Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
State of Iowa-Bid Proposal-03.02.2009
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. 4. If this bid is accepted as the low bid. The undersigned agrees to execute and deliver the project according to the terms and conditions of the Contract Documents and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within five (5) days after"Notice to Proceed" is issued 5. The bidder has received the following Addendum or Addenda: Addendum No. Date 6. The bidder shall list the TSB sub-supplier(s), amount of goods and bid items on the State TSB form. KG3s ; C. 11/3/ag (Name of Bidder) (Date) BY: 9.f j.y� wry L►3 Title t sx-OjT Official Address: (Including Zip Code): I.R.S. No. r _ f ()3 ScI5 `17 Accepted as Low Bid: • , Mayor Pr a Date: S ' - 0 2 3 2 } § \ \ \ o - in \ \ C. = § \ f ® 0 0 ) \ \ 8 a 7 \ ® $ ƒ co < § .0E o < m \ 0 \ 0 0 -o § o 0 0 e 3 = £ EC § o g / I ) ) c \ { j LU E Z , .. \ < . o as § ) 00 \ 0 5 \ N. \ 5 Vi CD \ j ) ƒ 7 = / \ E , ) 0 c < / Cl) ) 3 p_ < u 0 z (1) Z \ 7 e CO ) Z > 0 m Q o = 0 § u o § W § c a) 0 ° z 2 ) 2 £ 2 ƒ . m— / ` o t Cl) 0 k- j $ \ ` { 5 ® 0 'Co CO \ } \ } o \ } / \ Z _ < % = £ ' Cl) a Q z E G § d 0 = E g 0 2 } t o d CO = a) < I § p 5 7 £ = g CC co 0 III E Cr) = e o o =< W 7 \ k E \ § Ili F-- <0 U k § § G ) °° 0 c \ \ . co - C / \ \ C \ _ 0 a) ? ) E C. c coq / / co o § \ 03 .0 \ > g » a a E@ 6 \ \ \ \ 0 7 2)11 • 0 0 / § ° E } < 0 eE = a J Z \ z Cl) ° o , C G E 0 \ k // 2 { 2 \ \ j = aa - , 2E f\ ] ) 2f m a_ • ( \ � \\ jS ) 3 C k c i s ° ±= E c , , e c, ) . $ $ > E j ¥ » &� & Es 8 / . » 2 6jq k 2 E -.E* a) : o e § 2 ) 3 2 / I 0 0 £ 2 G / z = - / j CONTRACT DOCUMENTS Installing Poles, Signs, and Pavement Markings W. 4t" Street at Allen Street TRF-125 WATERLOO, IOWA A. CINTRACT DOCUMENTS All the conditions and information contained in this Contract Documents shall be considered as the Conditions of Contract and shall apply to the contract that will be awarded for this project. B. RECEIVING OF BIDS Sealed bids will be received by the City Clerk of the City of Waterloo, Iowa, at her office at City Hall, 715 Mulberry Street, Waterloo, Iowa 50703 on the 3`d ay of November 2008, until 12:00 noon for Installing Poles, Signs, and Pavement Markings on W. 4th Street at Allen Street as described in detail in the specifications now on file in the office of the City Clerk. C. REQUIRED DOCUMENTS TO ACCOMPANY THE BID The enclosed State of Iowa Targeted Small Business Pre-Bid Contact Information Form shall be submitted along with the Form of Bid or Proposal. D. OPENNING OF BIDS All bids will be opened in a publicly held meeting in the small conference room of City Hall at 1:30 p.m. on November 3, 2008. E. CONTRACT AWARD A contract will be awarded to the qualified bidder submitting the lowest total bid. The City reserves the right to reject any or all bids, re-advertise for new bids, and to waive informalities in the bids submitted that might be in the best interest of the City. F. PROJECT INFORMATION Only Poles and signs will be furnished by City of Waterloo. The contractor shall be responsible for completing the project including bases, installing poles, installing signs, pavement markings, and traffic control. City will mark the location of the bases and a reference point for pavement markings. Three concrete bases are required for this project. These bases will be located within the existing grassy area of the right of way. The contractor should visit the area to familiarize himself/herself with the area. G. IOWA ONE CALL The contractor is responsible to contact Iowa One 1-800-292-8989 at least 48 hours prior to all excavation activities, 1 H. COMPLETION DATE The project should be completed by December 30, 2008. Portions of the project that are not completed before this date shall be completed by June 15, 2009. I. PERFORMANCE BOND The successful bidder will be required to furnish a "Performance Bond" within ten (10) days after forms are presented to him 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 faithful performance of the contract and the terms and conditions therein contained, and shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims of any kind caused by the operations of the Contractor. J. STATE OF IOWA'S TARGETED SMALL BUSINESS (TSB) ENTERPRISES This project has a State of Iowa Targeted Small Business (TSB) requirement. It proposes utilization of Targeted Small Businesses as Subcontractors, vendors and suppliers. A goal of five percent has been established in the performance of this contract, therefore the bidder should contact subcontractors who are also listed as State TSB. The Iowa Code Section 19B.7 and 541 Iowa Administrative Code Chapter 4, and Exhibit "D" Utilization of Targeted Small Business (TSB) Enterprises on Non-Federal Aid Projects establish requirements for the aid recipient. Qualified suppliers on TSB list shall be contacted. The bidder shall document his/her effort by means such as noting the contact date, name of TSB enterprise, and the results. The names of qualified TSB firms are available from the Iowa Department of Inspections and Appeals (515-281-7357) or from its website at http://www.iowai.net/iowa/dia/tsb. The contractor shall make "good- faith efforts" to find a TSB sub-contractor. The TSB contractors or vendors must provide the prime contractor a reasonable competitive price for the goods being rendered or the contractor is not required to accept their bid. State TSB Pre-Bid Contact Information Form shall be submitted with the Form of Bid or Proposal. The City Contract Compliance Officer has the responsibility to assure the City's compliance with Federal, State and Municipal regulations. K. LIQUIDATED DAMAGES If the delivery is not completed according to the specified contract timetable plus any authorized extensions, the supplier shall pay to the city liquidated damages in the amount of twenty dollars ($20) per day to cover costs incurred due to the delay. L. SALES TAX EXEMPTION CERTIFICATE Contractors and approved subcontractors will be provided a Sales Tax Exemption Certification to purchase building materials and supplies in the performance of construction contracts let by the City of Waterloo. M. CONTRACT By signing and submitting a bid the bidder is agreeing to the terms and conditions in this Contract Documents. When a bid is accepted by the City of Waterloo, this Contract Document shall be considered an executed agreement between the bidder (Contractor) and the City for performance of the project work. 2 TARGETED SMALL BUSINESS (TSB) AFFIRMATIVE ACTION RESPONSIBILITIES ON NON-FEDERAL-AID PROJECTS (THIRD-PARTY STATE- ASSISTED PROJECTS) A. 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 3 million dollars computed as an average of the three preceding fiscal years. B. 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. C. TSB DIRECTORY INFORMATION Available from: Iowa Department of Inspections and Appeals Targeted Small Business Lucas Building Des Moines, IA 50319 Phone: 515-281-7357 Website: www.iowai.net/iowa/dia/tsb D. THE CONTRACTOR'S 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. E. 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: 3 A. For current TSB information, contact the Iowa Department of Inspections and Appeals (515-281-7357) tc 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. 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 contract equal opportunity and afirmative action provisions. F. 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. G. 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 (4) Whether or not the TSB's bid/quotation was used. 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. 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 contractors 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. H. 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. 5 o s ± ) Co \ \ \ 7 o \ \ as Q. \ i § o a) % o o \ C lc } Z & 2 o 0 ) } Cl) \ § o cn , , Ex Cl) ® \ » \ E 2 k 0 coui 0 = q o o 0 e 3 = £ 5 § o g z $ } ) 0 \ { \ o a) a) { \ a) � \ E Co \ / ) = \ o o c .c \ 0 2 \ / o 00 _ / Cln(1) / § / \ f / / < ) E \ ] ƒ / j \ z o \ \ U)os » /z Z ) m o 0 o C.) u o /Z \ } / f { R $ m 0 � = ) ) \ / / \ 3 Z e \ CO \ I- c / co o § R \ i 0 & ; = z o Q \ } Co C ° m \ \ 3 o § D § k { § \ 3 0 W } \ \ / \ _ / /Z U \ § k § § \/ E £ u Q u ) \ o § / OD I— a) % E 2 / § \ \ k ID / ca. \ > $ 2 \ E k c = Co Co E.' § § o \ k Co CO : CO - e i § 2 ° a a Eg / 2 c \ / o- 0 E §i ) \ \ J / ) § k k k / , { \ / K 0 C. c )= E ] { 8 Sc 2 } Cl) / j ; G CL CD \ ) )o Fii ] k a o 7� / % 32 \ _ S Co o % \ 0 $ $ �k c co [f E co% £ E 3 ± § « mum § \ p § f & ©2 ; _ $ o c 2 - 213 § \ ] c E \ \ \ 0 \\ G / 9 \ - . / 0 SPECIFICATIONS A. SCOPE This Specifications covers the work described in the Contract Documents. It covers furnishing all labor, equipment and materials, and performing all required operations to complete the work. Unless otherwise modified by the Specifications, 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. B. DEFINITIONS IDOT 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 make certain actions to the time the contractor actually starts the action. Contractor means the contractor and/or contractors representatives and sub- contractors. MUTCD means the latest edition of Manual on Uniform Traffic Control Devices for Streets and Highways, as adopted by the Department per 761 of Iowa Administrative Code (IAC), Chapter 130. C. RELATED SPECIFICATIONS AND STANDARDS The contractor shall comply with all of the standards listed in paragraphs b to m below unless otherwise modified by plans, Specifications, or Special Provisions. The contractor shall notify WTOD in writing of any discrepancy or ambiguity as to the intent or meaning of the plans, Specifications, or Special Provision 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. • ITE (Institute of Transportation Engineers) Standards. • IDOT Standard Specifications for Highway and Bridge Construction, and all current Supplemental Specifications in particular Sections 2402, 2403, 2404, 2405. 2408, 2423, 4187, and Division 26. • Specifications of the Underwriters Laboratories, Inc. • National Electrical Code. 7 • National Electrical Safety Code. • MUTCD. • NEMA (National Electrical Manufacturers Association) standards. • ASTM (American Society for Testing Materials) standards. • ANSI (American National Standards Institute) standards. • IMSA (International Municipal Signal Association) standards. • Local Ordinances. • All pertinent state and federal laws and regulations covering material, design, construction, and operation. D. MATERIAL AND INSTALLATION REQUIREMENTS The contract work shall comply with the applicable requirements of IDOT's Standard Specifications for Highway and Bridge Construction and current supplements in particular the following parts: Section 2402: Excavation for Structures Section 2403: Structural Concrete Section 2404: Reinforcements Section 2405: Foundations and Substructures Section 2408: Steel Structures Section 2423: Supplemental Standards for Highway Signs, Luminaires, and Traffic Signals Section 2525: Traffic Signalization Section 4187: Material for Support Structures Division 26: Roadside Development (2601.01 to 2612) GENERAL MATERIAL REQUIREMENTS 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. FOUNDATIONS Concrete for foundations shall be class C-4 structural concrete meeting the requirements of section 2403 of "The Standard Specifications for Highway and Bridge Construction", IDOT, and current supplements. The bottom of all foundations shall rest securely on firm undisturbed ground. Forms shall be used for the above ground portion of all foundations. Whenever the excavation for a foundation is irregular in shape, forms shall be used to 8 provide the proper dimensions of the foundations below grade. The forms shall be leveled and a means shall be provided for holding them rigidly in place while the concrete is being deposited. Where the foundation cannot be constructed as shown on the plans because of an obstruction, the contractor shall relocate the foundation or use other effective methods of supporting the pole after securing the engineer's approval. The contractor shall be responsible for the proper elevation, offset and level of each foundation. Anchor bolts, conduits and reinforcement shall be held rigidly in place before the concrete is poured. Anchor bolts shall be held in place by means of a template constructed to space the anchor bolts uniformly in accordance with the pattern shown on the plans, and not to protrude excessively after installation of equipment. The center of the template and the center of the concrete base shall coincide unless otherwise directed by the engineer. High-frequency vibrator shall consolidate concrete after it is placed in the form. The top of the base shall be finished level or flush with the sidewalk where indicated on plans and the top edges shall be rounded with an edger having a radius of one-half (1/2) inch. The exposed surface of the base shall have a rubbed surface finish. Should the contractor or his representative find that it is necessary to alter or reconfigure any portion of the installation or there would be a conflict with the design versus the site grade ditches, utilities, etc. The City or its representative shall be notified in writing of the portions that are in conflict. Immediate response shall be given by the City or its representative to avoid delays. After the foundation or base has been poured, absolutely no modification of any sort may be made. If the anchor bolts, conduit, or any part of the foundation or base in installed in an incorrect manner such as below grade, as determined by the engineer, the ent`re foundation or base shall be removed and a new foundation or base installed. The contractor shall bear all costs of replacing work deemed unsatisfactory by the engineer. Prior to setting poles, the anchor bolts shall be covered in such a manner as to protect them against damage and to protect the public from possible injury. The foundation must be given seven days to cure before the poles are erected. New bases shall be constructed and finished to the dimensions shown on the drawings. Concrete shall be as specified in paragraph 2403.03 of the IDOT Specifications for class C, mix no. C-4, air-entrained P.C. concrete, and shall be placed in accordance with section 2403 of said Specifications. Reinforcement shall be in accordance with IDOT Specification section 2404. The top of the signal base shall be at a minimum of two (2) inches and a maximum of three inches above the finished grade. All work shall be in accordance with IDOT Specification 2525 and the M.U.T.C.D. 9 POLES All poles are to be erected vertically with the mast arm at a right angle to the centerline of the street, unless otherwise specified, and securely bolted to the cast-in-place concrete foundations at the locations indicated on the plans. Leveling shall be accomplished by the use of nuts on each anchor bolt. One nut shall be placed on each anchor bolt and the pole placed in position on these nuts. The top nuts shall then be placed loosely and the pole adjusted to the vertical position by adjusting both the upper and lower nuts and final tightening of top nut to expose a maximum of three full threads. RESTORATION 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. The backfill shall be mechanically compacted in six (6) inch layers to a density equal to that of the surrounding material. HIGH DURABILITY PAVEMENT MARKINGS Pavement markings shall meet or exceed the requirements of Iowa DOT Standard Specifications with GS-01014 Revisions - April 2008, Section 2527 Pavement Markings. High durability paint shall meet federal specification TT-P- 1952. Acrylic resin type or epoxy type applications are acceptable as long as they meet the minimum requirements. SURFACE PREPARATION AND APPLICATION: Surface preparation shall be according to manufacturers recommendations. All contaminant such as oil, sand, salt, shall be removed from the surface. Surface shall be clean and dry. Pavement marking materials shall be applied per manufacturer's recommendation including the temperature and moisture range. FILM THICKNESS AND GLASS BEADS: Dry film thickness shall be at least 25 mils. Glass beads shall meet the requirements of AASHTO M 247 Type 1 "standard gradation" except the beads will have a minimum of 80 percent true spheres. The beads shall be made from clean colorless transparent glass. They shall be smooth, spherically shaped, and free from pits, excessive air bubbles, chips and foreign material. Glass bead shall be either premixed at the average rate of six pounds per gallon of pain, or shall be poured uniformly on the wet film. Beads for use vvith solvent-based paints shall have a "dry flow" type surface treatment. Beads for use with water-based paints shall have a dual surface treatment consisting of a moisture resistant silicone treatment, and an adherence surface treatment. Beads for use with epoxy paints shall have a moisture resistant silicone surface treatment. TRAFFIC CONTROL Traffic Controls shall conform to the MUTCD. 10 GENERAL CONDITIONS OF CONTRACT E. BEGINNING AND COMPLETION DATES The work under the proposed project shall be commenced within five (5) days after receipt of "Notice to Proceed" and should be completed by December 30, 2008. Any part of project not completed by this date shall be completed by June 15,2009. F. PRE-CONSTRUCTION CONFERENCE Before the work is commenced on this Contract, a conference should be held for the purpose of discussing the Contract. City Officials, the prime contractor and all subcontractors, if any shall attend the conference. G. BOND The successful bidder shall furnish a surety bond after forms are present to him and before beginning work on the project in an amount equal to one hundred percent(100%)of the total project bid price. Said bond to be issued by a responsible surety with Power of Attorney attached. The bond shall guarantee the faithful performance of the project and for the prompt payment of all persons, firms or corporations to whom the contractor may become legally indebted for labor, materials, tools, equipment or service of any nature including utility and transportation services, employed or used by him in performing the work. H. INSURANCE LIABILITY INSURANCE: The Contractor shall carry liability insurance which shall save the City harmless and protect the public and any person from injury sustained by the reason of the prosecution of the work or the handling or storing of materials therefore, and said Contractor shall also carry liability insurance which shall meet the requirements of the Iowa Worker's Compensation Law. Before work shall be started on this contract, the Contractor shall furnish the City Clerk with proper affidavit or Affidavits executed by representatives of duly qualified insurance companies, evidencing that said insurance company or companies have issued liability insurance policies, effective during the life of the contract, or for a period of a least ten(10) days following the filing of written notice of cancellation, protecting the public and any person from injuries or damages sustained by reason of carrying on the work involved in the Contract. The affidavit shall specifically evidence the following forms of insurance protection: (a) Public liability insurance covering all operations performed by persons directly employed by the Contractor. (b) Public liability insurance covering all operations performed by any Subcontractor to whom a portion of the work may have been assigned. (c) Public liability insurance covering all work upon the project performed by any independent Contractor working under the direction of either the principal Contractor or a Subcontractor. (d) Motor vehicle bodily injury liability insurance and property damage liability insurance on all motor vehicles employed on the work, whether owned by the Contractor or by other persons,firms, or corporations. (e) The minimum protection shall be as follows: 11 Comprehensive General Liability Insurance General Aggregate Limit $2,000,000.00 Products—Completed Operations Aggregate Limit $2,000,000.00 Each Occurrence Limit $2,000,000.00 Comprehensive Automobile Liability Insurance $1,000,000.00 The Contractor shall have the City of Waterloo, Iowa, named as an "Additional Named Insured". A certificate,or a policy if requested,shall be filed with the Owner. All certificates and/or policies of insurance furnished by the Contractor to be filed with the City Clerk shall include the name and address of the agency issuing the same. It shall also be required that the City Clerk be notified by registered mail of the cancellation or expiration of the above insurance. I. CLAUSES AND AFFIDAVITS The successful bidder and any subcontractors will be required to execute and return a Non- Segregated Facilities Clause, a Non-Collusion Affidavit, and an Equal Opportunity Clause before beginning work on the project. The forms will be furnished. J. AFFIRMATIVE ACTION PROGRAM The successful bidder and any subcontractors will be required to execute and have approved an Affirmative Action Program or Update before beginning work on the project, if they have been awarded an aggregate of$10,000.00 in City projects during the current calendar year. K. CONTRACTOR'S UNDERSTANDING It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature, character, and location of the work, the character, quality, and quantity of the materials to be encountered, the character of the equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, all other matters which can, in any way, affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligation herein contained L. METHOD OF PAYMENT The Contractor will be paid with one estimate at the completion of the job, in cash on the basis of ninety-five percent (95%) of the work. Final payment will be made thirty-one (31) days after completion of the work. Before final payment is made, vouchers showing that all subcontractors and workmen and all persons furnishing materials have been fully paid for such materials and labor will be required unless the City is satisfied that material, men and laborers have been paid. The Contractor is hereby notified that if the City does not have cash on hand to pay the estimate, according to Chapter 384.57 of the Code of Iowa, payment may be made by anticipatory warrants issued bearing a rate of interest not exceeding that permitted by Chapter 74A,Code of Iowa. 12 DRAWINGS AND INFORMATION Installing Poles, Signs, and Pavement Markings W. 4th Street at Allen Street City will provide the mast arm poles, the signs, the anchor bolts, and the mounting brackets. Contractor shall be responsible for completing the project including bases for mast arm poles, installing the poles, installing the signs, pavement markings, and traffic control.The Contractor shall take delivery of the poles and brackets at the corner of Black Hawk Street and W. 13th Street in Waterloo, Iowa. The Contractor shall pick up the signs at 408 E. 6th Street. To coordinate pick up the contractor should contact the Traffic Operations Department at least one working day in advance of the pick up date. Traffic Operations Department 408 E.6th Street Waterloo,Iowa, 50703 (319)291-4440 The signs shall be picked up at the Traffic Operation Department's Sign Shop at the above address. The following drawings are included: 1- Location map 2- An aerial map with signs and poles 3- An aerial map with pavement markings 4- Pavement markings details (three sheets) 5- Details for mast-arm pole concrete bases 6- Sign support structures (three sheets) 7- Bolt templates provided(two sheets) 8- Anchor bolt drawings 13 G) (73 a X - (.3 0\ 7 O Lk) a O C...) r -P.N m fil 71 -A N H N - x 1 71 CT Ui H U, o X ' W X 0\ (.) ' - 0\ i a SEE TABLE FOR 'A' DIM. X 3'-6' DIA. N rl - rnI I rd is z p 0 . r _ o Ill . GI 0 1 0 �1 o rs1 I. J —I .i__.fJ . H D rn in r m c� 1 73 • m r u1 _ D t Z D fr1 r) r- 'A R: fU O ZZ v ZZZN <.7 N • A (n mZ m >^ ZiA a N Z Cl n01. /xz NZL� Z ❑ Z t1 t -i 1 73 D 0 1 r) ry y In r� n A d ❑ A r —y C -4 ZH c OR 1 CI H A N OZ Cm 71 D..N 0r >❑ z Z A o H p m � o- Z n r ; = A mr I. , a z < '< T1 m mri A y❑-I - o o r) Fri' z c ,n r- -Ip•-' L. ri H a N r m?-4 o I £ p m O CO 7 D 0 —I D rl rt' r 3 M X D 7D C41 N ZC') CA CA1 p OD -r i I N P1 C3 Z 2 D a Z (n 70 ,, 3 p y D 10 43 a:, — 70 o 1 3 -1 D 3 a r Z H ap i 0 Z 7C—i-‹fTl A -I-T1 CI I—, -5 D n .�-- -r Ui D O l Z ^ rp r-, Vi Z V)D n Q -In = n ro t7 S z �= p `i rs z o r 3 ', rm- z r o z ,. r v) Z o C l ZN �� Z X- o O Z m x O o 3 --1 <o ° 5 m X Z c+ Mi ro ( z n -it. S r 0 w m -01 ham'` -i -r— .A 0 - -4 >. m CO Z i m 7 m D r v3 o vl r n a = Cl o ., r a o ZD Cl O Z 0 p Cl 0 P• '2 1) Z D N m :U v N < Z - [1j: • `+ Z Ste. .. c0 Z A 3 Cl N Z i-- Q 0 m n D N Zr Z 0 0 v1 vl I--- n S n ? , _ 9 ro D r0 \ v X J r� Z 4 , -4I —I Z T1 a) 0 O i 3 --4 n D 73 D 0! Tl G I) -r) n z D it) G 0l ZC O v? ---4 Z 71 a s Z c z - s -5 mz v) Cl CITY OF WATERLOO TRAFFIC OPERATIONS (319) 291-4440 BID TAB SHEET INSTALLING POLES, SIGNS AND PAVEMENT MARKINGS AT W. 4TH & ALLEN STREET ESTIMATE: $12,000 Bids are due 12:0-0 Noon, November 3, 2008, to City Clerk. Bid Opening & Public Hearing at 1:30 pm, November 3, 2008 City Hall small conference room. 1. Signs & Designs_ 2. Nagle Signs Inc._ 3. Scott's Electric 4. Laser Line 5. Trey Electric 6. KWS Electric O I I I I