Loading...
HomeMy WebLinkAboutProject Manual Mini Roundabout 12-15-22 lettingCONTRACT DOCUMENTS SOUTH STREET AND WEST 9TH STREET MINI -ROUNDABOUT Waterloo, Iowa Black Hawk County Iowa DOT Project Number: CS-TSF-8155(777)--85-07 City Project Number TOF 297 PAGE 1-1 TABLE OF CONTENTS COVER 1-1 TABLE OF CONTENTS 1-2 I- NOTICE TO BIDDERS 1-4 RECEIVING OF BIDS 1-4 INSTRUCTION TO BIDDERS 11-1 III- FORM OF BID III-1 IV- NON -COLLUSION AFFIDAVIT OF PRIME BIDDER IV-1 V- BID BOND V-1 VI- PERFORMANCE BOND VI-1 VII- TARGETED SMALL BUSINESS (TSB) AFFIRMATIVE ACTION CONTRACTOR'S RESPONSIBILITIES ON NON -FEDERAL -AID PROJECTS (THIRD -PARTY STATE -ASSISTED PROJECTS) VII-1 VIII- SPECIFICATIONS VIII-1 IX- SPECIAL PROVISIONS IX-1 X- GENERAL CONDITIONS OF CONTRACT X-1 A. Scope X-1 B. Inclusion of Documents X-1 C. Contractor's Responsibility X-1 D. Traffic Control X-3 E. Coordination with Utilities X-3 F. Payments X-3 XI- SPECIAL CONDITIONS OF CONTRACT XI-1 XII- CONTRACT XII-1 South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1213950 PAGE 1-2 TABLE OF CONTENTS Plans Sheets: SHEET TITLE SHEET NO. Cover Sheet A.01 Legend and Utility Contacts A.02 General Notes A.03 Removal Plan A.04 Typical Sections B.01— B.02 Quantities C.01 Estimate Reference Notes C.02 — C.03 Tabulations C.04 — C.06 Plan and Profile D.01 — D.04 Grading and Erosion Control F.01 Geometric Control G.01 Right of Way Plan H.01 Traffic Control Plan J.01 Detour Plan J.02 Intersection Plan K.01 — K.02 Jointing Plan L.01 Storm Sewer Plan M.01 — M.02 Water Main Plan MW.01 Pavement Marking and Signing Plan N.01 — N.02 Lighting Layout P.01 Sidewalk Plan S.01 — S.05 South Street and West 9th Street Mini -Roundabout PAGE 1-3 CS-TSF-8155(777)-85-07 I City Project No. TOF 2971213950 I- NOTICE OF PUBLIC HEARING AND NOTICE TO BIDDERS NOTICE OF PUBLIC HEARING On Specifications, Form of Contract, and Estimate of Cost NOTICE TO BIDDERS For the Taking of Bids for SOUTH STREET AND WEST 9TH STREET MINI -ROUNDABOUT RECEIVING OF BIDS City of Waterloo is accepting sealed bids for construction of the SOUTH STREET AND WEST 9TH STREET MINI - ROUNDABOUT. Sealed bids will be received by the City Clerk at City Hall, 715 Mulberry St, Waterloo, IA 50703 until December 15, 2022, at 1:00 p.m. Project detail documents are now on file in the office of the City Clerk. City of Waterloo will issue tax exempt certificates to the successful bidder and any subcontractors to enable them to purchase qualifying materials for this project free of sales tax. PUBLIC HEARING The City Council will conduct a public hearing on the proposed plans, specifications, form of contract, and estimate of cost at 5:30 p.m. on December 19, 2022, in the Council Chambers in the City Hall. You may appear and make objection thereto with the City Clerk before the date set for said hearing or appear and make objection thereto at the hearing. Proposals will be opened and read aloud in the Waterloo City Clerk's Office in the City Hall, on December 15, 2022, at 1:00 p.m. The bids will be acted upon on a later date after the proposals have been reviewed and approved. The project involves the construction of a mini roundabout at the intersection of South Street and W Th Street. The prior proceedings of the City Council referring to the project and the Contract Documents are hereby made a part of this notice and shall be an integral part of the contract to be awarded. Contract Documents means the collection of all the documents prepared for and used while advertising and awarding the contract such as Plans, Standard Specifications, Special Provisions, Form of Contract, Form of Bid, General Conditions of Contract, and all other forms and documents. A performance bond will be required before a contract is awarded. Some of the project's items will by the City of Waterloo, furnishing and installing as needed. A contract will be awarded to the qualified bidder submitting the most favorable bid considering price among other factors. The City reserves the right to reject any or all bids, re -advertise, waive informalities, and consider proposals along with the bid price. Bids may be held by the City for 30 days from the day of the opening of bids prior to awarding the contract. This is a local letting. No federal funds are involved. There is a 5% TSB goal. Required completion date is October 31, 2023. Liquidated damages will be charged in the amount of $200 per day. A 5% bid security shall accompany the bid in a separate envelope. CITY OF WATERLOO, IOWA Kelley Flechle City Clerk NOTICE OF PUBLIC HEARING AND NOTICE TO BIDDERS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE 1-4 II- INSTRUCTION TO BIDDERS 1- Two separate envelopes are expected marked as "Bid Proposal" and "Bid Security". All envelopes should be inside a larger envelope marked with the name of project and the bidder's name. The TSB PRE -BID CONTACT INFORMATION FORM should be contained inside the Bid Proposal envelope. 2- Do not include items that will be done by the City of Waterloo as part of your bid. These items are: Items by City: • CONSTRUCTION SURVEY 3- Bid Security may be in the form of Bid Bond, Cashier's Check, Money Order, or bidder's own established business checking account draft. 4- Alternative Performance Bond forms may be acceptable subject to review and prior approval by the City. INSTRUCTIONS TO BIDDERS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE 11-1 III- FORM OF BID SOUTH STREET AND WEST 9TH STREET MINI -ROUNDABOUT Iowa DOT Project Number: CS-TSF-8155(777)-85-07 City Project Number TOF-297 CITY OF WATERLOO, IOWA Honorable Mayor and City Council, Waterloo, Iowa The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the plans and specifications as well as all other contract documents listed in the Table of Contents and Addenda (if any), now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, proposes to construct and build SOUTH STREET AND WEST 9TH STREET MINI -ROUNDABOUT, all in accordance with the above -listed documents for the prices listed below: ITEM ITEM CODE DESCRIPTION UNITS QUANTITY UNIT PRICE TOTAL PRICE 1 2010-A-0 Clearing and Grubbing UNIT 184 2 2010-D-3 Topsoil, Offsite CY 112 3 2010-E-0 Excavation, Class 10 CY 500 4 2010-G-0 Subgrade Preparation, 12" SY 2835 5 2010-H-0 Subgrade Treatment, Geogrid SY 2439 6 2010-1-0 Subbase, Modified, 6" SY 2439 4020-A-1 Storm Sewer, Trenched, RCP Class III, 15" LF 186 8 4020-A-1 Storm Sewer, Trenched, RCP Class III, 18" LF 64 9 4020-D-0 Removal of Storm Sewer, RCP, 30" or Less LF 177 10 4040-A-0 Subdrain, HDPE, 6" LF 702 11 4040-D-0 Subdrain Outlets and Connections, HDPE, 6" EA 16 12 5020-G-0 Valve Box Replacement EA 5 13 5020-C-0 Fire Hydrant Assembly EA 1 14 5020-G-0 Utility Adjustment EA 1 15 5020-1-0 Fire Hydrant Assembly Removal EA 1 16 6010-A-0 Manhole, SW-401, 48" EA 2 17 6010-B-0 Intake, SW-501 EA 1 FORM OF BID South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE III-1 18 6010-B-1 Intake, SW-505 EA 4 19 6010-E-0 Manhole Adjustment, Minor EA 2 20 6010-H-0 Remove Manhole EA 3 21 6010-H-0 Remove Intake EA 4 22 7010-A-0 Pavement, PCC, 9" SY 1733 23 7010-A-1 Pavement, Colored PCC, 9" SY 648 24 7010-1-0 PCC Pavement Samples and Testing LS 1 25 7020-B-0 Pavement, HMA, 9" SY 58 26 7030-A-0 Removal of Sidewalk / Shared Use Path SY 325 27 7030-A-0 Removal of Driveway SY 105 28 7030-E-0 Sidewalk, PCC, 4" SY 172 29 7030-E-0 Sidewalk, PCC, 6" SY 145 30 7030-G-0 Detectable Warning SF 128 31 7030-H-1 Driveway, Paved, PCC, 6" SY 80 32 7040-H-0 Pavement Removal SY 1710 33 8020-C-0 Painted Pavement Markings, Durable STA 10 34 8020-E-0 Permanent Tape Markings STA 2 35 8030-A-0 Temporary Traffic Control LS 1 36 8040-A-0 Type A Sign, Sheet Aluminum SF 166 37 8040-B-0 Steel 2" X 2" Perforated 14- Gauge Square Tubing Post LF 240 38 8040-C-0 Removal of Signs and Posts EA 5 39 9010-B-0 Hydraulic Seeding, Seeding, Fertilizing, and Mulching, Type 1 AC 0.14 40 9010-D-0 Watering MGAL 21 41 9040-D-1 Filter Sock, 9" LF 636 42 9040-D-2 Filter Sock, Removal LF 636 43 9040-T-1 Inlet Protection Device, Filter Sock EA 5 44 9040-T-2 Inlet Protection Device, Maintenance EA 5 45 9085-SP-1 Removal and Reinstallation of Bench LS 1 46 9090-SP-1 Roadway Lighting EA 1 FORM OF BID South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE III-2 47 11,010-B Monument Preservation and Replacement (By City) N/A N/A N/A N/A 48 11,020-A Mobilization LS 1 49 11,050-A-0 Concrete Washout LS 1 TOTAL BID Total Bid Price in Writing: Dollars Total Bid Price: $ (numbers) 1. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If notice of the acceptance of this bid is mailed, emailed, faxed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form within ten (10) days after the agreement is presented to him. 2. The bidder has received the following Addendum or Addenda: i. Addendum No. Date 3. The City reserves the right to reduce project size prior to the award of a contract due to budgetary limitations. 4. The City reserves the right to select a bid that is most advantageous to the City, price included. (Name of Bidder) (Date) BY: Title Official Address: (Including Zip Code): I.R.S. No. FORM OF BID South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE III-3 STATE OF ) SS COUNTY OF IV- NON -COLLUSION AFFIDAVIT OF PRIME BIDDER , being first duly sworn, deposes and says that: (1) He is of (2) (Owner, Partner, Office Representative, Agent, Other (explain) , the Bidder that has submitted the attached bid. (3) He is fully responsible for the preparation and contents of the attached Bid and of all pertinent circumstances respecting such bid. (4) Such Bid is genuine and is not a collusive or sham Bid. (5) Neither the said Bidder nor any of its officers, partners, owner, agents, representatives, employees, or parties in interest including this affiant, nor any employee or official of the City of Waterloo, Iowa, or the Owner of the property interested in the proposed contract. (6) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employers, or parties in interest including this affiant, or by any employee or official of the City of Waterloo, Iowa. Signed: Title: Subscribed and sworn to me by before me this day of , 2022. Notary Public in and for County, Iowa. NON -COLLUSION AFFIDAVIT South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE III-1 V- BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, , as principal, and , as surety we held and firmly bound unto the CITY OF WATERLOO, Iowa. In the penal sum Dollars ($ ), lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the principal has submitted the accompanying bid dated the day of 2022, for the South Street and West 9th Street Mini -Roundabout Project (Iowa DOT Project No. CS-TSF-8155(777)-85-07. NOW, THEREFORE, (a) If said bid shall be rejected, or in the alternate. (b) If said bid shall be accepted and the principal shall execute and deliver a contract in the form specified and shall furnish a bond for his/her faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the surety for all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the city in liquidation of damages sustained if the principal fails to execute the contract and provide the bond as provided in the specifications or by law. The surety, for value received, hereby stipulates, and agrees that the obligations of said surety and its bond shall be in no way impaired or affected by any extension of the time within which the city may accept such bid or execute such contract; and said surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the principal and the surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate officers this day of , A.D. 2022. Witness (Seal) Principal By (Title) (Seal) Surety By Witness Attorney -in -Fact BID BOND South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE V-1 VI- PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a , hereinafter called Principal, and (Corporation, Partnership, or Individual) (Name of Surety) (Address of Surety) hereinafter called Surety, are held, and firmly bound unto: City of Waterloo, Iowa (Name of Owner) 715 Mulberry Street, Waterloo, Iowa 50703 (Address of Owner) hereinafter called OWNER, in the penal sum of ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that whereas, the PRINCIPAL entered a certain contract with the OWNER, dated this day of , 2022, a copy of which is hereto attached and made a part hereof for the construction of: SOUTH STREET AND WEST 9TH STREET MINI -ROUNDABOUT Waterloo, Iowa Now, therefore, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the SURETY and during the two (2) year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in anyway affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PERFORMANCE BOND South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE V-1 PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of the other beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of which shall be deemed an original, this day of , 2022. ATTEST: (Principal) Secretary (SEAL) (Witness as to Principal) (Address) ATTEST: (SEAL) Principal By (s) (Address) (s) (Surety) Secretary Surety By Witness as to Surety Attorney -in -Fact (Address) (Address) NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. PERFORMANCE BOND South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE V-2 VII- TARGETED SMALL BUSINESS (TSB) AFFIRMATIVE ACTION CONTRACTOR'S RESPONSIBILITIES ON NON -FEDERAL -AID PROJECTS (THIRD -PARTY STATE -ASSISTED PROJECTS) 1. TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(5), which is 51% or more owned, operated and actively managed by one or more women, minority persons or persons with a disability. Generally, this is a for -profit small business enterprise under single management, is located in Iowa and has an annual gross income of less than 4 million dollars computed as an average of the three preceding fiscal years. 2. TSB REQUIREMENTS In all State -assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 19B.7 and 541 Iowa Administrative Code Chapter 4. These requirements supersede all existing TSB regulations, orders, circulars, and administrative requirements. 3. TSB DIRECTORY INFORMATION Available from: https://www.iowaeda.microsoftcrmportals.com/tsb-search Phone: 515-725-4805 4. THE CONTRACTORS TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result -oriented program. Therefore, the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State -assisted funds which are administered by this firm (e.g., suppliers, manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State -assisted programs. 5. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractor's affirmative action responsibilities. This person shall have the necessary statistics, funding, authority, and responsibility to carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing, managing, and implementing the program on a day-to-day basis. The officer shall also: A. For current TSB information, contact the Iowa Department of Inspections and Appeals (515- 281-7102) to identify potential material suppliers, manufactures and contractors. B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. TARGETED SMALL BUSINESS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE 1 D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. F. Require all subcontractors and material suppliers to comply with all contracts equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision of materials/supplies, subcontracted work, or other commercially useful function. A. The bidder may count: (1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and manufacturers; or (2) Work to be subcontracted to a TSB; or (3) Any other commercially useful function. B. The contractor may count: (1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials. (2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including those as a subcontractor. (4) Work the Contracting Authority has determined that it involves a commercially useful function. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program. For example, leasing equipment or purchasing materials from the prime contractor would not count. 7. REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract. Bidders shall complete the bidding documents plus a separate form called "TSB Pre -Bid Contact Information". This form includes: (1) Name(s) of the TSB(s) contacted regarding subcontractable items. (2) Date of the contract. (3) Whether or not a TSB bid/quotation was received. (4) Whether or not the TSB's bid/quotation was used. (5) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes from TSBs Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicated on the Pre -bid Contact Information form. TARGETED SMALL BUSINESS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE 2 C. Contractors NOT Using Quotes from TSBs If there are no TSBs listed on the Pre -bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre -solicitation or pre -bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and/or minority -focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? (5) Were TSBs provided with adequate information about the plans, specifications, and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractor's groups; local, State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the Iowa Department of Inspections and Appeals. 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on all State -assisted projects which are not assigned goals. Form "TSB Pre -bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with Section 7C. of this document prior to the contract award. 9. PRE -BID CONTACT INFORMATION Bidders must submit this form with their bid. If there are no TSB subcontractors submit the form anyway and write on it none -contacted, non -available, etc. TARGETED SMALL BUSINESS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE 3 Form 730007WP 7-9 Contractor Project# County City TARGETED SMALL BUSINESS (TSB) PRE -BID CONTACT INFORMATION Page# (To Be Completed by All Bidders per the Current Contract Provision) For your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This information is subject to verification and confirmation. In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will decide as to whether the apparent successful low bidder made good faith efforts to meet the goals. NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used as a subcontractor. TABLE OF INFORMATION SHOWING BIDDERS PRE -BID TARGETED SMALL BUSINESS (TSB) CONTACTS SUBCONTRACTOR TSB DATES CONTACTED QUOTES RECEIVED QUOTATION USED IN BID YES/ NO DATES CONTACTED YES/ NO DOLLAR AMT. PROPOSED TO BE SUBCONTRACTED Total dollar amount proposed to be subcontracted to TSB on this project $ TARGETED SMALL BUSINESS South Street and West 9'h Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE 4 List items by name to be subcontracted: TARGETED SMALL BUSINESS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 I City Project No. TOF 297 11213950 PAGE 5 VIII- SPECIFICATIONS CITY OF WATERLOO SPECIFICATIONS A. GENERAL 1. Scope These Specifications cover the work described in the contract documents. It covers furnishing all labor, equipment, and materials, and performing all required operations to complete the work as per contract documents and to provide the construction of a mini roundabout at the intersection of South Street and W 9th Street, including PCC concrete pavement, sidewalks, pavement markings, electrical installation, storm sewer, sanitary sewer, removals, intakes, and manholes. Unless otherwise modified by these Specifications, and Special Provisions, if any, all work including equipment, material and installation shall be in accordance with the appropriate Iowa DOT standard and supplemental specifications. Where reference is made to the codes, standard specifications, supplemental specifications, the safety orders, the general orders, the standards, laws, and ordinances, it shall mean the version of the reference that is in effect on the bid advertising date. 2. Definitions Terms used in this document shall have the meanings defined below: • Specifications means this document titled, "CITY OF WATERLOO SPECIFICATIONS" • Iowa DOT means the Iowa Department of Transportation. • City means City of Waterloo, Iowa, or its representatives. • WTOD means City of Waterloo Traffic Operations Department. • Punch List means a list of items that need to be corrected by the Contractor on the project before the final acceptance can be made. • Response Time means the elapsed time from when the Contractor is given a notice to take certain actions to the time the Contractor starts the action. • Contractor means the Contractor and/or Contractor's representatives and sub- contractors. • LED means light emitting diode. • Contract Documents means the collection of all the documents prepared for and used while advertising and awarding the contract such as Plans, Specifications, Special Provisions, Form of Contract, Form of Bid, and all other forms and documents. 3. Related Specifications and Standards The Contractor shall comply with all the standards listed below unless otherwise modified by Contract Documents or Special Provisions: • ANSI (American National Standards Institute)Standards. • ASTM (American Society for Testing Materials)Standards. • Iowa DOT Standard Specifications for Highway and Bridge Construction, and All Current Supplemental Specifications, in Particular Sections 2402, 2403, 2404, and 2405. 2408, 2423, 4187, and Division 26. • ITE (Institute of Transportation Engineers)Standards. • MUTCD - Iowa Manual on Uniform Traffic Control Devices. • National Electrical Code. SPECIFICATIONS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE VIII-1 • National Electrical Safety Code. • NEMA (National Electrical Manufacturers Association)Standards. • Specifications of the Underwriters Laboratories, Inc. • All pertinent local, state, and federal laws and regulations covering installation, material, design, construction, and operation. The Contractor shall notify WTOD in writing of any discrepancy or ambiguity as to the intent or meaning of the Contract Documents or Signalization Specification before starting to work on that area. WTOD will supply the Contractor in writing with the intent. The decision of WTOD shall be final and conclusive. B. MATERIALS AND CONSTRUCTION The contract work shall comply with the applicable requirements of the Iowa DOT's Standard Specifications for Highway and Bridge Construction and current supplements, in particular the following parts: Section 2423: Support Structures for Highway Signs, Luminaires, and Traffic Signals Division 21: Earthwork, Subgrades, and Subbases (2101 to 2128) Division 23: Surface Courses (2301 to 2320) Division 24: Structures (2401 to 2436) Division 25: Miscellaneous Construction (2501 to 2555) Division 26: Roadside Development (2601 to 2612) Division 41: Construction Materials (4100 to 4196) Materials shall be of new stock unless the plans provide for the relocation, or the use of materials furnished by others. New materials shall be the products of approved suppliers and manufacturers, approved by the Engineer. Miscellaneous electrical equipment and materials shall be UL approved. 1. Electrical Weatherproof connectors shall be used. All termination shall offer a secure connection and be secure to the cable conductors. It shall not pull off the cable when gently tugged. The connection shall not rely on tape to secure it to the cable jacket to prevent it from coming apart. The correct tools shall be used to crimp the terminal connections. Using the wrong size of crimping die which produces a weak, non -uniform crimp which produces a short-term installation is not acceptable. Service Installation. (Traffic Signal and Lighting): The Contractor shall supply and install a 2-inch Schedule 80 PVC conduit to the source of power either to the transformer or up the power pole with a weather head connector as required by the power company supplied by the Contractor. The size of the service conductors shall be 3/c No. 3 AWG stranded conductor. The Contractor will be responsible for coordination of this work with the power company and for payment of connection fees, if any. The address of the source of power will be provided at the time of construction. Cables shall be pulled through conduit by means of a cable grip designed to provide a firm hold upon the exterior covering of the cable or cables, with a minimum of dragging on the ground or pavement. This shall be accomplished by means of reels mounted on jacks or rollers and other suitable devices. A suitable wire lubricant shall be used to reduce friction and strain on wires or cables. Service cable runs shall be continuous from the power line located on the service pole to the meter located on the controller cabinet or from the meter located on the service pole to the terminal compartment in the SPECIFICATIONS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE VIII-2 controller, whichever is applicable. The service riser shall be topped by standard weather head or otherwise replaced with "U" Guard. Clearances to the overhead utilities shall be specified by the serving utility. The power company will furnish the electrical meter. The Contractor shall supply the service cabinet. All work shall be in accordance with Iowa DOT Specification 2525 of the Standard Specifications and the MUTCD. A uniform systematic color code shall be used. All wiring shall comply with the National Electrical Code and City Ordinance and shall be subject to the inspection of WTOD. All wire shall be plainly marked on the outside of the sheath with the manufacturer's name and identification of the type of the cable. 2. Bonding and Grounding Metal conduit, service equipment, anchor bolts, metal poles, pedestals, controller cabinets, and all other electrical equipment shall be made mechanically and electrically secure to from a continuous system and shall be effectively grounded. The grounding conductor shall be a No. 6 AWG stranded green copperwire. Grounding bar shall be accomplished by bonding the grounding circuits to copper clad metal, driven electrodes. All electrodes shall be, as a minimum, 5/8 inches in diameter and 8-foot-long copper clad. The electrodes shall be driven vertically until the top of the rod is a minimum of 4 inches below grade. Bonding to the ground rod shall be made by means of suitable screw type positive ground rod clamps. Grounding to waterlines will not be permitted. Bonding of standards and pedestals shall be by means of a bonding strap attached to an anchor bolt or to 1 3/16-inch, or longer, brass, or bronze bolt installed in the pole base. The service meter and socket shall be bonded to a ground electrode by use of a ground clamp and a No. 6 AWG copper wire and shall be by means of cadmium plated grounding bushing and bonding jumpers. Where there is a change at a pull box or manhole for non- metallic conduit to metallic conduit, the grounding wire in the non-metallic conduit shall be bonded to the metallic conduit. Existing ungrounded metal poles shall be grounded by means of a driven ground rod. 3. Cables and Wires Luminaire Conductors: Conductors shall consist of type THWN, 600 volt, and single conductor copper stranded wires, which run continuously between poles. Conductors shall meet the requirements of Section 4185.12 of the Iowa DOT Standards Specifications and shall be of the size and number shown on the plans. 4. Conduit All conduits shall be Schedule 80 Poly Vinyl Chloride (PVC) when placed under paved surfaces and Schedule 40 elsewhere. The number and size of conduit shall be as specified on the plans. PVC conduits shall be rigid polyvinyl chloride meeting the requirements of NEMATC-2, Type 2, and applicable UL standards. Conduit buried in open trenches shall be placed a minimum of 18 inches deep and shall extend a minimum SPECIFICATIONS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE VIII-3 of 3 feet 6 inches from the back of curb unless otherwise directed by the Engineer. Open trench methods of placing conduit will be permitted except where the conduit is to be placed under existing pavement. Conduit in pavement areas shall be placed to a minimum depth of 24 inches below the finished pavement surface or as directed by the Engineer. The backfill materials from the placement of conduit in open trenches shall be deposited in the trench in layers not to exceed 6 inches in depth and each layer shall be thoroughly compacted before the next layer is placed. All cinders, broken concrete, or other hard abrasive materials shall be moved and shall not be used in the backfill material. All surplus material shall be removed from the public right-of-way and properlydisposed Whenever excavation is made across parkways, driveways or sodded areas, the sod, topsoil, crushed stone, or gravel shall be replaced or restored as nearly as possible to its original grade and the grade involved shall be left in a neat and presentable condition. Concrete sidewalks, pavements, base courses, and bituminous surfaces shall be replaced with new materials. Underground conduits shall be laid at a distance of at least 6 inches from any water line or other utility line. When the plans require the conduit be placed without disturbing the existing pavement, the term "pushed" is used. Pushed conduit shall be placed by jacking, pushing, boring or any other means necessary to place the conduit without cutting or removing pavement. The size of a bored hole shall not exceed the outside diameter of the conduit, which is to be placed. Tunneling under the pavement or water jetting will not be permitted. Pits for boring shall not be closer than 2 feet to the back of curb unless otherwise directed by the Engineer. Conduits shall be Schedule 80 PVC unless otherwise shown on the plans. When it is impractical to push the conduit under pavement due to unanticipated obstructions, the Contractor may, with the Engineer's permission, cut the existing pavement. Where conduit is to be placed by trenching methods under existing asphaltic pavement, an 8-inch wide by 18-inch-deep trench shall be opened along neat lines. The trench shall be backfilled with crushed stone, acceptable to the Engineer, filled with Class M high -early strength concrete to within 4 inches of the surface level. The concrete shall be allowed to set for a minimum of 48 hours without being exposed to traffic. The final 4 inches of backfill shall be a hot bituminous concrete plant mix acceptable to the Engineer. A polyethylene pull rope shall be installed in all conduits, which is identified on the plans for future use. At least 2 feet of pull rope shall be doubled back into the conduit at each termination. Conduit shall be laid to drain and 1-inch drains with crushed stone sumps shall be installed as shown on the plans and at all low points. The backfill shall be mechanically compacted in 6-inch layers to a density equal to that of the surrounding material. Conduit shall be connected to existing and new light bases and junction boxes. All required fittings shall be furnished and installed by the Contractor to provide a continuous, enclosed conduit system between poles. Conduit under pavement and driveways shall be rigid steel conduit or PVC Schedule 80, Type 2, in accordance with Iowa DOT Specification Section 4185.10 of the Standard Specifications. All trenches shall be backfilled with material containing no broken pieces of concrete or asphalt, stone, brick, wood, or other unsuitable material including nested clods. All conductors and wiring shall be furnished as new material and installed by the Contractor and shall conform to Iowa DOT Specification 2525 of the Standard Specifications. SPECIFICATIONS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE VIII-4 Conduit not under pavement or driveways shall be Schedule 40 PVC. All unused conduits, whether for future use or for later use in the project, shall be capped. All conduits shall be sloped to drain toward the nearest handhole, and if this should prove to be impractical, then a conduit drain shall be provided with crushed stone drainage sumps at all low points, as detailed in the plans for traffic signal bases. A permeable membrane to keep sand from washing back into the conduit shall be installed at the conduit drain. 5. Luminaires Unless otherwise shown or modified on the plans, the luminaires shall meet the requirements listed under this section. Luminaires shall be Philips Lumec RFM-108W32LED4K-T R3M DMG RCD PH9 BK, Acuity Brands ATB2- 40BLEDE70-MVOLT-R3-BK or equivalent meeting the following requirements: • LED 120-277 Multi -Tap • Type III Light Distribution • Photocell Receptacle (Empty) • 100-130 Lumens Per Watt • 4000K Light Temperature • Lights Shall Not Require Separate Power Supply or Driver • Shall be Finished to Meet Pole Color • Minimum 50,000 Hours at 70% Lumen Maintenance Luminaire shall be finished to match color and style of pole. Supplier shall provide a catalog cut sheet of luminaire for review by WTOD prior to acceptance. Luminaires shall be installed for operation on 240-volt AC, single-phase, 60 Hz. Each luminaire shall be complete with EEI-NEMA Standard through terminal polarized, twist -lock type photoelectric control receptacle with shorting caps on all luminaires. Photoelectric control for the intersection shall be installed in the controller cabinet. Where a photocell is to be installed, the Contractor shall verify that the luminaire photocell is operational prior to installation. Individual luminaires shall be provided with molded in -line fuse connector within the mast arm pole base and be sized to fit the conductors. Fuses shall be 10-ampere cartridge type. The neutral conductor shall not be fused. Streetlight connectors shall be used for all luminaire cable connections. Split bolts shall not be used. The photoelectric control turning "ON" and "OFF" roadway luminaires shall be in accordance with the following: • The photoelectric controls shall be of a solid-state crystal sensing type with an inverted turn -on and turn-off design and shall meet the design and quality requirements specified in the current acceptable standards to ANSI C136.10. The device shall have surge protection conforming to the requirements in the current acceptable surge protection ANSI standards. • The voltage rating of the control device shall be multi -voltage operating properly over the input SPECIFICATIONS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE VIII-5 voltage range of 105 to 285 volts, 50-60 Hz, alternating current with no change in the turn -on and turn-off foot-candle values, and a maximum total drift of not more than 1 percent over 10 years. • The control device shall have a minimum 30-second time delay to eliminate false operation due to lightning or stray passing lights, shall provide fail-safe operation (the light supply shall remain "ON" if the control circuit fails), and shall be equipped with an arrester for built-in transient surge protection. • The "TURN ON" level of the control device shall be 3.0 foot-candles at the appropriate voltage; the "TURN OFF" level of the control device 60 percent of the turn-onvalue. • An "ON -OFF" switch shall be provided inside each controller cabinet that controls power to all lighting circuits at that intersection. Salvaged Materials All existing materials and equipment not listed in the Specifications, and which are not being incorporated into the final project shall be salvaged by the Contractor and stockpiled on the project site for pick up by WTOD personnel. Such items will remain the property of the City. Contractor may be allowed to deliver the salvaged equipment and materials to the City, but prior authorization and coordination is required. Existing equipment and materials to be removed and salvaged, if present, include: None. C. METHOD OF MEASUREMENT AND BASIS OF PAYMENT The "Mini -Roundabout" work includes all work as detailed on the plans, and described in this Specifications. All bid items will be measured and paid individually. Compensation to the Contractor for all work covered by this Specifications shall be made at the Contract price for the Mini -Roundabout construction, complete, in place, and operating. SPECIFICATIONS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE VIII-6 IX- SPECIAL PROVISIONS The SUDAS Standard Specifications and Details are applicable to this project. The purpose of this section is to revise, identify, add, and/or clarify conditions relating to specific bid items on this project. Modify SUDAS Standard Specifications as follows: Section 7010: Portland Cement Concrete Pavement PART 1— GENERAL 1.03 Submittals A. Submit sample chip set for color additives. Pigments for colored concrete shall conform to ASTM C979. 1.05 Delivery, Storage, Handling and Salvaging F. Color Additive: Deliver, store and handle in accordance with manufacturer's instructions. 1.08 Measurement and Payment N. PCC Pavement, Colored: 1. Measurement: Measurement will be in square yards for each different thickness of PCC Pavement, Colored. The Area of Manholes, intakes or other fixtures in the pavement will not be deduced from the measured pavement area. 2. Payment: Payment will be at the unit price per square yard for each thickness of PCC Pavement, Colored. 3. Includes: Unit price includes, but is not limited to, color additive, final trimming of subgrade or subbase, bars and reinforcement, joints and sealing, surface curing and pavement protection, safety fencing, concrete for rigid headers, boxouts for fixtures, and pavement smoothness testing. PART 2 — PRODUCTS 2.01 Materials G. Admixtures 1. Color Additives a. Manufacturer shall be Davis Colors i. Phone: 800-356-4848 or 323-269-7311 ii. E-mail: info@daviscolors.com iii. Web Site: www.daviscolors.com iv. Or Approved Equal b. Type: Concentrated pigments specially processed for mixing into concrete and complying with ASTM C979. c. Dispensing: Use Davis Colors Mix -Ready powdered color additives in pre -measured disintegrating bags at a rate of 2% of cement content (2 pounds (1 cu. ft.) of color additive per 94 pounds of cement content), or as recommended by manufacturer. d. Color shall match as shown in plans. SPECIAL PROVISIONS South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE IX-1 X- GENERAL CONDITIONS OF CONTRACT A. Scope 1. This General Conditions of Contract, referred to here after as GCC, consist of the terms and condition under which the Contract is executed and shall govern the execution of the Contract. This GCC sets the terms of the Contract signed by the Contractor and the City of Waterloo unless otherwise modified by the Special Conditions of Contract (SCC). Under this GCC all traffic works as described in plans and other parts of the Contract Documents shall be complete, in place, ready to be used, and operative. The Contractors work covered by this GCC consists of furnishing all labor, equipment and materials and performing all required operations to complete the Contract works. B. Inclusion of Documents 2. It is understood and agreed that this GCC is part of the Contract; also the resolution adopted by the City Council approving the construction of the improvement, the Notice to Bidders as published, the Instruction to Bidders, the Form of Proposal, the Performance Bond, the Council Proceedings relating to this matter, and the Plans and Specifications and all other documents contained in the Contract Documents shall all be considered as forming a part of the Contract the same as though they were each set out in said Contract. C. Contractor's Responsibility 3. The Contractor agrees to perform the Contract work and install the improvements on the terms set out in the Contractor's bid or proposal to the City which has been accepted by the City and which is by reference made a part of this GCC. 4. The Contractor agrees to commence the work, subject of the Contract, within ten (10) working days after receipt of"Notice to Proceed" and complete it on or before ninety working days from the date of Notice to Proceed and any extension of time that is granted by the City. 5. Should the Contractor fail to complete said improvements in strict accordance with the terms and conditions of the Contact, or the plans and Specifications therefor promptly by the date herein specified, the City may pay such additional sums as it may be required to pay by reason of the failure of said Contractor and deduct any and all such sums from any amount then due the Contractor. 6. Should any part of any intersection reconstruction of the mini -roundabout fail within the warranty period the Contractor shall correct the failure and deliver a working system. In the event of the failure or default of the Contractor to remedy any or all system failures due to defects in said work within the warranty period and starting from the date of its acceptance by said Council, and after having been given ten (10) day notice so to do by registered letter deposited in the United States Post Office, addressed to the Contractor at the address in the Contract Documents, then the City may proceed to remedy such defects. The costs and expenses thereof shall be the Contractor responsibility. 7. The Contractor agrees to furnish at its own cost and expense, all necessary materials and labor for said work and to construct said improvements in a thorough, substantial, and workmanlike manner, and in strict accordance with the requirements of the Contract, and of the plans, and Specifications made a part hereof by reference, and to the satisfaction and approval of the City and its Traffic Engineer. 8. The Contractor agrees to comply with and obey all ordinances of the City of Waterloo, Iowa, relating to the obstruction of streets and alleys, keeping open passage ways for water, traffic, and protecting any excavations in any street or alley, and maintaining proper and sufficient barricades with lights and signals during all hours of darkness, to see that the backfilling is properly done, and agrees to keep the City whole and defend any and all suits that may be brought against the City by reason of any injuries that may be sustained by any person or property allegedly caused by the Contractor, or his/her agents, while work is done pursuant to this agreement. 9. The Contractor agrees that in the event a law suit is brought against the City for damages allegedly sustained by reason of any act, omission or negligence of the Contractor or its agents, or on account of any injuries allegedly sustained by reason of any obstruction, hole, depression or barrier placed or dug by the defendant or its agents, in the doing of the work herein contracted for, that it will defend said suit and save the City harmless therein, and in case judgment is rendered against the City, the Contractor agrees to pay the same promptly. The Contractor agrees to carry public liability insurance in a solvent company in a sufficient amount to protect the City and those who use the streets of the City. SPECIAL CONDITIONS OF CONTRACT South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE IX-1 10. The City shall have the right to appoint one or more construction reviewers who shall review the progress of the work in detail; also, to make any test or any material to be used in such work. Such construction reviewer shall have full authority to pass judgment upon all materials and upon the manner of doing the work, and their judgment on rejecting any materials, substance, or manner of work shall be final unless it is revoked or modified by the City representative. 11. Any material or equipment that has been rejected by the construction reviewer shall be at once removed from the line of work and shall not be again taken thereon or placed with the material proposed to be used without the written consent of the Engineer. 12. The Contractor shall maintain no cause of action against the City on account of delays and prosecution of work, but if said work is delayed by the City, the Contractor shall have such extra time for completion of the job as was lost by reason of the delay caused by the City. 13. The Contractor agrees to pay punctually all just claims of labor, material, or subcontractors who shall perform labor or furnish materials entering this improvement. It is agreed that the City need not pay the Contractor until all such claims are paid by the Contractor. It is agreed that the City shall not be liable for said labor and material under the contract. 14. The Contractor agrees to furnish the City, simultaneously with the contract, a bond on a form to be provided by the City in the amount provided by law, which shall be for the benefit of the City, and all persons injured by the breach of any of the terms of the Contract. Said bond shall be filed with the City Clerk and shall be subject to the approval of the City Council and is by reference made a part of the Contract. 15. The Contractor agrees that should it abandon work under the Contract or cease the prosecution thereof for a period of thirty (30) consecutive days without reasonable cause, and should it fail to proceed with said work within ten (10) days after a notice to continue or carry it on has been mailed to it at the address given herein by the City, or after such notice has been served on it, then the City may proceed to complete said work, using any material, tools, or machinery found along said line of work, doing the work either by contract or as it may elect, and the Contractor and the sureties on its bond shall be liable to the City for the costs and expenses so paid out. Said costs shall be retained by the City from any compensation due, or to become due the Contractor, and may be recovered by the City in an action upon Contractor's bond. 16. After the completion of said work, the Contractor agrees to remove all debris and cleanup said streets, and to save the City harmless from any damage allegedly resulting from a failure to cleanup and remove the debris or put the street back in a proper condition for travel. The Contractor shall thoroughly clean the site and restore it to a condition at least equal to that existing prior to construction. 17. The Contractor and/or his/her representative shall perform all work required and furnish all labor, materials, equipment, tools, transportation and supplies necessary to complete the work in accordance with the project plans and specifications. Should any misunderstanding arise as to the intent or meaning of the plans or specifications, the decision of the City shall be final and conclusive. 18. The Contractor is specifically assigned full responsibility for all work and equipment installed by the Contractor, either permanent or temporary, particularly traffic signals, from the time that the Contractor begins work until final acceptance. The Contractor shall thereafter have an individual on call. This individual shall have the training and equipment required to make all necessary repairs to eliminate any conditions adverse to public safety and should be able to restore any of the Contract's intersection traffic signal systems to safe operation. All costs associated with such repair and emergency control shall be borne by the Contractor except when caused by events beyond the Contractor's responsibility. 19. The Contractor shall notify the City Traffic Operations Department in writing after the construction is 100 percent completed. 100 percent complete shall mean all construction is finished and equipment installed, and the intersections can be open to traffic. Once this writing is received by the Traffic Operations Department, the City will then inspect the installation. A punch list will then be issued. All repairs and testing of the field equipment shall be done by the Contractor. The Contractor shall have complete records of the work performed while under construction, including as -built plans. Log- in sheets of the intersection where work is performed shall be maintained until completion and documents are turned over at 100% completion of job. Prior to the opening to traffic, the time and date of opening of the intersection to traffic shall be mutually agreed upon by the City and the Contractor. SPECIAL CONDITIONS OF CONTRACT South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE IX-2 D. Traffic Control 20. The Contractor and/or his/her representatives always shall conduct his/her operation in such a manner as to ensure the safety of the motorists, the pedestrian, and his/her own employees. The Contractor shall perform his/her work in such a manner and sequence as to always maintain vehicular and pedestrian traffic and to maintain access to adjacent private properties. 21. Where excavations occur in the sidewalks or other pedestrian -ways or adjacent areas the Contractor shall provide a safe and orderly pedestrian passage around the excavation area. The pedestrian passage shall not subject pedestrians to walk upon unsuitable or hazardous surfaces. Special consideration shall be given to areas used by people with disabilities particularly visually impaired persons. 22. At the end of each day's work and at all other times when construction operations are suspended, all work and other obstructions shall be removed from that portion of the roadway or sidewalk normally open for traffic. 23. The Iowa Department of Transportation specification for traffic controls applies. The Contractor shall furnish, install, and maintain all devices for directing, warning and re-routing traffic flow, including warning lights, barricades, and other devices necessary to adequately inform the motorists of unusual or unsafe conditions and guide him safely through the Contract work area. E. Coordination with Utilities 24. The Contractor and/or his/her representative shall be responsible for determining the exact location and elevation of all public utilities in proximity to his/her construction work and shall conduct his/her activities such that the public utilities shall not be disturbed or damaged. 25. Liability. The Contractor shall be fully liable for all expenses incurred because of his/her failure to obtain required clearances, location of utilities, and any damage to the public utilities caused by his/her work and/or his/her representative. F. Payments 26. In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations, and conditions hereof, or contained in the various instruments made a part of the Contract by reference, and upon completion and acceptance of said work, the City agrees to pay to the Contractor, in the manner set out in the Notice to Bidders, the amount of money due the Contractor for work performed and accepted, at the unit prices set out in the Contractor's proposal, which has been accepted by the City plus any approved change orders. 27. Progress payments to the Contractor will made based on pay estimates. Monthly estimates of the work performed on the project are made by the Engineer as the basis for progress payments to the Contractor. An invoice from the contractor shall not be the basis for payment. The contractor should submit an invoice based on what the contractor believes is the acceptable quality and quantity of work to be considered by the Engineer in preparing a pay estimate. 28. The City will keep 5% retainage from all payments to the contractor until the project is final accepted by Waterloo City Council at which time the Contractor shall submit a request for release of retainage to the Engineer. The Contractor may submit a request for release of retainage at the same time he/she submits a request for final acceptance of work. 29. Upon receipt of a final acceptance request from the Contractor the Engineer will process a final pay estimate. If the Contractor does not agree with the final amount, the Contractor has 60 days from the date of final acceptance of the project to contest the final pay estimate and provide the Engineer with evidence that the final pay estimate is not correct, otherwise the final pay estimate shall be considered approved and acceptable by the Contractor for full compensation for his/her work under the Contract. 30. Compensation to the Contractor for the mini -roundabout construction will be made at the Contract lump sum price for the construction, in place, and operating. No measurements or payment of individual construction items will be made except for purposes of progress payments. No direct payment will be made for any materials or work required to complete works for the mini -roundabout construction unless specifically provided for in the Contract Documents. 31. The bid item quantities may vary up to 20% at the Contract unit prices except for lump sum items and except when it causes the total Contract price to increase or decrease by more than 20%. Increase or decrease of more than 20% of the SPECIAL CONDITIONS OF CONTRACT South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE IX-3 bid quantities or total Contract price shall require City of Waterloo Council approval. Price changes due to quantity variation of more than 20% will be mutually agreed on by the Contractor and the City. 32. Variation in lump sum item costs shall be approved by the Engineer prior to performance of that work. Variation of more than 20% of a lump sum cost shall require City of Waterloo Council Approval. SPECIAL CONDITIONS OF CONTRACT South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE IX-4 XI- SPECIAL CONDITIONS OF CONTRACT SOUTH STREET AND WEST 9TH STREET MINI -ROUNDABOUT DOT Project Number: CS-TSF-8155(777)--85-07 City Project Number: TOF-297 The following conditions shall modify and prevail over the appropriate and/or corresponding conditions in General Conditions of Contract. 1. The Completion date for the project is September 30, 2023. 2. This contract has no specified working days; however, contractor shall have project completed by date specified above. Failure to complete contract by specified date will result in liquidated damages being assess at $200 per day. 3. This project is funded by an Iowa DOT grant. The Contractor understands that City must obtain prior Iowa DOTconcurrences and approvals to award a contract, process change orders, and make any other major changes or deviationsfrom the project as defined in the Contract Documents. SPECIAL CONDITIONS OF CONTRACT South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE XI-1 XII- CONTRACT FOR THE CONSTRUCTION OF SOUTH STREET AND WEST 9TH STREET MINI -ROUNDABOUT DOT Project Number: CS-TSF-8155(777)--85-07 City Project Number: TOF-297 CITY OF WATERLOO, IOWA This contract made and entered into this day of , 2022, by and between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to as City), and WITNESSETH: of , (hereinafter referred to as Contractor), Contractor agrees to build and construct the SOUTH STREET AND WEST 9TH STREET MINI -ROUNDABOUT, and furnish all necessary tools, equipment, materials, and labor necessary to do all the work called for in the plans and specifications in a workmanshiplike manner and for the prices set forth in Contractor's proposal, which was accepted by the City, and which is understood and agreed to be a part of this contract. Contractor understands, agrees with, and is bound by the terms of General Conditions of Contract and Special Conditions of Contract contained in the Contract Documents. The total amount of the performance bond, based on the Contractor's total bid prices, and for which 100% surety bond is required is $ This contract is not divisible, but in the event of a conflict between this contract and the various instruments incorporated by reference, this contract shall govern. Contractor BY: Title: CITY OF WATERLOO, IOWA Mayor Approved by the City Council of the City of Waterloo, Iowa, on , 2022. ATTEST: , City Clerk, Waterloo, Iowa CONTRACT South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 1 City Project No. TOF 297 1 1213950 PAGE XII-1