITY
O MANHOLE -NO LINING
3 8" DIA CIPP LINING
LF 531
6 SERVICE
RECONNECTION
EA 9
O MANHOLE- NO LINING W/ CHIMNEY SEAL
7 MANHOLE
LINING
VLF 20
® MANHOLE - LINING AND CHIMNEY SEAL
8 INFILTRATION BARRIER, CHIMNEY SEAL
EA 2
2017
WOODLAWN AVENUE
^ 1
/1 �COM
AE
CIPP SANITARY SEWERloth
501 Sycamore
REHABILITATION�
a M7 .14 7
WatarT3Iowa 50101-,<e,
T 319.Y32.6531
CITY OF IOWA CITY
Scale: 1" = 100' SHEET 100E 13
CITY OF IOWA CITY
/, QI
r l/ II I
PARK ROAD
N
N7�
406.
J4w 319
49
qq$$ \ ,\ �, •\ \,,� I
\ \ / NOTES:rn
_
1. TRAFFIC CONTROL: 3 v�
y LEE ST: SUDAS 8030.114 tv
"s \ ROCKY SHORE DR &PARK RD: DAS 0.106
h
LEGEND ITEM UNIT QUANTITY
a
O MANHOLE - NO LINING 4 12" DIA CIPP LINING LF 1,257
6 SERVICE RECONNECTION EA 13
C MANHOLE - NO LINING W/ CHIMNEY SEAL
s
7 MANHOLE LINING VLF 30
® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 5
d
0
��� 2017 BLACKSPRING TRUNK I
I"'�ECOM CIPP SANITARY SEWER=
//��
501 Syaa .So- (. Sine 222 REHABILITATION; -6
Wstenon, lows S 7N-1497 CITY OF IOWA CITY
T 319 2326531 Scale: 1"= 150' SHEET 11 OF 13 CITY Of IOWA CITY
MANHOLE LINING ITW
/
CHIMNEY SEAI�TYP
�
9 7 X9225
901
x �
MH 1
/
QO
\ '. �I�
--- ---- f
1
r
✓
\
y
_—'In^IIII- _—_ _
f
/ 428\•��
//� ' • to
\ /
'� J
I
N7�
406.
J4w 319
49
qq$$ \ ,\ �, •\ \,,� I
\ \ / NOTES:rn
_
1. TRAFFIC CONTROL: 3 v�
y LEE ST: SUDAS 8030.114 tv
"s \ ROCKY SHORE DR &PARK RD: DAS 0.106
h
LEGEND ITEM UNIT QUANTITY
a
O MANHOLE - NO LINING 4 12" DIA CIPP LINING LF 1,257
6 SERVICE RECONNECTION EA 13
C MANHOLE - NO LINING W/ CHIMNEY SEAL
s
7 MANHOLE LINING VLF 30
® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 5
d
0
��� 2017 BLACKSPRING TRUNK I
I"'�ECOM CIPP SANITARY SEWER=
//��
501 Syaa .So- (. Sine 222 REHABILITATION; -6
Wstenon, lows S 7N-1497 CITY OF IOWA CITY
T 319 2326531 Scale: 1"= 150' SHEET 11 OF 13 CITY Of IOWA CITY
I
N
i
\
m
632 \ '
� _ • MH $22-1-— - -
0 cam=
c I MANHOLE LINING \
s EAL WITH INTERNAL I
l I C IMNEY SEAL \
/ tot4
E�
SosN
A �GS l
m
-"--I -- ro
1. TRAFFIC CONTROL: —� = v
S RIVERSIDE DRIVE: SUDAS 80�.*41 w
m LEGEND 2. WORK TO BE DONE BETWEEN $'PM ANSb6 AM.
< ADEQUATE FLASHERS ON VEHICLES CWBARRICADES
n Q
MANHOLE- NO LINING TO INSURE VISIBILITY DURING NIGHT TIME HOURS.
ITEM UNIT QUANTITY
§ ®
MANHOLE- NO LINING W/ CHIMNEY SEAL
u 7 MANHOLE LINING VLF 13
m® MANHOLE -LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 1
ao
//��
2017 S RIVERSIDE DRIVE 1��
� =
AE
COM CIPP SANITARY SEWER 1 °Q
601Sycmma Street Sana 222 REHABILITATIONWatob lmaW7N-nasi CITY OF IOWA CITY
T3ie.2326e 1 Scale: 1" = 100' SHEET 12 OF 13 GTY OF IOWA CITY
F -i
--� I I I I I ——- �� �❑ � I
E DAVENPORT STREET 4kMH 66-0a
S
80
;
328 6 7 I q
I L� —I I I
324
321
LEI320
FJ
O
_.......-- - MH 6"b
8
g I
LT
iEl
OIL
D.
W
zI I
z
� STREET
s l.
I�I
Eli! 0;
Ri 1. TRAFFIC CONTROL: n—C m
N DAVENPORT ST: SUDAS 803644�2i m
v
LEGEND ITEM W U QUANTITY
O MANHOLE- NO LINING 5 18" DIA CIPP LINING N LF 285
' 6 SERVICE RECONNECTION EA 8
O MANHOLE - NO LINING WI CHIMNEY SEAL 7 MANHOLE LINING VLF 20
® MANHOLE - LINING AND CHIMNEY SEAL 8 INFILTRATION BARRIER, CHIMNEY SEAL EA 2
3
��� 2017 N GOVERNOR STREET 1 =
J//��i=COM CIPP SANITARY SEWER
. �
501 Sycamore $Vest. Suue 222 REHABILITATION""Oil
Watedw. w.a W 497 CITY OF IOWA CITY
T 318.232.6531 Scale: 1"= 100' SHEET 13 OF 13 CITY OF IOWA CITY
SUDAS SECTION 8030
TEMPORARY TRAFFIC CONTROL
F=
C-,)-<
N
Q,
^iC7
cr
SUDAS Standard Specifications Division 8 - Traffic Control
Section 8030 - Temporary Traffic Control
TEMPORARY TRAFFIC CONTROL
PART 1 -GENERAL
1.01 SECTION INCLUDES
A. Temporary Traffic Control Devices
B. Installation
C. Maintenance
D. Quality Control
1.02 DESCRIPTION OF WORK
This part of the specifications includes materials, equipment, and procedures for traffic control
during construction. Furnish, erect, operate, maintain, move, and remove all traffic control
devices required. Comply with the current edition of the MUTCD as adopted by the Iowa DOT.
1.03 SUBMITTALS
Comply with Division 1 - General Provisions and Covenants, as well as the following:
A. Submit a traffic control plan for review and approval prior to installation.
B. Submit proposed modifications to the traffic control plan for review and approval prior to
making changes.
1.04 SUBSTITUTIONS
Comply with Division 1 - General Provisions and Covenants.
1.05 DELIVERY, STORAGE, HANDLING, AND SALVAGING
ro
Comply with Division 1 - General Provisions and Covenants. _
1.06 SCHEDULING AND CONFLICTS b� 'C
Comply with Division 1 - General Provisions and Covenants. C-) -< aN+
M
1.07 SPECIAL REQUIREMENTS
3
A. When a bid item for Temporary Traffic Control is included on the proposal COMO y witO
this section for measurement and payment m
B. When the proposal form does not include a bid item for temporary traffic control, all costs
incurred by the contractor for temporary traffic control are incidental to other work and will not
be paid for separately.
C. Provide 10 calendar days advance notification of a pedestrian path closure to the Engineer
and the National Federation of the Blind of Iowa (www.nfbi.org).
Revised: 2018 Edition
SUDAS Standard Specifications Division 8 - Traffic Control
Section 8030 - Temporary Traffic Control
1.08 MEASUREMENT AND PAYMENT
A. Temporary Traffic Control:
1. Measurement: Lump sum Rem; no measurement will be made.
2. Payment: Payment will be at the lump sum price for temporary traffic control.
Proportional payments will be made equal to the percentage of the dollar amount paid on
the original contract amount.
3. Includes: Lump sum price includes, but is not limited to, installation, maintenance, and
removal of temporary traffic control; total roadway closures with installation and removal
of detour signing as shown in the contract documents; removal and reinstallation or
covering of permanent traffic control devices that conflict with the temporary traffic control
plan; monitoring and documenting traffic control conditions; and flaggers. When required
in the contract documents, the following are also included in traffic control unless a
separate bid item is provided: portable dynamic message signs, temporary barrier rail,
temporary flood lighting, and pilot cars.
ry
0
n�
C-) N �'
=rn CA
r— M
' w
✓ N
<T
Revised: 2018 Edition
SUDAS Standard Specifications Division 8 - Traffic Control
Section 8030 - Temporary Traffic Control
PART2-PRODUCTS
2.01 GENERAL
Use products and materials complying with Part 6 of the MUTCD.
2.02 SIGNS
A. Material: Sheet aluminum, galvanized steel, plywood, or flexible roll -up material complying
with Iowa DOT Article 4186.02.
B. Size and Type:
1. Regulatory Signs: As indicated in the contract documents or recommended in the
MUTCD.
2. Sidewalk Signs: Minimum size 12 inch by 24 inch.
3. Warning Signs: Comply with Table 8030.01.
Table 8030.01: Warning Signs
Speed Limit
Minimum Sign
Minimum Uppercase
Minimum Plaque Size
(mph
Size
Letter Size
<25
30" x 30'
4"
18"x 18"
25-35
36" x 36"
5"
18" x 24"
>35
48" x 48"
7"
24" x 30"
C. Retroreflective Sheeting: Comply with Iowa DOT Article 4186.03.
D. Posts:
1. Wood Posts: Comply with Iowa DOT Section 4164.
2. U -Shaped Rail Steel Posts: 3.0 pounds per foot.
3. Perforated Square Steel Tube Posts: 2 1/4 or 2 1/2 inch square 12 gage perforated
steel tubing. o
E. Portable Sign Stands: Crashworthy per the test and evaluation criteria of (,2P §pport
350 or Manual on Assessing Safety Hardware (MASH). Must be stable in wtpdy orions.
c�-E rn r
2.03 CHANNELRING DEVICES —tt7
Channelizing devices include cones, channelizers, tubular markers, vertical pag 'sruA, an
barricades. zi= W
A. Retroreflective Sheeting: Comply with Iowa DOT Article 4186.03. a.
B. Cones: Minimum height of 18 inches for daytime and speed less than or equal to 35 mph.
Minimum height of 28 inches with retroreflective bands for nighttime or speed greater than 35
mph.
C. Channelizers: 42 inch height with retroreflective bands and 16 pound base.
D. Tubular Markers: Minimum diameter 2 inches with retroreflective bands. Minimum height
18 inches for daytime and speed less than or equal to 35 mph. Minimum height 28 inches for
nighttime or speed greater than 35 mph.
Revised: 2018 Edition
SUDAS Standard Specifications Division 8 - Traffic Control
Section 8030 - Temporary Traffic Control
2.03 CHANNELIZING DEVICES (Continued)
E. Vertical Panels: Minimum height 36 inches with 8 to 12 inch panel width and 24 inch
minimum panel height.
F. Drums: Minimum width 18 inches. Minimum height 36 inches.
G. Barricades: Minimum rail length 2 feet for Type 1 or Type II barricades. Minimum rail length
4 feet for Type III barricades. Minimum height of top rail for Type I and Type II equals 3 feet
and minimum height to top rail of a Type III is 5 feet.
2.04 MISCELLANEOUS PRODUCTS
A. Orange Mesh Safety Fence: Comply with Iowa DOT Article 4188.03.
B. Temporary Barrier Rail: Unless otherwise specified, use precast concrete units. Comply
with Iowa DOT Standard Road Plan BA -401.
2.05 EQUIPMENT
A. Warning Lights:
1. For nighttime installation, provide Type A warning lights visible to both directions of traffic.
2. For 24 hour installations, provide Type B warning lights.
B. Arrow Boards: When required, provide Type A, B, or C arrow boards operating in
sequential chevron mode.
C. Portable Dynamic Message Signs: Comply with Iowa DOT Article 4188.07.
D. Pilot Cars: Pickup trucks or automobiles with G20-4 signs reading: PILOT CAR - FOLLOW
ME. Mount two signs on each vehicle, visible from both directions of traffic. Mount signs with
bottom of signs at least 1 foot above the top of the vehicle's roof.
E. Vehicle Warning Lights: Supply amber, high-intensity rotating, flashing, oscillating, or
strobe light.
2.06 FLAGGERS
J
A. General: Comply with the current Iowa DOT Flagger's Handbook for flaggE r rations, "n
equipment, and apparel.
B. Lighting: Provide auxiliary lighting at flagger stations when nighttime flaggRareolred.
C. Training: For other than short time, emergency, or relief assignment of flaguee%prae v
flagger training to include the following: O � W
1. Issuing a copy of the current Iowa DOT Flagger's Handbook to and revierby eal,
flagger.
2. Presentation of the current Iowa Professional Flagging Video to each flagger.
3. Issuing a flagger training card to each flagger, to be carried at all times and shown upon
request. Include the following information on training card:
a. Employee name
b. Date of training
c. Name of instructor
d. Expiration date of December 31 of the year following the training date
Revised: 2018 Edition
SUDAS Standard Specifications Division 8 - Traffic Control
Section 8030 - Temporary Traffic Control
PART 3 - EXECUTION
3.01 INSTALLATION
A. General: Install temporary traffic control devices according to the Section 8030 figures and
Part 6 of the MUTCD.
B. Sign Posts: For durations more than 3 consecutive calendar days, mount the signs on fixed
posts. For durations 3 consecutive calendar days or less, mount the signs on fixed posts or
movable skids.
C. Temporary Barrier Rail: Place at locations specified in the contract documents. Tie and
anchor units as shown on Iowa DOT Standard Road Plan BA -401.
D. Sandbags: Use sandbags to anchor all traffic control devices subject to movement by wind.
Do not place sandbags on tops of barricades, drums, or vertical panels.
E. Conflicting Signs: Cover or remove signs with messages conflicting with temporary traffic
control as approved or directed by the Engineer.
F. Modifications: Submit proposed traffic control plan modifications to the Engineer for review
and approval prior to making changes.
3.02 MAINTENANCE
A. General: Promptly repair, replace, reposition, or clean traffic control devices, as needed, or
as directed by the Engineer.
B. Non -working Hours: At the end of working hours, remove, cover, or turn down traffic control
devices intended for working hours only.
3.03 QUALITY CONTROL
A. Traffic Control Technician: Maintain a traffic control technician on staff, responsible for the
Contractor's traffic control quality control program, that has attended and passed the exam in
one of the following classes:
1. ATSSA Traffic Control Technician
2. IMSA Work Zone Traffic Control
3. Minnesota DOT Traffic Control Supervisor
4. Texas Engineering Extension Service Work Zone Traffic Control
B. Monitoring and Documentation: Provide 24 hour mobile phone numbeEg)r the r-affic
control technician. On a daily basis, perform the following quality control V*&Ms*siatec1M
with monitoring and documenting traffic control conditions. 9--.r
C*) -< N
1. Review all traffic control operations for compliance with the contract dedetr
rn enm
-0
2. Monitor traffic operations and submit proposed traffic control plan chaFA to tt�
Engineer for approval. w
3. Coordinate all changes to the traffic control plan. -r
4. Coordinate all traffic control operations, including those of subcontractors and suppliers.
5 Revised: 2018 Edition
SUDAS Standard Specifications Division 8 - Traffic Control
Section 8030 - Temporary Traffic Control
3.03 QUALITY CONTROL (Continued)
5. Maintain a traffic control diary to be submitted at the end of the project or as requested by
the Engineer, with the following information:
a. Listing and locating traffic control used each day, referenced to appropriate plan
sheet or standard.
b. All reviews of traffic control devices and operations, whether satisfactory or
unsatisfactory, and corrections made.
c. Approved changes to traffic control specified in the contract documents.
d. Incidentals affecting the efficiency and safety of traffic.
e. A list of trained flaggers used.
END OF SECTION
Revised 2018 Edition
N
O
J
�-�
a
r
rn
-0
rn
Revised 2018 Edition
Ftraffic
Buffer Space (lateral)
provides protection for
and workers
Traffic Space allows
traffic to pass through
the activity area
L
is aw svreon
ss,mw warm
( 0 Q gra
vee i veMue w:
m^•cer rvs
40
--
cne,,,�ua,g —
cm�nawaq o�
F soy tuww�
50
•
7�IN
'Applies to
all Section 8030 figures
is
SO
35
35
70
70
40
40
SO
SO
45
45
■
90
50
f F F
Shoulder Taper
Advance Warning Area Transition Area
tells traffic what to expect ahead moves out
of its normal
path
Key'
® Mow aoeN
SMFmw
Taper Length(L)
(ft
Speed Umft(mph) Taper ft)
is aw svreon
ss,mw warm
( 0 Q gra
vee i veMue w:
m^•cer rvs
40
--
cne,,,�ua,g —
cm�nawaq o�
F soy tuww�
50
1M.�s wni
weefil,
oireedr vo ^ p6ad
Taper Length(L)
(ft
Speed Umft(mph) Taper ft)
Buffer(ft) Work
Fla,cor LZU0Z
20
vee i veMue w:
m^•cer rvs
40
--
cne,,,�ua,g —
25
25
50
50
'Applies to
all Section 8030 figures
Buffer Space Work Space
�(long0udinaO is set aside for
provides protection workers, equipment,
for tra0ic and and material storage
workers
Distance Between Signs
Speed Umh (mph) A
20625 100
3040 250
4550 350
55 500
■
1
Downstream
Taper
It may be necessary to combine two or room examples
to adequately address Ne traffic control needed.
Utilize vehicle warning lights (amber, higisintensily
rotating,flashing, oscillating, or strobe light) on
all shadow and work vehicles.
Vehicle hazard lights may be used to supplement
warning lights. Do ret use hazard lights alone.
Flags may be used to call attention to the advanced
warning signs.
If a closure exterals overnight, utilize channeliziig
deAces with reboreflective shooting.
Speed limit refers to Ne legally established and
signed speed limit.
If an arrow board Is used on 2 -lane mods, operate
only in the caution mode.
Adjust Ne position of warning signs and channeiWng
devices for available sight distance.
Do nol install temporary haffic control devices
Activity Area until work is ready to begin, andremove or cover all
Is where work takes place
Termination Area signs and devices promptly when they are not needed.
lots traffic resume The END WORK (G20-2) signs shown on all figures are
normal operations optional.
Merging Taper Lengths for Lana Glofl
Ohannellzing Device Spacing
Taper Length(L)
(ft
Speed Umft(mph) Taper ft)
Buffer(ft) Work
Space(ft)
20
20
40
40
25
25
50
50
30
30
60
SO
35
35
70
70
40
40
SO
SO
45
45
90
90
50
50
100
100
55
55
110
110
Merging Taper Lengths for Lana Glofl
Speed Umft
m
Taper Length(L)
(ft
Numberof
Devices
20
80
5
25
125
B
30
180
7
35
245
a
40
320
9
45
540
13
5o
BOD
13
55
BBD
13
'Values shown are for a 12 foot shift. Table does
not apply to one -lane, two-way (flagger) tapers
ROAD
WORK
AHEAD
�,4C;�213 �13 V �11P�09
LZ :E Nd 9Z IN llbl
a3"11A
For shod -term wok, the taper and channeltAng
H devices may be omitted K a shadow vehicle with
activated vehicle warning lights is used.
y Refer to Figure 8030.101 for symbol key and sign
spacing.
END
ROAD WORK
Use only on mina, low speed (5 40 mph) sheets.
Provide a lane closure for higher speed traffic
conditions.
Maintain a minimum lane width of 10 feet as measured
to the near face of channelizing devices. For
ROAD
shod -term use on low speed, low volume mads without
wider heavy commercial vehicles, a minimum lane width
WORK
of 9 feet may be used.
AHEAD
END
Where the opposite is suitable for carrying
ROAD WORK
A
vehicular aced lanes may be shifted by using
$ may
dosety spaced devices provided the
J
� J
are
resulting lane widths ara at least 10 feet wide.
widths at l
Additional advanced warning may be appropriate. such
as a ROAD NARROWS sign.
ROAD
WORK
AHEAD
�,4C;�213 �13 V �11P�09
LZ :E Nd 9Z IN llbl
a3"11A
For shod -term wok, the taper and channeltAng
H devices may be omitted K a shadow vehicle with
activated vehicle warning lights is used.
y Refer to Figure 8030.101 for symbol key and sign
spacing.
END
ROAD WORK
END
ROAD
WORK
l
10 feet minimum ti
curbline or outside
edge of paved
shoulder
Fes- A }L
ROAD
WOflK
AHEAD
Y 01
MM3 1J'kl o
cz :C WA 9z inr not
03114
ROAD
WORK
AHEAD
A �{
l
F
END
ROAD WORK
m
Maintain a nYnknum lane width on either side of the
center work space of 10 feet as measured from the
near edge of channellzfng devices b the edge of
pavement, paved shoulder, or face of curb.
A lane width of 9 feel may be used for short-term
stationary work on lax speed (< 40 mph), low volume
roads when motor vehicle traffic does not Include
longer and wider heavy commercial vehicles.
A work vehicle displaying vehicle warning lights may
be used instead of the channelizing devices forming
the tapers.
Refer to Figure 8030.101 for symbol key and sign
spacing.
'ecao waer
y. ■
■
IN
A 50' to 100'—H -
ROAD
WDPK
AHEAD
Alternate 1
ROAD
woaK
AHEAo
IA�
IN
Ron on
Refer to Figure 8030.101 for symbol key and sign
spacing.
Alternate 1
Use of Alternate 1 k restricted to low -speed
roadways with good sight distance (paved or
unpaved) during daylight hours.
Traffic may be self-regulating when the work
4— space is short and drivers can see the roadway
beyond.
y Use one or two flaggers when motor vehicle
traffic cannot effectively self -regulate.
Alternate 2
Use of Alternate 2 Is restricted to roadways
where average daily traffic is fewer than 400
vehicles and good sight distance exists.
Do not use within 2,500 feet of a similar work
O
uc RDAD
RD,tp WORK May be used for overnight closures. During
AHfAD ANEAD
non -working hours remove materials, equipment,
ENO
ors
ROAD IBM A I A �{ or stockpiled waste and fill or rover
J L J J ezWvations.
l F l l
NN
r
an
an NN IN IN HeN 10-17-17
�r
FgeF SUDAS 8030.104
I Buffer Space
o O
o F� q A A (optional)
Ra.O were sHEUoon I& ,
15' S0'to 100' 50 Do�100-
:OAD ur[SUDAS Standard Specifications
anDPK ROAD
an AHEAD AHEAD bid Alternate
NwMIN4LANE CLOSURE ON LOW VOLUME
0
m Altemate2 STREET (SELF-REGULATING)
� UNE ROAD
fl0A0 WOflK
AHEAD AHEAD
END
ROAD MONK
i
Use is restricted to roadways where average dally
traffic is fewer than 2,000 vehicles per day and good
sight distance exists. Use during daylight hours
only.
Do not park vehicles or equipment on opposite side of
work area.
A work vehicle displaying vehicle warning lights may
be substituted for the Type III barricade.
Refer to Figure 8030.101 for symbol key and sign
spacing.
Flagger Notes:
Allow traffic in the open lane to Now freely.
Stop the first vehilcle in the closed lane from the
flogger position shown, then move toward the
centerline to stop other vehicles.
y y
A second flagger may be required when the flaggees
L L L I view of approaching traffic in the open lane is less
-III than < mile or the work site is in an area of
00'
A A A � 30' to 50' 1max. FTWF-metrleted sight distance (such as a No Passing
ROADWORK Zone): and excessive traffic delays and conflicts am
ROAD •• I encountered.
WOflK ROAD _ ■ If second flagger is required, refer to Figure 8030.106.
AHEAD AHEAD 11
��31� •lll�
9Z 1M1lOZ
(1311zi
END
DOW b
AMAD -BEAD
I I I
a T I I J
An optional BE PREPARED TO STOP sign may be
added between the Flagger sign and the ONE LANE
ROAD AHEAD sign.
Extend the buffer space as required so the two-way
traffic taper is placed before a horizontal curve (or
crest vertical curve) to provide adequate sight
distance for the flagger and a queue of stopped
vehicles.
Refer to Figure 8030.101 for symbol key and sign
spacing.
Flagger Notes
Stop the first vehicle in me closed lane from the
gagger position shown. then move toward the
centedine to stop other vehicles.
Provide lighting to mark flagger stations at night.
A single flagger may be used for low volume
situations with short work zones on straight roadways
where the flagger is visible to road users
approaching from both directions. Refer to Figure
8030.105.
Refer to Figure 8030.107 for work in vicinity of a
street -rail crossing.
END
ROAJD WORK
l
F
I
IL
IL
A
1-� A
--+i
A +i
ROAD
� UNE*0'
Sm
WORK
ROAD
AHEAD
AHEAD
VIM 1'A I10 VM 011
M313 Ailo
LZ :£ Wd 9Z lop LIU'
Cl 3113
F `Sty to 100'
9� \� Extended
�yS Buffer Space
QO O
V
o xD
sTOP
ox
ROAD
NO
■ ...
ROAD WORK
11 AHEAD AHEAD
�AA
END
ROAD WORK
Coordinate with milroad company early, before work
starts.
When roadway work activities come within or near
railroad grade crossing, lake extra care to eliminate
the possibility of lane restrictions, flagging, or
other operations where vehicles might be stopped
within the grade crossing, which is defined as 15
feet from the closest rail.
Extend the buffer space of the activity area upstream
of the grade crossing (as depicted in Me figure) so
a vehicle backup by the flagging operation will not
extend across the grade crossing.
Refer to Figure 8030.101 for symbol key and sign
spacing.
Flagger Notes:
The railroad company may require railroad -supplied
Daggers.
D
ROAD WORK
y
50' to 100'
..
J► x
x x x
F IF
—A jL
ROAD
WORK
AHEAD
XH313 Ati3
LZ :£ Nd 9Z -MP 001
03-113
. .
L
M
■ . . .x x•x• i••.I
x .
■
sa m 100
ROAD
WORK
AHEAD
A�1
i
4-
-.I -
ROAD WORK
May be used for short-term daylight operations in
urban areas as 3-1ane street. Nighttime operations
require additional traffic control and
retrore0ective sheeting.
Cones may be used as channelizing devices during
daylight hours.
Flaggers and additional traffic control devices may
be required for higher baffic volumes or commercial
areas.
Refer to Figure 8030.101 for symbol key and sign
spacing.
May be used for short-tenn daylight operations in
urban areas on 3-1ane or 54ane streets. Nighttime
operations require additional traffic control and
retroreNeclive sheeting.
Cones may be used as channelizing devices during
daylight hours.
Flaggers and additional traffic control devices may
be required for higher traffic volumes or commercial
areas.
Refer to Figure 8030.101 for symbol key and sign
spacing.
ROAD
WORK
AHEAD
50' b 100'
END A
ROAD WDRK
•Fsi�rn«a,nii ,mt�nn r..
f
�12
■ •
i,
FEKDF
A 57] ROAD NORM
50' to 100'
.t
*)M413
3 V AQT
A113
in1A
!z :£ Wd 9z IN 001, °„„
SUDAS 8030.109
p sXEET 1 W 1
tl)
= a 3„ 4 SUDAS Standard Specifications
m
m
TRAFFIC CONTROL FOR CLOSURE
0 OF CONTINUOUS LEFT TURN LANE
XYPY WNi LNIE '
Wppa wsEY
AHEAp A -AD Outside Lane Closure
For low speed, low volume, urban streets the
LEFT/RIGHT LANE CLOSED AHEAD sign may be
Minetl.
Refer to Figure 8030.101 for symbol key and sign
spacing.
(1311-4
Place arrow board within the closed lane behind the
channelizing devices and as dose to the beginning of
the taper as practical, while keeping It on the paved
surface.
If the work area ezlends across the crosswalk, the
crosswalk should be closed using appropriate
Information and devices.
For traffic signal maintenance, consider using law
enforcement and/or a shadow vehicle.
For intersection approaches reduced to a single lane,
left-tuming movements may be prohibited to maintain
capacity for through motor vehkle traffic.
Right lane closure shown; for left lane closure,
modify sign messages and arrow boani.
Refer to Figure 8030.101 for symbol key and sign
spacing.
Nil
a:;no WORK
ROAD
WORK aIGHT LANE r
AHEAD AxEAo
t�
M313A113
LZ -£ old 9Z 1511' LIGZ
(1311-4
Place arrow board within the closed lane behind the
channelizing devices and as dose to the beginning of
the taper as practical, while keeping It on the paved
surface.
If the work area ezlends across the crosswalk, the
crosswalk should be closed using appropriate
Information and devices.
For traffic signal maintenance, consider using law
enforcement and/or a shadow vehicle.
For intersection approaches reduced to a single lane,
left-tuming movements may be prohibited to maintain
capacity for through motor vehkle traffic.
Right lane closure shown; for left lane closure,
modify sign messages and arrow boani.
Refer to Figure 8030.101 for symbol key and sign
spacing.
WORK
Eno
ROAD ■ORK
IF IF
ROAD
WORK LANE DNDS N
MERGE >
{ AHEAD ''r1 t_Err
V Yy l "A Ili F iXi �/ � ROIDKWORK
M3l3 1,110
? Z :£ Nd 9Z lAr 061
03-11:1
y ENO
ROAD WORK
1
ROAD
WORK
AHEAD
ROAD
WORK
AHEAD
A
F
ENO
ROAD WORK
If the work area emends across the crosswalk, the
crosswalk should be closed using appropriate
Information and devices.
For traWc signal maintenance, consider using law
enforcement and/or a shadow vehicle.
Right lane closure shown; for left lana closure,
modify sign messages and arrow board.
Refer to Figura 8030.101 for symbol key and sign
sparing.
03113
Left lane closure shown; for right lane closure,
modify sign messages and channeloing devices
For intersection approaches reduced W a single lane,
left tum movements may be prohiMed to maintain
capacity for through motor vehicle traffic.
ProhibitH-m left lam movements N sight distance from
the
` ROAD the Mmugh lane is restricted for left turning
� vehicles.
WORK
(Optional) AHEAD If work area eAtends across the crosswalk, the
crosswalk should be closed using appropriate
♦ A information and devices.
T i Refer to Figure 8030.101 for symbol key and sign
spacing.
YY
E�
I 1
ROAD WORK
Optional channelizing
devices for use with
painted median
END
ROAD WORK
l
03113
Left lane closure shown; for right lane closure,
modify sign messages and channeloing devices
For intersection approaches reduced W a single lane,
left tum movements may be prohiMed to maintain
capacity for through motor vehicle traffic.
ProhibitH-m left lam movements N sight distance from
the
` ROAD the Mmugh lane is restricted for left turning
� vehicles.
WORK
(Optional) AHEAD If work area eAtends across the crosswalk, the
crosswalk should be closed using appropriate
♦ A information and devices.
T i Refer to Figure 8030.101 for symbol key and sign
spacing.
YY
E�
I 1
ROAD WORK
ROAD.
WORK rT
AHEAD
A
50to 100'
ROADJNOflKL
l
F10' min.
�-- q 50, to 100,
ROAD I'
WORK IL
AHEAD
im,01 ',kilo Y74'itJl ExD
'M310 kilo 1011) WORK T
Cz :E Nd 9z lnr OR
® 3-113
100'
50' to 100'
ROAD
WORK
AHJJEAD
min. A l
END
ROAD WORK
Maintain a minimum lane width of 10 feet as measured
to the near face of channefving devices. For
short-term use on low speed. low volume mads without
wider heavy -commercial vehicles, a minimum lane width
of 9 feet may be used.
Left Tums may be prohibited as required by geometric
and traffic, conditions.
For shortduretlen work, the channellzing devices may
be eliminated Na vehicle displaying vehicle warning
lights is positioned in the work space. Anow signs
(W1-6) may be used to replace the KEEP RIGHT signs.
Refer to Figure 8030.101 for symbol key and sign
spacing.
Use for pavement marking and surface maintenance
operations In daylight hours only.
Place vehide-mounted signs at an elevation so they
are not obscured by equipment or materials and are
fully visible to approaching tramc.
Cover or tum sign legends from view when work Is not
in progress.
Refer to Figure 8030.101 for symbol key and sign
{
II�Iil't•i
Iii
{{{{
1.1 i,
spaa ng.
}jii( itl
i 1I, I've ttllLl : _ i; tai .�•,f+tlifiE��
,'�,+;#ilhl7 rin'
[:GlR[�illi�.tyi•.i
I(G 6{oVti�tlin
i
•n
II (r • � i FE Ili
I
� )(((�ii
iE
If an anew board is
used, operate in the
caution mode
(optional)
Use sign shape a
legend appropriate e to
the type of work. CRACK FRESH WET
Examples include:
SEALING OIL PAINT
W1101'11110 VA01
A13M 1,110
In
Ce
cz .E Nd sz Jnr uoZ
aw ,o-„.„
SUDAS 8030.115
o
u
*1's
t a t
(13
SUDAS Standard Specifications
rn
m
m
In
1
MOVING OPERATIONS ON
o
TWO LANE ROADS
T
Last Public Road
Intersection Prior
0 Closure
Safety Fence
�A A- A�
ROAD ROAD ROAD
CLOSED CLOSED CLOSED
AHEAD ROAD CLOSEDJ:::] AHEAD
ro
HAUTRAFFICI
ua3l3 111301
LZ :£ Nd 9Z 1W LIDZ
a3-lt3
When distance "A" is less than 500 feet, place the
barricade with the ROAD CLOSED TO THRU
TRAFFIC sign In the middle of the traffic lane
approaching the work area. The barricade may
be omitted it the distance to the work area is less
than 250 feet.
Maintain safety fence closures to prevent
unauthorized v.hides from passing through
Place staggered Type III barricades in the roadway
after the last public road intersection prior to the
closure.
If local traffic is allowed to pass a Type III
barricade, retroreflaclive sheeting Is required on
both sides of the barricade.
Refer to Figure 8030.101 for symbol key and sign
spacing.
IfZ :£ Nd 93 1AP L101
(1311:4
Use when crosswalks, sidewalks, or other pedestrian
fact ides are dosed or relocated. Ensure temporary
facflifles are detectable and Include accessibility
features consistent with the features present in the
existing pedestrian facility.
Signs such as KEEP RIGHT (LEFT) may
be placed to guile or direct pedestrians.
Provide continuous barriers or fencing complying with
the requirements of PROWAG to secure work areas
from pedestrians.
When required in the contract documents, provide
auxiliary lighting or audible Information devices to
assist pedestrians with visual disabilities.
Only the temporary traffic control devices related to
pedestrians are shown. Other devices related to
control of vehicular traffic may be necessary.
Refer to Figure 0030.101 for symbol key and sign
spacing.
AQ7 I.J 1%41v
LZ =£ Nd 93 Mr LIN
03"11A
Use when crosswalks, sidewalks, or other pedestrian
facilities are closed or relocated. Ensure temporary
facilities are detectable and Include accessibility
features consistent with the features present in the
existing pedestrian facility.
Provide continuous barriers or fencing complying with
the requirements of PROWAG to secure work areas
from pedestrians.
Where pedestrians are diverted onto high-speed
roadways, provide a temporary traffic barrier and, If
specified in the contract documents, a crash cushion
to separate the temporary sidewalk from vehicular
traffic.
When required in the contract documents, provide
auxiliary lighting or audible information devices to
assist pedestrians with visual disabilities.
Only Me temporary traffic control devices related to
pedestrians are shown. Other devices related to
control of vehicular traffic may be necessary.
Refer to Figure 0030.101 for symbol key and sign
spacing.
sunns r8030.
SUDAS Standard Specifications
SIDEWALK DIVERSION
flV, .—
LZ ;6 Nd 9Z
Use when work activities dose crosswalk or reduce
width to less than 4 feet. Ensure temporary
facilities are detectable and include accessibility
features consistent with the features present in the
existing pedestrian facility.
When required in the contract documents, provide
auxiliary lighting or audible information devices to
assist pedestrians with visual disabilities.
Refer to Figure 8030.101 for symbol key and sign
spacing.
2c CII
Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5140
Resolution No. 17-256
Resolution setting a public hearing on August 15, 2017 on plans,
specifications, form of contract, and estimate of cost for the
construction of the 2017 Sewer Rehabilitation Project, directing
City Clerk to publish notice of said hearing, and directing the City
Engineer to place said plans on file for public inspection.
Whereas, funds for this project are available in the Annual Sewer Repair account #V3101.
Now, therefore, be it resolved by the Council of The City of Iowa City, Iowa, that:
A public hearing on the plans, specifications, form of contract, and estimate of cost for the
construction of the above-mentioned project is to be held on the 15th day of August, 2017,
at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is
cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk.
2. The City Clerk is hereby authorized and directed to publish notice of the public hearing for
the above-named project in a newspaper published at least once weekly and having a
general circulation in the City, not less than four (4) nor more than twenty (20) days before
said hearing.
3. A copy of the plans, specifications, form of contract, and estimate of cost for the
construction of the above-named project is hereby ordered placed on file by the City
Engineer in the office of the City Clerk for public inspection.
Passed and approved this 1st day of August 12017
Ma)6r
Approved by
Attes
City Clerk ~City Attorney's Office -1h y/1-7
It was moved by Taylor and seconded by Botchway the Resolution be
adopted, and upon roll call there were:
Ayes:
Nays:
Absent:
Botchway
Cole
Dickens
Mims
Taylor
Thomas
Throgmorton
PRESS -CITIZEN MEDIA
PARTOFTHE USATODAY NETWORK
CITY OF IOWA CITY
ICPD
410 E WASHINGTON ST
IOWA CITY IA 522401825
AFFIDAVIT OF PUBLICATION
State of Iowa
County of Johnson, ss.:
The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly
organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City,
Iowa, the publisher of
Iowa City Press Citizen
newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that
an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed
and published in Iowa City Press Citizen on the following dates:
Ad No. Start Date: Run Dates: Cost:
0002320149 8/7/17 08/07/17 $33.05
Copy of Advertisement
Exhibit"A"
��nnuliii
\SSA R0
aozFty ;
ti9+
\ /11A
1A
Subscribed and sworn to before me by said affiant this
7th day of August. 2017
Notary Public ,
amby given that
of the City of
will conduct a
onplans,
M of contract
cost for the
to 2017 Annual
M Pro�7'ect in
.M. on the 15th
.7, said meetin-
mma J. HarvA
Hall, 410 E.
in said city, or
ancelled, at the
se City Council
ad by the City
of contract and estimated cost are
now on file in the office of the City
Clerk in the City Hall in Iowa City,
Iowa, and may be inspected by
any interested persons.
Any interested persons may
Upear at said meeting of the City
ouncil for the purpose of making
objections to and comments
concerning said plans
specifications, contract or the cosi
OF making said improvement.
This notice is given by order of
the City Council of the City of
Iowa City, Iowa and as provided
by law.
KELLIE F CIITTY cLEEPk
to
Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5144
Resolution No. 17-276
Resolution approving plans, specifications, form of agreement,
and estimate of cost for the construction of the 2017 Sewer
Rehabilitation Project, establishing amount of bid security to
accompany each bid, directing City Clerk to post notice to
bidders, and fixing time and place for receipt of bids.
Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of
cost for the above-named project was published as required by law, and the hearing thereon held;
and
Whereas, the City Engineer or designee intends to post notice of the project on the website
owned and maintained by the City of Iowa City; and
Whereas, funds for this project are available in the Annual Sewer Repair account # V3101.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa that:
The plans, specifications, form of contract and estimate of cost for the above-named
project are hereby approved.
2. The amount of bid security to accompany each bid for the construction of the above-
named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer,
City of Iowa City, Iowa.
3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3,
not less than 13 days and not more than 45 days before the date of the bid letting, which
may be satisfied by timely posting notice on the Construction Update Network, operated
by the Master Builder of Iowa, and the Iowa League of Cities website.
4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa,
at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 12th day of
September, 2017. At that time, the bids will be opened by the City Engineer or his
designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for
action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall,
City Hall, Iowa City, Iowa, at 7:00 p.m. on the 19th day of September, 2017, or at a special
meeting called for that purpose.
Passed and approved this 15th day of August
2017
Approved by 1/
Attes J14
City Clerk City Attorney's Office f
Resolution No. 17-276
Page 2
It was moved by Botchway and seconded by
adopted, and upon roll call there were:
Ayes:
x
x
Nays:
Thomas the Resolution be
Absent:
Botchway
Cole
x Dickens
Mims
Taylor
Thomas
Throgmorton
IOWA
LEAGUE
QfCITIES
CERTIFICATE
The Iowa League of Cities an entity organized under the laws of Iowa as an
instrumentality of its member cities, with its principal place of business in Des
Moines, Polk County, Iowa, does hereby certify that I am now and was at the time
hereinafter mentioned, the duly qualified and acting Executive Director of the
Iowa League of Cities, and that as such Executive Director of the League and by
full authority from the Executive Board, I have caused a
NOTICE TO BIDDERS
Notice to Bidders - 2017 Annual Sewer Rehabilitation
Classified ID: 104625
A printed copy of which is attached and made part of this certificate, provided on
08/16/2017 to be posted on the Iowa League of Cities' Internet site on the
following date:
August 16, 2017
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that
the preceding is true and correct.
8/16/2017
Alan Kemp, Executive Director
NOTICE TO BIDDERS
2017 ANNUAL SEWER REHABILITATION
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 3:00
P.M. on the 12fh day of September. 2017. Sealed
proposals will be opened immediately thereafter
by the City Engineer or designee. Bids submitted
by fax machine shall not be deemed a "sealed
bid" for purposes of this Project. Proposals
received after this deadline will be returned to the
bidder unopened. Proposals will be acted upon
by the City Council at its next regular meeting to
be held in the Emma J. Harvat Hall at 7:00 P.M.
on the 19th day of September. 2017, or at a
special meeting called for that purpose. The
Project will involve the following:
Lining of 4,387 LF of 8 -inch diameter sewer
pipe, 1,257 LF of 12 -inch diameter sewer
pipe, 285 LF of 18 -inch diameter sewer pipe,
183 VLF of manhole lining, 24 manhole
infiltration barriers, 97 service connection
reinstatements, and other associated sewer
lining work.
All work is to be done in strict compliance with the
plans and specifications prepared by the City of
Iowa City Engineering Division, of Iowa City,
Iowa, which have heretofore been approved by
the City Council, and are on file for public exami-
nation in the Office of the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be submitted in a
sealed envelope. In addition, a separate sealed
envelope shall be submitted containing a
completed Bidder Status Form and a bid bond
executed by a corporation authorized to contract
as a surety in the State of Iowa, in the sum of
10% of the bid. The bid security shall be made
payable to the TREASURER OF THE CITY OF
IOWA CITY, IOWA, and shall be forfeited to the
City of Iowa City in the event the successful
bidder fails to enter into a contract within ten (10)
calendar days of the City Council's award of the
contract and post bond satisfactory to the City
ensuring the faithful performance of the contract
and maintenance of said Project, if required,
pursuant to the provisions of this notice and the
other contract documents. The City shall retain
the bid security fumished by the successful
bidder until the approved contract form has been
executed, a bond has been filed by the bidder
guaranteeing the performance of the contract,
and the contract and bond have been approved
by the City. The City shall promptly return the
checks or bidder's bonds of unsuccessful bidders
to the bidders as soon as the successful bidder is
determined or within thirty days, whichever is
sooner.
The successful bidder will be required to furnish a
bond in an amount equal to one hundred percent
(100%) of the contract price, said bond to be
issued by a responsible surety approved by the
City Council, and shall guarantee the prompt
payment of all materials and labor, and also
protect and save harmless the City from all claims
and damages of any kind caused directly or
indirectly by the operation of the contract, and
shall also guarantee the maintenance of the
improvement for a period of two (2) years from
and after its completion and formal acceptance by
the City.
The following limitations shall apply to this
Project:
Specified Completion Date: December 6, 2017
Liquidated Damages: $400 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifi-
cations and form of proposal blanks may be
secured at the Office of City Engineer, City Hall,
Iowa City, Iowa, by bona fide bidders.
A $25 refundable fee is required for each set of
plans and specifications provided to bidders or
other interested persons. The fee shall be in the
form of a check, made payable to the City of Iowa
City. The fee is refundable if returned within 14
days of award of the project by City Council in re-
usable condition.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall submit
a list on the Form of Agreement of the proposed
subcontractors, together with quantities, unit
prices and extended dollar amounts.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Inspections and Appeals at
(515) 281-5796 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
By virtue of statutory authority, preference will be
given to products and provisions grown and coal
produced within the State of Iowa, and to Iowa
domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa Reciprocal
Preference Act applies to this project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
Kellie Fruehling, City Clerk
Julie Voparil
From: Carla Long <CLong@mbionline.com>
Sent: Thursday, August 17, 2017 4:27 PM
To: Julie Voparil
Subject: Certificate for Notice to Bidders
Attachments: 8.17.17 Notice To Bidders.pdf
Certificate
The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a
corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines,
Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified
and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from
the Executive Board, he caused a
oral i[d:1111[el:1Ir1r14:1;1
Iowa City 2017 Sewer Rehabilitation
A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan
Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service
with statewide circulation, on the following date(s):
August 17, 2017
I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct.
August 17, 2017 I( '°
Date President/CEO of The Construction Update Plan Room Network
Carla Long — Project Information Specialist
Master Builders of Iowa
221 Park Street, Des Moines, Iowa 50309
(d)515 -657-4400(a)515-288-7339
(f) 515-288-8718
(e) mbiplanroom-dsm@mbionline.com (w) www.mbionline.com
Project Information 1,-# IowaBidDate.com
NOTICE TO BIDDERS
2017 ANNUAL SEWER REHABILITATION
Sealed proposals will be received by the City
Clerk of the City of Iowa City, Iowa, until 3:00
P_M. on the 12`" day of September 2017. Sealed
proposals will be opened immediately thereafter
by the City Engineer or designee. Bids submitted
by fax machine shall not be deemed a "sealed
bid" for purposes of this Project. Proposals
received after this deadline will be returned to the
bidder unopened. Proposals will be acted upon
by the City Council at its next regular meeting to
be held in the Emma J. Harvat Hall at 7:00 P.M.
on the 10 day of September, 2017, or at a
special meeting called for that purpose. The
Project will involve the following:
Lining of 4,387 LF of 8-inch diameter sewer
pipe, 1,257 LF of 12-inch diameter sewer
pipe, 285 LF of 18-inch diameter sewer pipe,
183 VLF of manhole lining, 24 manhole
infiltration barriers, 97 service connection
reinstatements, and other associated sewer
lining work.
All work is to be done in strict compliance with the
plans and specifications prepared by the City of
Iowa City Engineering Division, of Iowa City,
Iowa, which have heretofore been approved by
the City Council, and are on file for public exami-
nation in the Office of the City Clerk.
Each proposal shall be completed on a form
furnished by the City and must be submitted in a
sealed envelope. In addition, a separate sealed
envelope shall be submitted containing a
completed Bidder Status Form and a bid bond
executed by a corporation authorized to contract
as a surety in the State of Iowa, in the sum of
10% of the bid. The bid security shall be made
payable to the TREASURER OF THE CITY OF
IOWA CITY, IOWA, and shall be forfeited to the
City of Iowa City in the event the successful
bidder falls to enter into a contract within ten (10)
calendar days of the City Council's award of the
contract and post bond satisfactory to the City
ensuring the faithful performance of the contract
and maintenance of said Project, If required,
pursuant to the provisions of this notice and the
other contract documents. The City shall retain
the bid security furnished by the successful
bidder until the approved contract form has been
executed, a bond has been filed by the bidder
guaranteeing the performance of the contract,
and the contract and bond have been approved
by the City. The City shall promptly return the
checks or bidder's bonds of unsuccessful bidders
to the bidders as soon as the successful bidder is
determined or within thirty days, whichever is
sooner.
The successful bidder will be required to furnish a
bond in an amount equal to one hundred percent
(100%) of the contract price, said bond to be
RFc4YV
406x62p„tz)
a
issued by a responsible surety approved by the
City Council, and shall guarantee the prompt
payment of all materials and labor, and also
protect and save harmless the City from all claims
and damages of any kind caused directly or
indirectly by the operation of the contract, and
shall also guarantee the maintenance of the
improvement for a period of two (2) years from
and after its completion and formal acceptance by
the City.
The following limitations shall apply to this
Project:
Specified Completion Date: December 6, 2017
Liquidated Damages: $400 per day
The plans, specifications and proposed contract
documents may be examined at the office of the
City Clerk. Copies of said plans and specifi-
cations and form of proposal blanks may be
secured at the Office of City Engineer, City Hall,
Iowa City, Iowa, by bona fide bidders.
A $25 refundable fee is required for each set of
plans and specifications provided to bidders or
other interested persons. The fee shall be in the
form of a check, made payable to the City of Iowa
City. The fee is refundable if returned within 14
days of award of the project by City Council in re-
usable condition.
Bidders shall list on the Form of Proposal the
names of persons, firms, companies or other
parties with whom the bidder intends to subcon-
tract. This list shall include the type of work and
approximate subcontract amount(s).
The Contractor awarded the contract shall submit
a list on the Form of Agreement of the proposed
subcontractors, together with quantities, unit
prices and extended dollar amounts.
Prospective bidders are advised that the City of
Iowa City desires to employ minority contractors
and subcontractors on City projects. A listing of
minority contractors can be obtained from the
Iowa Department of Inspections and Appeals at
(515) 281-5796 and the Iowa Department of
Transportation Contracts Office at (515) 239-
1422.
By virtue of statutory authority, preference will be
given to products and provisions grown and coal
produced within the State of Iowa, and to Iowa
domestic labor, to the extent lawfully required
under Iowa Statutes. The Iowa Reciprocal
Preference Act applies to this project.
The City reserves the right to reject any or all
proposals, and also reserves the right to waive
technicalities and irregularities.
Published upon order of the City Council of Iowa
City, Iowa.
Kellie Fruehling, City Clerk
Prepared by: Daniel Scott, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319)355-5144
Resolution No. 17-297
Resolution awarding contract and authorizing the Mayor to sign
and the City Clerk to attest a contract for construction of the
2017 Sewer Rehabilitation Project
Whereas, Municipal Pipe Tool Company of Hudson, Iowa, has submitted the lowest responsible
bid of $241,440.55 for construction of the above-named project; and
Whereas, funds for this project are available in the Annual Sewer Repair account #V3101; and
Whereas, The City Engineer and City Manager are authorized to execute change orders
according to the City's Purchasing Policy as they may become necessary in the construction of
the above-named project.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that:
1. The contract for the construction of the above-named project is hereby awarded to
Municipal Pipe Tool Company, subject to the condition that awardee secure adequate
performance and payment bond, insurance certificates, and contract compliance program
statements.
2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for
construction of the above-named project, subject to the condition that awardee secure
adequate performance and payment bond, insurance certificates, and contract compliance
program statements.
Passed and approved this 19th day of September
Ma or
Cify Clerk
I
It was moved by Botchway and seconded by
adopted, and upon roll call there were:
Ayes: Nays:
X
X
X
X
X
X
X
2017
Qrove y
./
�- -/7
City Attorney's Office
Dickens the Resolution be
Absent:
Botchway
Cole
Dickens
Mims
Taylor
Thomas
Throgmorton
Bond No. IAC587128
PERFORMANCE AND PAYMENT BOND
Municipal Pipe Tool Co., LLC, P. O. Box 398, Hudson, IA 50843 as
(insert the name and address or legal title of the Contractor)
Principal, hereinafter called the Contractor, and Merchants Bonding Company (Mutual)
(insert the legal title of the Surety)
an Iowa corporation as Surety, hereinafter called
the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter
called the Owner, in the amount of Two Hundred Forty one Thousand Four Hundred Forty s 551100 Dollars
($ 241,440.55 ) for the payment for which Contractor and Surety
hereby bind themselves, their heirs, executors, administrators, successors and assiem,j .ntly
and severally. P1 E®
WHEREAS, Contractor has, as of. l9 117 entered into a writtenAR 07YO1B
(date) low Clerk
Agreement with Owner for the 2017 Annual Sewer Rehabilitation Project; and wa City, towa
WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to
be completed by Contractor, in accordance with plans and specifications in the Iowa City
Engineer's Office, which Agreement is by reference made a part hereof, and the agreed-upon
work is hereafter referred to as the Project.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if
Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond
shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion
of the Project.
A. The Surety hereby waives notice of any alteration or extension of time made by the
Owner.
B. Whenever Contractor shall be, and is declared by Owner to be, in default under the
Agreement, the Owner having performed Owner's obligations thereunder, the Surety may
promptly remedy the default, or shall promptly:
1. Complete the Project in accordance with the terms and conditions of the
Agreement, or
2. Obtain a bid or bids for submission to Owner for completing the Project in
accordance with the terms and conditions of the Agreement; and upon determina-
tion by Owner and Surety of the lowest responsible bidder, arrange for a contract
between such bidder and Owner, and make available, as work progresses (even
though there may be a default or a succession of defaults under the Agreement or
subsequent contracts of completion arranged under this paragraph), sufficient
funds to pay the cost of completion, less the balance of the Contract Price, but not
AECOM 1160539072 PB -1
exceeding the amount set forth in the first paragraph hereof. The term "balance of
the Contract Price,' as used in this paragraph, shall mean the total amount
payable by Owner to Contractor under the Agreement, together with any addenda
and/or amendments thereto, less the amount properly paid by Owner to
Contractor.
C. The Contractor and Contractor's Surety shall be obligated to keep the improvements
covered by this bond in good repair for a period of two (2) years from the date of formal
acceptance of the improvements by the Owner.
D. No right of action shall accrue to or for the use of any person, corporation or third party
other than the Owner named herein or the heirs, executors, administrators or successors
of Owner.
IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in
accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or
corporations having contracts directly with the Principal, including any of Principal's subcontrac-
tors, all claims due them for labor performed or materials furnished in the performance Ptum' j,'8
Agreement for whose benefit this bond is given. The provisions of Chapter 573, Codepf I ey
a part of this bond to the same extent as if it were expressly set out herein. IvaCity wa
SIGNED AND SEALED THIS 19�k DAY OF S6P7C--9i j3G2 2017
IN THE PRESENCE OF:
Municipal Pipe Tool Co., LLC
(Principal)
Witness (Title)
rowner Witness
AECOM 0160539072 PB -2
Merchants Bonding C pany (Mutual) _
S tfr)
u, -X -
Dione R. Young (T a tle ney-in-Fact
Holmes, Murphy an s ciates, LLC
3001 Westown Parkway
(Street)
West Des Moines, IA 60266-1321
(City, State, Zip)
(515)223-6800
(Phone)
MERCHANT
BONDING COMPANY.
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Anne Crowner; Brian M Deimerly; Cindy Bennett; Craig E Hansen; Dione R Young; Jay D Freiermuth; Jody Decker, Kathleen Brewer, Kevin J
Knutson; Michelle R Gruis; Shirley S Bartenhagen; Stacy Venn; Tim McCulloh
their We and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law. uueenns
This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Lawa•wwp&Vbj* Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding, Inc., on October 16, 2015. CIT Clerk
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Yce President sh qV, aryj��yt[�ori
to appoint Attomeys-in-Fad, and to authorize them to execute on behalf of the Company, and attach the seal of the Company lribYbto,'HdfYd3 and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
Its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th
day of April , 2017
.•�pcopppA•:^y
••
MERCHANTS BONDING COMPANY (MUTUAL)
h: 4
'Pj,.yr,;
MERCHANT NATIONAL BONDING, INC.
•
y; 1933
:•ti ,
By
'•add••.. .���.:
' yk
•''d'�!(r••�•
��,�
President
STATE OF IOWA °°'••• ...... ••••°•
COUNTY OF DALLAS as.
On this this 5th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duty swom
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seats affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors..
110
VSLIAt s AUCIA K. GRAM
Commission Number7V430 My Commission Expires i N 9 _ �[
ipprp� April 1, 2020 `X•��"•�'- 1`
Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of , 2017
.•1•i�O w '.._ .*.,An Cn
N .••_
S�`2 u°� �rF0
: �''4�1`
'_'• 2003 :'A
• �• 1933 C:
Secretary
'•add••.. .���.:
' yk
••......�.....
•••••••
POA 00 18 (3/17)
ZC ( 3)
Prepared by: Jason Reichert, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5416
Resolution No. 18-67
Resolution accepting the work for the 2017 Sewer Rehabilitation
Project
Whereas, the Engineering Division has recommended that the work for construction of the 2017
Sewer Rehabilitation Project, as included in a contract between the City of Iowa City and
Municipal Pipe Tool Company of Hudson, Iowa, dated October 17, 2017, be accepted; and
Whereas, the Engineer's Report and the performance and payment bond have been filed in the
City Clerk's office; and
Whereas, funds for this project are available in the Annual Sewer Repair account #V3101; and
Whereas, the final contract price is $293,422.71.
Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that said
improvements are hereby accepted by the City of Iowa City, Iowa.
Passed and approved this 20th day of march , 2018
MYYor
Attest:
Ci Clerk
A ued b
City Attorney's Office
It was moved by Botchway and seconded by trims the Resolution be
adopted, and upon roll call there were:
Ayes:
Nays:
Absent:
Botchway
Cole
Mims
Salih
Taylor
Thomas
Throgmorton